Loading...
HomeMy WebLinkAboutDiamond Bar Center Specifications - Update1293492.1 DEPARTMENT OF PUBLIC WORKS CITY OF DIAMOND BAR CALIFORNIA CONTRACT DOCUMENTS AND SPECIFICATIONS FOR DIAMOND BAR CENTER IMPROVEMENTS PROJECT CITY PROJECT NO. FP23500 & FP23501 All Questions Regarding This Project Are to Be Directed To: Mr. David G. Liu, P.E. Director of Public Works City of Diamond Bar (909) 839-7040 Stan Liu, Mayor Chia Yu Teng, Mayor Pro Tem Andrew Chou, Council Member Ruth M. Low, Council Member Steve Tye, Council Member Daniel Fox, City Manager MONTH YEAR 1293492.1 CITY OF DIAMOND BAR CONTRACT DOCUMENTS AND SPECIFICATIONS DIAMOND BAR CENTER IMPROVEMENTS PROJECT CITY PROJECT NO. FP23500 & FP23501 By: Terry Matthew Evans, Architect C33095 Date Exp: 11/30/25 PREPARED BY: PBLA Engineering, INC. 1481 Ford Street Redlands, CA 92373 TELEPHONE: (888)714-9642 The City of Diamond Bar, California will receive proposals through PlanteBids, until 2pm, September 5, 2024, for the performance of the above described services. 08-08-24 1293492.1 TABLE OF CONTENTS ITEMS PAGES PART I - BIDDING AND CONTRACTUAL DOCUMENTS NOTICE INVITING SEALED BIDS 1 - 2 INFORMATION FOR BIDDERS 3 - 10 PROPOSAL FORM 11 - 12 BID SCHEDULE 13 - 15 LIST OF SUBCONTRACTORS 16 - 17 DECLARATION OF ELIGIBILITY TO CONTRACT 18 - 19 BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE 20 CONTRACTOR INDUSTRIAL SAFETY RECORD 21 AFFIDAVIT FOR CO-PARTNERSHIP FIRM 22 AFFIDAVIT FOR CORPORATION BIDDER 23 AFFIDAVIT FOR INDIVIDUAL BIDDER 24 AFFIDAVIT FOR JOINT VENTURE 25 FAITHFUL PERFORMANCE BOND 26 - 27 LABOR AND MATERIAL BOND 28 - 29 BID BOND 30 - 31 CERTIFICATE OF NON-DISCRIMINATION AND AFFIRMATIVE ACTION CERTIFICATE WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS AND SUBCONTRACTS 1 NON-COLLUSION AFFIDAVIT 2 CONTRACT AGREEMENT 3 - 9 1293492.1 TABLE OF CONTENTS (Continued) PART II - GENERAL PROVISIONS GP-1 – GP-13 PART III- SPECIAL PROVISIONS SP-1 – SP-7 PART IV - TECHNICAL PROVISIONS TP-1 – TP-2 PBLA TECHNICAL SPECIFICATIONS PART V - APPENDICES CITY OF DIAMOND BAR CONSTRUCTION & DEMOLITION (C&D) DEBRIS PLAN 1293492.1 PART I BIDDING AND CONTRACTUAL DOCUMENTS 1 1293492.1 CITY OF DIAMOND BAR NOTICE INVITING SEALED BIDS FOR DIAMOND BAR CENTER IMPROVEMENTS PROJECT CITY PROJECT NO. FP23500 & FP23501 RECEIPT OF PROPOSALS: Sealed proposals will be received at the office of the City Clerk, City Hall, Diamond Bar, California, until 2:00 pm Pacific Standard Time on or before Thursday, June 26, 2025 for the furnishing of all labor and materials and equipment for the Diamond Bar Center Improvements and other incidental and appurtenant work. All bids or proposals shall be submitted through the City’s electronic bid management system (PlanetBids) at https://www.planetbids.com/portal/portal.cfm?CompanyID=39500. At the time of contract award, the Contractor shall possess a State of California Class A Contractor’s License or a combination of Class C Specialty Contractor’s License(s) adequate to perform the work herein described and be registered with the Department of Industrial Relations per California Labor Code Section 1771.1. All subcontractors shall have equivalent licenses for their specific trades. The Contractor and all subcontractors shall have a valid City of Diamond Bar business license prior to commencing any work. The proposals will be publicly opened and read during an online webinar. Webinar details will be published on the City’s electronic bid management system (PlanetBids) at https://www.planetbids.com/portal/portal.cfm?CompanyID=39500. MANDATORY PRE-BID MEETING: A mandatory pre-bid meeting will be held at the 1600 Grand Ave. Diamond Bar 91765 on June 4, 2025 at 9:00am. QUESTIONS: All questions must be submitted via Planet Bids, no later than June 12, 2025 at 3pm. DESCRIPTION OF WORK: The work to be performed or executed under these plans and specifications consists of and includes new entry, new doors and hardware and lighting improvements; and other incidental and appurtenant work necessary for the proper construction of the contemplated improvements, as indicated on the project plans for Diamond Bar Center improvement Project. COMPLETION OF WORK: All work shall be completed within eighty (80) working days after the Notice to Proceed is issued by the City and all work within the ballroom must be completed between September 8 and October 10, 2025 ENGINEER'S ESTIMATE: The Diamond Bar Center Improvement Project is estimated to cost $854,000, all in accordance with the provisions of the Plans, Specifications, Notices and Instructions to Bidders. OBTAINING CONTRACT DOCUMENTS: Any requests for hardcopy plans, specifications, and all contract documents may be obtained by a public records request at the office of the City Clerk, City Hall, 21810 Copley Drive, Diamond Bar, California 91765. A fee may be assessed for printing, mailing, and other costs to reproduce these records. PROPOSAL GUARANTEE: Each proposal must be accompanied by cash or by a cashier's or certified check or by a bid bond in the amount of ten percent (10%) of the bid price payable to the City of Diamond Bar as a guarantee that the bidder, if his proposal is accepted, will 2 1293492.1 promptly execute the contract, secure payment of Workmen's Compensation Insurance, furnish a satisfactory Faithful Performance Bond in the amount of one hundred percent (100%) of the total bid price, and a Labor and Material Bond in an amount not less than one hundred percent (100%) of the contract price. Said bonds to be secured from a surety company authorized to do business in the State of California, and subject to the approval of the City Attorney. The original bid bond shall be submitted to the City Clerk prior to the bid due date and time. Proof of delivery that is date/time stamped and signed for by the City Clerk from other couriers other than Certified mail will be accepted. A copy of the proof of delivery shall be submitted with the bid package by the bid due date. MINIMUM QUALIFICATIONS OF BIDDERS: Prospective bidders should examine the minimum qualifications found in number 15 of the “Information for Bidders” section, pages 4 through 8. Bidders who do not meet the minimum qualifications should not submit a bid, as the bids will be considered nonresponsive. PREVAILING WAGE RATE: As required by the California Labor Code, Section 1770 et seq. the City Council of the City of Diamond Bar incorporates herein by reference the general prevailing rate of per diem wages as determined by the Director of Industrial Relations of the State of California. Copies of the prevailing rate of per diem wages are on file in the office of the City Clerk and will be made available to any interested party upon request. In accordance with the Labor Code, no workman employed upon work under this contract shall be paid less than the above referenced prevailing wage rate. A copy of said rates shall be posted at each job site during the course of construction. CONTRACTOR shall forfeit, as penalty to CITY, not more than two hundred dollars ($200.00) for each laborer, workman or mechanic employed for each calendar day or portion thereof, if such laborer, workman or mechanic is paid less than the general prevailing rate of wages hereinbefore stipulated for any work done under this AGREEMENT, by him or by any subcontractor under him. Any classification omitted herein shall be paid not less than the prevailing wage scale as established for similar work in the particular area, and all overtime shall be paid at the prevailing rates as established for the particular area. Sunday and holiday time shall be paid at the wage rates determined by the Director of Industrial Relations. CONTRACTOR and any of its subcontractors must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5, which precludes the award of a contract for a public work on any public works project awarded after April 1, 2015. This Agreement is subject to compliance monitoring and enforcement by the Department of Industrial Relations. PAYMENT: Payment will be made to the Contractor in accordance with the Specifications. CITY'S RIGHTS RESERVED: The City of Diamond Bar reserves the right to reject any and all proposals or bids, should it deem this necessary for the public good, and also the bid of the bidder who has been delinquent or unfaithful in any former contract with the City of Diamond Bar. No bidder may withdraw his bid for a period of thirty (30) days after the date of the bid opening. 3 1293492.1 BID AWARD: Subject to the reservations noted above, the contract will be awarded to the lowest responsible bidder. CITY OF DIAMOND BAR, CALIFORNIA DATE: 9/3/2024 By: David G. Liu, Director of Public Works 4 1293492.1 INFORMATION FOR BIDDERS 1.PREPARATION OF BID FORM: The City invites bids on the form attached to be submitted at such time and place as is stated in the Notice Inviting Sealed Bids. All bids should be made in accordance with the provisions of the Standard Specifications for Public Works Construction, 2021 Edition (with all supplements). All blanks on the bid form must be appropriately filled in. All bids shall be submitted in sealed envelopes bearing on the outside the name of the bidder, his address, and the name of the project for which the bid is submitted. It is the sole responsibility of the bidder to see that the bid is received in the proper time. Any bid received after the scheduled closing time for receipt of bids will be returned to the bidder unopened. 2.PROPOSAL GUARANTEE: Each proposal shall be accompanied by cash or by a cashier's or certified check or by a bid bond in the amount of not less than ten percent (10%) of the amount named in the proposal. Said check or bond shall be made payable to the City Clerk of the City of Diamond Bar and shall be given as a guarantee that the bidder, if awarded the work, will enter into a contract within ten (10) days after written notice of the award and will furnish the necessary bonds as hereinafter provided. In case of refusal or failure to enter said contract, the check or bond, as the case may be, shall be forfeited to the City. No bidder's bond will be accepted unless it conforms substantially to the form furnished by the City, which is bound herein, and is properly filled out and executed. 3.SIGNATURE: The bid must be signed in the name of the bidder and must bear the signature in longhand of the person or persons duly authorized to sign the bid on behalf of the bidder. 4.MODIFICATIONS: Changes in or addition to the bid form, recapitulations of the work bid upon, alternative proposals or any other modifications of the bid form which is not specifically called for in the contract documents may result in the Owner's rejection of the bid as not being responsive to the invitation to bid. No oral or telephonic modification of any bid submitted will be considered. The bid submitted must not contain any erasures, interlineation, or other corrections unless each such correction is suitably authenticated by affixing in the margin immediately opposite the correction the surname or surnames of the person or persons signing the bid. 5.DISCREPANCIES IN THE PROPOSALS: In case of discrepancy between words and figures, the words shall prevail. If the amounts bid on individual items (if called for) do not in fact add to the total amount shown by the bidder, the correctly added total of the individual items shall prevail over the total figure shown. The estimated quantities and amounts are for the purpose of comparison of bids only. The City Council of the City of Diamond Bar reserves the right to reject any or all bids and to waive any irregularity or informality in any bid to the extent permitted by law. 6.BIDDER'S EXAMINATION OF SITE: Each bidder shall examine carefully the site of the proposed work and the contract documents therefore. It will be assumed that the bidder has investigated and is satisfied as to the conditions to be encountered as to the character, quality, and quantity of materials to be furnished, and as to the 5 1293492.1 requirements of the contract, specifications and drawings. The name of the individual who examined the site of the work and the date of such examination shall be stated in the proposal. By submitting a bid, the bidder will be held to have personally examined the site and the drawings, to have carefully read the specifications, and to have satisfied himself as to his ability to meet all the difficulties attending the execution of the proposed contract before the delivery of his proposal, and agrees that if he is awarded the contract, he will make no claim against the City of Diamond Bar based on ignorance or misunderstanding of the contract provisions. 7.WITHDRAWAL OF BIDS: Any bidder may withdraw his bid either personally, by written request, or by telegraphic request confirmed in the manner specified above at any time prior to the scheduled closing time for receipt of bids. 8.INSURANCE AND BONDS: The Contractor shall not commence work under this contract until he has secured all insurance and bonds required under this section nor shall he allow any subcontractor to commence work on this subcontract until all similar insurance issued in compliance with this section shall be issued in the form, and be an insurer of the insurers, satisfactory to and first approved by the City in writing. Certificates of Insurance in the amounts required shall be furnished by the Contractor to the City prior to the commencement of work. The Contractor shall maintain adequate Workmen's Compensation Insurance under the laws of the State of California for all labor employed by him or by any subcontractor under him who may come within the protection of such Workmen's Compensation Insurance laws. The Contractor shall maintain public liability insurance to protect said Contractor and the City against loss from liability imposed by law, for damages on account of bodily injury, including death resulting therefrom, suffered or alleged to have been suffered by any person or persons, other than employees, resulting directly or indirectly from the performance or execution of this contract or any subcontract thereunder, and also to protect said Contractor and the City against loss from liability imposed by law, for damage to any property. Damage insurance shall be maintained by the Contractor in full force and effect during the entire period of performance under this contract, in the amount of not less than $2,000,000 for one person injured in the accident and in the amount of not less than $2,000,000 for more than one person injured in one accident and in the amount of not less than $1,000,000 with respect to any property damage aforesaid. The Contractor shall secure with a responsible corporate surety, or corporate sureties, satisfactory bonds conditioned upon faithful performance by the Contractor of all requirements under the contract and upon the payment of claims of materials, men and laborers thereunder. The Faithful Performance Bond shall be in the sum of not less than one hundred percent (100%) of the estimated aggregate amount of the payment to be made under the contract computed on the basis of the prices stated in the proposal. The Labor and Material Bond shall be in the sum of not less than one hundred percent (100%) of the estimated aggregate amount of the payments to 6 1293492.1 be made under the contract computed on the basis of the prices stated in the proposal. 9.INTERPRETATION OF PLANS AND DOCUMENTS: If any person contemplating submitting a bid for proposed contract is in doubt as to the true meaning of any part of the drawings, specifications, or other contract documents, or finds discrepancies in, or omissions from the drawings and specifications, he may submit to the City a written request for an interpretation or correction thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation or correction of the contract documents will be made only by Addendum duly issued and a copy of such addendum will be mailed or delivered to each person receiving a set of the contract document. No person is authorized to make any oral interpretation of any provision in the contract documents to any bidder, and no bidder is authorized to rely on any such unauthorized oral interpretation. 10.DISQUALIFICATION OF BIDDERS: More than one proposal from an individual, firm partnership, corporation, or association under the same or different names, will not be considered. Reasonable grounds for believing that any bidder is interested in more than one proposal for the work contemplated will cause the rejection of all proposals in which such bidder is interested. If there is reason for believing that collusion exists among the bidders, all bids will be rejected and none of the participants in such collusion will be considered in future proposals. No award will be made to any bidder who cannot give satisfactory assurance as to his ability to carry out the Contract, both from his financial rating and by reason of his previous experience as a Contractor on work of the nature contemplated in the Contract. The bidder may be required to submit his record of work of similar nature to that proposed under these specifications, and unfamiliarity with the type of work may be sufficient cause for rejection of the bid. 11.INELIGIBLE SUBCONTRACTORS: The successful bidder shall be prohibited from performing work on this project with a subcontractor who is ineligible to perform work on the project pursuant to Section 1777.1 or 1777.7 of the Labor Code. 12.AWARD OF CONTRACT: No proposal will be considered from a Contractor who is not licensed as a Class B, C-5, or C-10_contractor at time of award in accordance with the provisions of the Contractor’s License Law (California Business and Professions Code, Section 7000 et seq.) and rules and regulations adopted pursuant thereto or to whom a proposal form has not been issued by the City of Diamond Bar. The City may award the Contract to the lowest responsible bidder on the total base bid. Bids will be compared on the basis of the lowest possible cost relative to the alternate or alternates selected and the Contract, if awarded, will be awarded to a responsible bidder whose proposal complies with the requirements of these specifications. The award, if made, will be made within ninety (90) calendar days after the opening of the proposals; provided that the award may be made after said period of the successful bidder shall not have given the City written notice of the withdrawal of his bid. 7 1293492.1 A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Public Contract Code §4104, or engage in the performance of any contract for public work, as defined in the Public Contract Code, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of Labor Code §1771.1 for an unregistered contractor to submit a bid that is authorized by Business and Professions Code § 7029.1 or by Public Contract Code §§ 10164 and 20103.5, provided the contractor is registered to perform public work pursuant to Labor Code § 1725.5 at the time the contract is awarded. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. The prime contractor is required to post job sits as prescribed by regulation pursuant to Labor Code § 1771.4 and all contractors must secure the payment of compensation to its employees pursuant to Labor Code § 1869. 13.ALTERNATES: If alternate bids are called for, the Contract may be awarded at the election of the governing board to the lowest responsible bidder on the base bid, or on the base bid and any specified alternate(s). 14.COMPETENCY OF BIDDERS: In selecting the lowest responsible bidder, consideration will be given not only to the financial standing but also to the general competency of the bidder including qualifications, references, proper licensing, adequate workforce and experience for the performance of the work covered by the proposal. 15. QUALIFICATION OF BIDDERS: Each bidder shall be skilled and regularly engaged in the general class or type of work called for under the contract. A statement setting forth his/her experience shall be submitted by each bidder on the EXPERIENCE STATEMENT form provided. 8 1293492.1 EXPERIENCE STATEMENT To be responsive, the bidder must list below a minimum of three public agencies for which bidder has performed similar work within the past five years. Only projects in excess of $500,000 each qualify as similar for this project. 1. Project Title Contract Amount _____ Type of Work Client Agency Project Manager ______________________ Phone Date Completed _____ % Subcontracted 2. Project Title Contract Amount _____ Type of Work Client Agency Project Manager ______________________ Phone Date Completed ____ % Subcontracted 3. Project Title Contract Amount _____ Type of Work Client Agency Project Manager ______________________ Phone Date Completed ____ % Subcontracted NOTE: If requested by the City, the bidder shall furnish a certified financial statement, references, and other information sufficiently comprehensive to permit an appraisal of his current financial condition. Bidder's Signature 9 1293492.1 Each bidder shall possess a valid Contractor's License issued by the Contractor's State License Board at the time his/her bid is submitted. The class of license shall be applicable to the work specified in the contract. Each bidder shall also have no less than five (5) years of experience in the magnitude and character of the work bid. Bidder Qualifications called for to be submitted at time of bid include, but are not necessarily limited to: 1. The Contractor shall have been in business under the same name and California Contractors License for a minimum of five (5) continuous years prior to the bid opening date for this Project. The license used to satisfy this requirement shall be of same type required by the contract. 2. License classification shall be as required by the contract specifications. 3. The Contractor shall have five (5) years of experience in the application of Polymer Modified Asphaltic Emulsion Chip Seal. 4. The Contractor shall perform at least 50% of contract with its own forces. 16.LISTING SUBCONTRACTORS: Each bidder shall submit a list of the proposed subcontractors on this project as required by the Subletting and Subcontracting Fair Practices Act (Government Code Section 4100 and following). Forms for this purpose are furnished with the contract documents. The name and location of business of any subcontractor who will perform work exceeding 1/2 of 1% of the prime contractor's total bid or ten thousand dollars ($10,000.00), whichever is greater, must be submitted with the bid. Any other information regarding the foregoing subcontractors that is required by City to be submitted may be submitted with the bid, or may be submitted to City up to 24 hours after the deadline established herein for receipt of bids. The additional information must be submitted by the bidder to the same address and in the same form applicable to the initial submission of bid. 17.WORKER'S COMPENSATION: In accordance with the provisions of Section 3700 of the Labor Code, the Contractor shall secure the payment of compensation to his employees. The Contractor shall sign and file with the City the following certificate prior to performing the work under this contract: "I am aware of the provisions of Section 3700 of the Labor Code which require 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." The form of such certificate is included as part of the contract documents. 18.BID DEPOSIT RETURN: Deposits of three or more low bidders, the number being at the discretion of the City, will be held for ninety (90) days or until posting by the successful bidder of the Bonds required and return of executed copies of the Agreement, whichever first occurs, at which time the deposits will be returned after consideration of the bids. 10 1293492.1 19.EXECUTION OF CONTRACT: The bidder to whom award is made shall execute a written contract with the City on the agreement form provided, and shall secure all insurance and bonds as herein provided within ten (10) days from the date of written notice of the award. Failure or refusal to enter into a contract as herein provided, or to conform to any of the stipulated requirements in connection therewith shall be just cause for the annulment of the award and the forfeiture of the proposal guarantee. If the successful bidder refuses or fails to execute the Contract, the City may award the Contract to the next lowest responsible bidder or re-advertise. On the failure or refusal of the lowest responsible bidder or next lowest responsible bidder to execute the Contract, such bidder's guarantees shall be likewise forfeited to the City. 20."OR EQUAL": Pursuant to Division 5, Chapter 4, Article 4 (commencing at #4380) Government Code, all specifications shall be deemed to include the words "or equal", provided however that permissible exceptions hereto shall be specifically noted in the specifications. 21.EMPLOYMENT OF APPRENTICES: The Contractor, and all subcontractors, shall comply with the provisions in Sections 1777.5, (Chapter 1411, Statutes of 1968), and 1777.6 of the California Labor Code concerning the employment of apprentices. The Contractor and any subcontractor under him shall comply with the requirements of said sections in the employment of apprentices; however, the Contractor shall have full responsibility for compliance with said Labor Code section, for all apprenticeable occupations, regardless of any other contractual or employment relationships alleged to exist. In addition to the above State Labor Code Requirements regarding the employment of apprentices and trainees, the Contractor and all subcontractors shall comply with Section 5 a. 3, Title 29 of the Code of Federal Regulations (29CFR). 22.EVIDENCE OF RESPONSIBILITY: Upon the request of the City, a bidder whose bid is under consideration for the award of the Contract shall submit promptly to the City satisfactory evidence showing the bidder's financial resources, his construction experience, and his organization and plant facilities available for the performance of the contract. 23.WAGE RATES: The Contractor and/or subcontractor shall pay wages as indicated in the "Notice Inviting Sealed Bids" section of these specifications. The Contractor shall forfeit as penalty to the City of Diamond Bar, two hundred dollars ($200.00) for laborers, workmen, or mechanics employed for each calendar day, or portion thereof, if such laborer, workman or mechanic employed is paid less than the general prevailing rate of wages herein referred to and stipulated for any work done under the proposed contract, by him, or by any subcontractor under him, in violation of the provisions of Labor Code, and in particular, Sections 1770 to 1781 inclusive. Copies of all collective bargaining agreements relating to the work as set forth in the aforementioned Labor Code are on file with the Department of Industrial Relations, Division of Labor Statistics and Research. 24.PERMITS, FEES AND LICENSES: The Contractor shall possess a valid business license prior to the issuance of the first payment made under this Contract. Any work required within Caltrans right-of-way will require a separate permit to be obtained by 11 1293492.1 the Contractor. The Contractor shall obtain a no-fee Encroachment Permit from the City of Diamond Bar prior to the start of any work. 25. TIME OF COMPLETION AND LIQUIDATED DAMAGES: Bidder must agree to commence work on or before the date of written "Notice to Proceed" of the City and to fully complete the project within eighty (80) working days thereafter. Bidder must agree also to pay as liquidated damages, the sum of two thousand dollars ($500.00) for each calendar day thereafter. Bidder must agree to commence work on or before the date of written "Notice to Proceed" of the City and to fully complete all work within the ballroom between September 8 and October 10, 2025. Bidder must agree also to pay as liquidated damages, the sum of two thousand dollars ($1,000.00) for each calendar day thereafter. 26. CLAIMS FILING AND PROCESSING: The City and Bidder agree to attempt to orally resolve any disputes which may give rise to a claim (hereafter, "Claim") that falls within the definition of Public Contract Code section 9204 (hereafter, "Section 9204"). If these efforts are unsuccessful, the City and Bidder shall process the Claim in accordance with Section 9204. In summary, if the Bidder decides to submit a Claim to the City, it shall be sent by registered or certified mail, return receipt requested, together with reasonable documentation to support the Claim. A Claim may include a Claim by a subcontractor or a lower tier subcontractor meeting the requirements of Section 9204(d)(5). Within 45 days of receipt of the Claim, or any extension thereof agreed upon by the City and the Bidder, the City will conduct a reasonable review of the Claim and provide the Bidder with a written statement identifying what portion of the Claim is disputed and what portion is undisputed. Payment of any undisputed portion of the Claim shall be made within 60 days after the City issues its written statement. If the City does not provide a written statement within the time specified, the Claim shall be deemed rejected. If the Bidder disputes the City's written statement or if the Claim is deemed rejected, the Bidder may demand in writing by registered or certified mail to the City, return receipt requested, an informal conference to meet and confer in an effort to settle the disputed portion of any Claim. Within 30 days of receipt of such written demand, the City shall schedule a meet and confer conference. If any portion of the Claim remains in dispute after the conference, the City shall, within 10 City business days of the conclusion of the conference, provide the Bidder with a written statement identifying any portion that remains in dispute and any portion that is undisputed. Payment of any undisputed portion shall be made within 60 days after the City issues its written statement. Any remaining disputed portion shall be submitted to nonbinding mediation in accordance with Section 9204(c)(2)(B), unless the Bidder and City waive the mediation upon mutual written agreement. 27. CONFLICT OF INTEREST: In the procurement of supplies, equipment, construction and services by sub-recipients, the conflict of interest provisions in (State LCA-24 CFR 85.36 and Non-Profit Organizations – 24 CFR 84.4), OMB Circular A-110, and 24 CFR 570.611, respectively, shall apply. No employee, officer or agent of the sub- 12 1293492.1 recipient shall participate in selection or in award of administration of a contract supported by Federal funds if a conflict of interest, real or apparent, would be involved. 13 1293492.1 BIDDER'S PROPOSAL CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS PROJECT CITY PROJECT NO. FP23500 & FP23501 Date , 20 To the City Council of the City of Diamond Bar: The Undersigned hereby declares: (a) That the only persons or parties interested in this proposal as principals are the following: (If the bidder is a corporation, give the name of the corporation and the name of its president, secretary, treasurer, and manager. If a co-partnership, give the name, under which the co-partnership does business, and the names and addresses of all co-partners. If an individual, state the name under which the contract is to be drawn.) (b) That this proposal is made without collusion with any person, firm or corporation. (c) That he has carefully examined the location of the proposed work and has familiarized himself with all of the physical and climatic conditions, and makes this bid solely upon his own knowledge. (d) That by submitting this Bidder's Proposal, he acknowledges receipt and knowledge of the contents of those communications sent by the City of Diamond Bar to him at the address furnished by him to the City of Diamond Bar when this proposal form was obtained. (e) That he has carefully examined the specifications, both general and detail, and the drawings attached hereto, and communications sent to him as aforesaid, and makes this proposal in accordance therewith. (f) That, if this bid is accepted he will enter into a written contract for the performance of the proposed work with the City of Diamond Bar. (g) That he proposes to enter into such Contract and to accept in full payment for the work actually done thereunder the prices shown in the attached schedule. It is understood and agreed that the quantities set forth are estimates and that the unit prices will apply to the actual quantities whatever they may be. 14 1293492.1 Accompanying this proposal is a certified or cashier's check or bidder's bond, payable to the order of the City of Diamond Bar in the sum of DOLLARS ($ ). Said bidder's bond has been duly executed by the undersigned bidder and by a financially sound surety company authorized to transact business in this state. It is understood and agreed that should the bidder fail within ten (10) days after award of contract to enter into the contract and furnish acceptable surety bonds, then the proceeds of said check, or bidder's bond, shall become the property of the City of Diamond Bar; but if this Contract is entered into and said bonds are furnished, or if the bid is not accepted then said check shall be returned to the undersigned, or the bidder will be released from the bidder's bond. Address of Bidder Telephone of Bidder City Zip Code Signature of Bidder 15 1293492.1 BID SCHEDULE CITY OF DIAMOND BAR CONTRACT DOCUMENTS AND SPECIFICATIONS DIAMOND BAR CENTER IMPROVEMENTS PROJECT CITY PROJECT NO. FP23500 & FP23501 Item No.Description Estimated Quantity Unit Unit Price Amount Mobilization/Overhead & Profit 1 LS Access Control 1 LS New Entry Addition Demolition Removal of existing door, finishes and concrete 1 LS Site Concrete New Exterior Concrete Walk 200 SF Concrete Buidling Foundation Concrete Footings 25 LF Concrete Slab and Base 68 SF Wood Structural Framing Framing, Structural Sheathing & Connections 1 LS Existing Trellis Modification Cut and Reframe Existing Trellis & Paint 1 LS Door, Frame, Insulated Glass, Transom & Hardware Automatic Sliding Door System & Glazing 1 LS Exterior Finishes Exterior Stucco 200 SF Exterior Paint 200 SF TPO Roofing 60 SF Flashings 1 LS Interior Finishes Wood Paneling 210 SF 5/8" Drywall 155 SF Prime & Paint 155 SF Tile Flooring & Base 67 SF Fire Suppression/Alarm Fire Suppression/Alarm, Patch & Paint (E) Finishes 1 LS 16 1293492.1 Plumbing Roof Drain, Scupper & Downspout 1 LS Electrical Lighting & Door Power Connection 1 LS New Doors, Glazing & Hardware Demolition Removal of (E) doors, hardware & HM Frames 1 LS Hollow Metal Doors, Frames & Glazing HM Doors, Frames, Glazing & Installation 1 LS Fire Rated Glazing 166 SF Fire Rated HM Frames 262 LF Door Harware New Door Hardware & Installation 1 LS Banquet Room Lighting & Controls Demolition Removal of existing lighting & Controls 1 LS Lighting Controls New Lighting Control Panels and Installation &1 LS Additional Relays per Specs Light Fixtures & Installation New 4 ft Cove Lighting w/ Additional per Specs 72 EA New Wall Sconces 7 EA New Down Lights w/ Additional per Specs 14 EA Light Coves New Light Cove Framing & Finish 1,380 SF Paint Existing Soffit 750 SF 17 1293492.1 MANDATORY BID SCHEDULE ITEMS: TOTAL AMOUNT BID (IN FIGURES) TOTAL AMOUNT BID, SCHEDULE (WRITTEN IN WORDS): Bid Schedule Note: Bid Price indicated refers to all items illustrated on the plans and details, and delineated within the specifications installed and completely in place with all applicable portions of the construction documents and include all costs connected with such items including, but to necessarily limited to, materials, transportation, taxes, insurance, labor, overhead, and profit, for General Contractor and Subcontractors. All work called for on the construction documents are to provide a completed project with all systems operating properly and ready for use. Award will be based on the items of Bid Schedule. Therefore, Contractor shall completely fill out Bid Schedule. Accompanying this proposal is (Insert "$ cash", "cashier's check", "certified check", or "bidder's bond" as the case may be) in the amount equal to at least ten percent (10%) of the total bid. The undersigned further agrees that in case of default in executing the required contract, with necessary bond, within ten (10) days, not including Sundays and legal holidays, after having received notice that the Contract has been awarded and ready for signature, the proceeds of the security accompanying his bid shall become the property of the City of Diamond Bar, and this proposal and the acceptance thereof may be considered null and void. NAME OF BIDDER (PRINT) SIGNATURE DATE ADDRESS CITY ZIP CODE TELEPHONE STATE CONTRACTOR LICENSE NO. AND CLASSIFICATION 18 1293492.1 I declare under penalty of Perjury of the laws of the State of California that the representations made herein are true and correct in accordance with the requirements of California Business and Professional Code Section 7028.15. CONTRACTOR SIGNATURE OR AUTHORIZED OFFICER 19 1293492.1 LIST OF SUBCONTRACTORS * BID OPENING DATE PROJECT PROJECT NO. LOCATION CLIENT CONTRACTOR Name Under Which Subcontractor is Licensed License No. & DIR No. Address of Place of Business Percent of Total Contract Specific Description of Subcontract * In compliance with the provisions of the Public Contract Code Section 4104, the undersigned bidder herewith sets forth the name, location of the place of business, and California contractor license of each Subcontractor – who will perform work or labor or 20 1293492.1 render service to the Prime Contractor, specially fabricates and installs a portion of the work or improvement necessary to complete construction contained in the plans and specifications, in an amount in excess of one-half (1/2) of one percent (1%) of the General Contractor’s total base bid amount or, in the case of bids or offers for the construction of streets or highways, including bridges in excess of one-half of 1 percent (0.5%)of the Prime Contractor’s total base bid or ten thousand ($10,000.00), whichever is greater, and the portion of the work which will be done by each Subcontractor. 21 1293492.1 DECLARATION OF ELIGIBILITY TO CONTRACT Labor Code Section 1777.1; Public Contract Code Section 6109 The undersigned, a duly authorized representative of the contractor, certifies and declares that: 1. The contractor is aware of Sections 1777.1 and 1777.7 of the California Labor Code, which prohibit a contractor or subcontractor who has been found by the Labor Commissioner or the Director of Industrial Relations to be in violation of certain provisions of the Labor Code, from bidding on, being awarded, or performing work as a subcontractor on a public works project for specified periods of time. 2. The contractor is not ineligible to bid on, be awarded or perform work as a subcontractor on a public works project by virtue of the foregoing provisions of Sections 1777.1 or 1777.7 of the California Labor Code or another provision of law. 3. The contractor is aware of California Public Contract Code Section 6109, which states: (a) A public entity, as defined in Section 1100 [of the Public Contract Code], may not permit a contractor or subcontractor who is ineligible to bid or work on, or be awarded, a public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code to bid on, be awarded, or perform work as a subcontractor on, a public works project. Every public works project shall contain a provision prohibiting a contractor from performing 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. (b) Any contract on a public works project entered into between a contractor and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works contract, and any public money that may have been paid to a debarred subcontractor by a contractor on the project shall be returned to the awarding body. The contractor shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the project. 4. The contractor has investigated the eligibility of each and every subcontractor the contractor intends to use on this public works project, and determined that none of them is ineligible to perform work as a subcontractor on a public works project by virtue of the foregoing provisions of the Public Contract Code Sections 1777.1 or 1777.7 of the Labor Code, or any other provision of law. 22 1293492.1 I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this day of ________________, 202_, at ___________________ (place of execution). Signature Name: Title: Name of Contractor: _____________________________ 23 1293492.1 BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE In accordance with Government Code Section 14310.5 and in conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: QUESTIONNAIRE Has the Bidder, any officer, principal or employee of the Bidder who has a proprietary interest in the business of the Bidder, ever been disqualified, removed, or otherwise prevented from bidding on or completing a federal, state or local government project because of violation of law or a safety regulation? YES NO If the answer is yes, explain the circumstances in the following space: STATEMENT In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than on final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor’s failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board. NOTE: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. 24 1293492.1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD Project Identification Bid Date This information must include all construction work undertaken in the State of California by the bidder and any partnership, joint venture or corporation that any principal of the bidder participated in as a principal or owner for the last five calendar years and the current calendar year prior to the date of bid submittal. Separate information shall be submitted for each particular partnership, joint venture, corporation or individual bidder. The bidder may attach any additional information or explanation of data, which he would like, taken into consideration in evaluating the safety record. An explanation must be attached of the circumstances surrounding any and all fatalities. ITEM 5 CALENDAR YEARS PRIOR TO CURRENT YEAR CURRENT YEAR 2020 2021 2022 2023 2024 TOTAL No. of Contracts Total dollar amount of contracts (in 1,000’s) No. of lost workday cases No. of lost work day cases involving permanent transfer to another job or termination of employment No. of lost workdays *The information required for this item is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary - Occupational Injuries and Illnesses, OSHA No. 102. The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of these records. ______________________________ ________________________________ Name of Bidder (Print Signature ______________________________ ________________________________ Address State Contractor’s Lic. No. & Class ______________________________ ________________________________ City Zip Code Telephone 25 1293492.1 AFFIDAVIT FOR CO-PARTNERSHIP FIRM STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) , being first duly sworn, deposes and says: That he is a member of the co-partnership firm designated as which is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. That he has been and is duly vested with authority to make and sign instruments for the co- partnership by who constitute the other members of the co-partnership. Signature Subscribed and sworn to before me this day of , 20 Signature of Officer Administering Oath (Notary Public) 26 1293492.1 AFFIDAVIT FOR CORPORATION BIDDER STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) , being first duly sworn, deposes and says: That he is of, a corporation which is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Signature Subscribed and sworn to before me this day of , 20 Signature of Officer Administering Oath (Notary Public) 27 1293492.1 AFFIDAVIT FOR INDIVIDUAL BIDDER STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) , being first duly sworn, deposes and says: That he is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Signature Subscribed and sworn to before me this day of , 20 Signature of Officer Administering Oath (Notary Public) 28 1293492.1 AFFIDAVIT FOR JOINT VENTURE STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) , being first duly sworn, deposes and says: That he of, one of the parties submitting the foregoing bid as a joint venture and that he has been and is duly vested with the authority to make and sign instruments for and on behalf of the parties making said bid who are: ; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Signature Subscribed and sworn to before me this day of , 20 Signature of Officer Administering Oath (Notary Public) BOND No.________________ 29 1293492.1 FAITHFUL PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond Bar ("City"), has awarded to (Name and address of Contractor) ("Principal"), a contract (the "Contract") for the work described as follows: WHEREAS, Principal is required under the terms of the Contract to furnish a bond for the faithful performance of the Contract. NOW, THEREFORE, we the undersigned Principal, and_________________________ (Name and address of Surety) ("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are held and firmly bound unto City in the penal sum of Dollars ($______________), this amount being not less than the total contract price, in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal, his, her, or its, heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and covenants, conditions and agreements in the Contract and any alteration thereof made as therein provided, on the Principal's part to be kept and performed, all within the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and hold harmless City, its officers, agents, and others as therein provided, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect. In case suit is brought upon this bond, Surety further agrees to pay all court costs and reasonable attorneys' fees in an amount fixed by the court. FURTHER, the Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration, addition or modification to the terms of the Contract, or of the work 30 1293492.1 to be performed thereunder, or the specifications for the same, shall in any way affect its obligations under this bond, and it does hereby waive notice of any such change, extension of time, alteration, addition, or modification to the terms of the Contract or to the work or to the specifications thereunder. Surety hereby waives the provisions of California Civil Code §§ 2845 and 2849. The City is the principal beneficiary of this bond and has rights of a party hereto. IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of which shall for all purposes be deemed an original hereof, have been duly executed by Principal and Surety, on the date set forth below, the name of each corporate party being hereto affixed and these presents duly signed by its undersigned representative(s) pursuant to authority of its governing body. Dated:__________________ "Principal" "Surety" ______________________________ _______________________________ ______________________________ _______________________________ By:___________________________ By:____________________________ Its Its By:___________________________ By:____________________________ Its Its Note: This bond must be dated, all signatures must be notarized, and evidence of the authority of any person signing as attorney-in-fact must be attached. (Seal) (Seal) APPROVED AS TO SURETY AND PRINCIPAL AMOUNT By:___________________________ Insurance Administrator BOND No.________________ 31 1293492.1 PAYMENT BOND (LABOR AND MATERIAL) KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond Bar (City), has awarded to ________________________________________________________ (Name and address of Contractor) ("Principal"), a contract (the "Contract") for the work described as follows: WHEREAS, Principal is required under the terms of the Contract and the California Civil Code to secure the payment of claims of laborers, mechanics, materialmen, and other persons as provided by law. NOW, THEREFORE, we, the undersigned Principal, and______________________________ (Name and address of Surety) ("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are held and firmly bound unto City in the penal sum of Dollars($________________), this amount being not less than one hundred (100%) of the total contract price, in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal, his, her or its heirs, executors, administrators, successors, or assigns, or subcontractors shall fail to pay any of the persons named in Section 3181 of the California Civil Code, or any amounts due under the Unemployment Insurance Code with respect to work or labor performed under the Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code, with respect to work or labor performed under the Contract, the Surety will pay for the same in an amount not exceeding the penal sum specified in this bond; otherwise, this obligation shall become null and void. This bond shall insure to the benefit of any of their persons named in Section 3181 of the California Civil Code so as to give a right of action to such persons or their assigns in any suit brought upon the bond. In case suit is brought upon this bond, Surety further agrees to pay all court costs and reasonable attorneys' fees in an amount fixed by the court. FURTHER, the Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, addition, or modification to the terms of the Contract or of the work to be performed thereunder, or the specifications for the same, shall in any way affect its obligations under this bond, and it does hereby waive notice of any such change, extension of time, alteration, addition, or modification to the terms of the Contract or to the work or to the 32 1293492.1 specifications thereunder. Surety hereby waives the provisions of California Civil Code §§ 2845 and 2849. IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of which shall for all purposes be deemed an original hereof, have been duly executed by Principal and Surety, on the date set forth below, the name of each corporate party being hereto affixed and these presents duly signed by its undersigned representative(s) pursuant to authority of its governing body. Dated "Principal" "Surety" ______________________________ _______________________________ ______________________________ _______________________________ By:___________________________ By:____________________________ Its Its By:___________________________ By:____________________________ Its Its Notary Note: This bond must be dated, all signatures must be notarized, and evidence of the authority of any person signing as attorney-in-fact must be attached. (Seal) (Seal) APPROVED AS TO SURETY AND PRINCIPAL AMOUNT By:___________________________ Insurance Administrator BOND No._________________ 33 1293492.1 BID BOND KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond Bar (“City”), has issued an invitation for bids for the work described as follows: ____________________________________________________ Project No. _____ WHEREAS (Name and address of Bidder) ("Principal"), desires to submit a bid to Public Agency for the work. WHEREAS, bidders are required under the provisions of the California Public Contract Code to furnish a form of bidder's security with their bid. NOW, THEREFORE, we, the undersigned Principal, and (Name and address of Surety) ("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are held and firmly bound unto Public Agency in the penal sum of Dollars($______________), being not less than ten percent (10%) of the total bid price, in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal is awarded a contract for the work by City and within the time and in the manner required by the bidding specifications, entered into the written form of contract included with bidding specifications, furnishes the required bonds, one to guarantee faithful performance and the other to guarantee payment for labor and materials, and furnishes the required insurance coverages, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect. In case suit is brought upon this bond, Surety further agrees to pay all court costs incurred by City in the suit and reasonable attorneys' fees in an amount fixed by the court. Surety hereby waives the provisions of California Civil Code § 2845. 34 1293492.1 IN WITNESS WHEREOF, each of which shall for all purposes be deemed an original hereof, have been duly executed by Principal and Surety, on the date set forth below, the name of each corporate party being hereto affixed and these presents duly signed by its undersigned representative(s) pursuant to authority of its governing body. Dated: "Principal" "Surety" ______________________________ _______________________________ ______________________________ _______________________________ By:___________________________ By:____________________________ Its Its By:___________________________ By:____________________________ Its Its Note: This bond must be dated, all signatures must be notarized, and evidence of the authority of any person signing as attorney-in-fact must be attached. (Seal) (Seal) 1293492.1 CERTIFICATION OF NON-DISCRIMINATION AND AFFIRMATIVE ACTION As suppliers of goods or services to the City of Diamond Bar, the firm listed below certifies that it does not discriminate in its employment with regards to race, religion, sex, or national origin; that it is in compliance with all federal, state, and local directives and executive orders regarding non-discrimination in employment; and that it will pursue an affirmative course of action as required by the affirmative action guidelines. We agree specifically: 1. To establish or observe employment policies which affirmatively promote opportunities for minority persons at all job levels. 2. To communicate this policy to all persons concerned including all company employees, outside recruiting services, especially those serving minority communities, and to the minority communities at large. 3. To take affirmative steps to hire minority employees within the company. FIRM TITLE OF OFFICER SIGNING SIGNATURE DATE Please include any additional information available regarding equal opportunity employment programs now in effect within your company: 1 1293492.1 CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS The bidder , proposed subcontractor , hereby certifies that he has , has not , participated in a previous contract or subcontract subject to the Equal Opportunity Clause, as required by Executive Orders 10925, 11114, or 11246, and that he has , has not , filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. (COMPANY) BY: (TITLE) DATE: , 20 . NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b) (1), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the Equal Opportunity Clause. Contracts and subcontracts which are exempt from the Equal Opportunity Clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt). Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7 (b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period of such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. 2 1293492.1 NON-COLLUSION AFFIDAVIT TO: THE CITY OF DIAMOND BAR: STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) , being first duly sworn, deposes and says that he or she is 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 another bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contact or anyone interested in the proposed contract; that all statements contained in the bid are true; and further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Signature of Bidder STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) Subscribed and sworn to before me this day of ,20 . Notary Public in and for the County of , State of California 3 1293492.1 Bidder Agrees to Execute Agreement In Substantially This Form AGREEMENT The following agreement ("AGREEMENT") is made and entered into, in duplicate, as of the date executed by the Mayor and attested to by the City Clerk, by and between ____________________ hereinafter referred to as the "CONTRACTOR" and the City of Diamond Bar, California, hereinafter referred to as "CITY." WHEREAS, pursuant to Notice Inviting Sealed Bids, bids were received, publicly opened, and declared on the date specified in the notice; and WHEREAS, CITY accepted the bid of CONTRACTOR __________________________ and; WHEREAS, CITY has authorized the Mayor to execute a written contract with CONTRACTOR for furnishing labor, equipment and material for the ___________________________ Project in the City of Diamond Bar. NOW, THEREFORE, in consideration of the mutual covenants herein contained, it is agreed: 1. GENERAL SCOPE OF WORK: CONTRACTOR shall furnish all necessary labor, tools, materials, appliances, and equipment for and do the work for the _________________________Project in the City of Diamond Bar. The work to be performed in accordance with the plans and specifications, dated (The Plans and Specifications) on file in the office of the City Clerk and in accordance with bid prices hereinafter mentioned and in accordance with the instructions of the City Engineer. 2. INCORPORATED DOCUMENTS TO BE CONSIDERED COMPLEMENTARY: The Plans and Specifications are incorporated herein by reference and made a part hereof with like force and effect as if set forth in full herein. The Plans and Specifications, CONTRACTOR'S Bid dated , together with this AGREEMENT, shall constitute the contract between the parties. This AGREEMENT is intended to require a complete and finished piece of work and anything necessary to complete the work properly and in accordance with the law and lawful governmental regulations shall be performed by the CONTRACTOR whether set out specifically in the contract or not. Should it be ascertained that any inconsistency exists between the aforesaid documents and this AGREEMENT, the following order of precedence shall apply: (1) This AGREEMENT; (2) The Plans and Specifications; and (3) Contractor's bid. 3. COMPENSATION: CONTRACTOR agrees to receive and accept the prices set forth in its Bid Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation in the amount of [Insert total compensation amount] shall cover all expenses, losses, damages, and consequences arising out of the nature of the work during its progress or prior to its acceptance including those for well and faithfully completing the work and the whole thereof in the manner and time specified in the aforesaid contract documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with 4 1293492.1 the work. Final payment to Contractor shall be withheld for at least 30 days after the time in which Contractor has verified, to the City's satisfaction, that it has submitted all information to the Department of Industrial Relations required by Labor Code §1773.3. 4. TERM OF CONTRACT: CONTRACTOR agrees to complete the work within _eighty (80) working days from the date of the notice to proceed. CONTRACTOR agrees further to the assessment of liquidated damages in the amount of ____________ dollars ($_____) for each calendar day the work remains incomplete beyond the expiration of the completion date. CITY may deduct the amount thereof from any monies due or that may become due the CONTRACTOR under this AGREEMENT. Progress payments made after the scheduled date of completion shall not constitute a waiver of liquidated damages. 5. INSURANCE: CONTRACTOR shall not commence work under this contract until he has obtained all insurance required hereunder in a company or companies acceptable to CITY nor shall the CONTRACTOR allow any subcontractor to commence work on his subcontract until all insurance required of the subcontractor has been obtained. The CONTRACTOR shall take out and maintain at all times during the life of this contract the following policies of insurance: a. Workers' Compensation Insurance: Before beginning work, the CONTRACTOR shall furnish to the CITY a certificate of insurance as proof that he has taken out full workers' compensation insurance for all persons whom he may employ directly or through subcontractors in carrying out the work specified herein, in accordance with the laws of the State of California. Such insurance shall be maintained in full force and effect during the period covered by this contract. In accordance with the provisions of Section 3700 of the California Labor Code, every CONTRACTOR shall secure the payment of compensation to his employees. The CONTRACTOR, prior to commencing work, shall sign and file with the CITY a certification as follows: "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of work of this contract." b. For all operations of the CONTRACTOR or any sub-contractor in performing the work provided for herein, insurance with the following minimum limits and coverage: 1) General Liability - $5,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this AGREEMENT or the general aggregate limit shall be twice the required occurrence limit. 2) Automobile - $5,000,000 per accident for bodily injury and property damage. 5 1293492.1 3) Employer's Liability - $5,000,000 per accident for bodily injury or disease. c. Each such policy of insurance provided for in paragraph b. shall: 1) Be issued by an insurance company approved in writing by CITY, which is authorized to do business in the State of California. 2) Name as additional insured the City of Diamond Bar, its officers, agents and employees, and any other parties specified in the bid documents to be so included; 3) Specify it acts as primary insurance and that no insurance held or owned by the designated additional insured shall be called upon to cover a loss under the policy; 4) Contain a clause substantially in the following words: "It is hereby understood and agreed that this policy may not be canceled nor the amount of the coverage thereof reduced until thirty (30) days after receipt by CITY of a written notice of such cancellation or reduction of coverage." 5) Otherwise be in form satisfactory to the CITY. d. The policy of insurance provided for in subparagraph a. shall contain an endorsement which: 1) Waives all right of subrogation against all persons and entities specified in subparagraph 4.c.(2) hereof to be listed as additional insured in the policy of insurance provided for in paragraph b. by reason of any claim arising out of or connected with the operations of CONTRACTOR or any subcontractor in performing the work provided for herein; 2) Provides it shall not be canceled or altered without thirty (30) days' written notice thereof given to CITY. e. The CONTRACTOR shall, prior to performing any work under this AGREEMENT, deliver to the City Manager or his designee the original policies of insurance required in paragraphs a. and b. hereof, or deliver to the City Manager or his designee a certificate of the insurance company, showing the issuance of such insurance, and the additional insured and other provisions required herein. f. Self Insured Retention/Deductibles. All policies required by this AGREEMENT shall allow CITY, as additional insured, to satisfy the self- insured retention (“SIR”) and/or deductible of the policy in lieu of the Owner (as the named insured) should CONTRACTOR fail to pay the SIR or deductible requirements. The amount of the SIR or deductible shall be subject to the approval of the City Attorney and the Finance Director. CONTRACTOR understands and agrees that satisfaction of this requirement is an express condition precedent to the effectiveness of this AGREEMENT. Failure by CONTRACTOR as primary insured to pay its SIR 6 1293492.1 or deductible constitutes a material breach of this AGREEMENT. Should CITY pay the SIR or deductible on CONTRACTOR’s behalf upon the CONTRACTOR’s failure or refusal to do so in order to secure defense and indemnification as an additional insured under the policy, CITY may include such amounts as damages in any action against CONTRACTOR for breach of this AGREEMENT in addition to any other damages incurred by CITY due to the breach. 6. PREVAILING WAGE: Notice is hereby given that in accordance with the provisions of California Labor Code, Division 2, Part 7, Chapter 1, Articles 1 and 2, the CONTRACTOR is required to pay not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the public works is performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work. In that regard, the Director of the Department of Industrial Relations of the State of California is required to and has determined such general prevailing rates of per diem wages. Copies of such prevailing rates of per diem wages are on file in the Office of the City Clerk of the City of Diamond Bar, 21825 Copley Drive, Diamond Bar, California, and are available to any interested party on request. CITY also shall cause a copy of such determinations to be posted at the job site. CONTRACTOR shall forfeit, as penalty to CITY, not more than two hundred dollars ($200.00) for each laborer, workman or mechanic employed for each calendar day or portion thereof, if such laborer, workman or mechanic is paid less than the general prevailing rate of wages hereinbefore stipulated for any work done under this AGREEMENT, by him or by any subcontractor under him. CONTRACTOR and any of its subcontractors must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5, which precludes the award of a contract for a public work on any public works project awarded after April 1, 2015. This Agreement is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 7. APPRENTICESHIP EMPLOYMENT: In accordance with the provisions of Section 1777.5 of the Labor Code, and in accordance with the regulations of the California Apprenticeship Council, properly indentured apprentices may be employed in the performance of the work. CONTRACTOR is required to make contribution to funds established for the administrative of apprenticeship programs if he employs registered apprentices or journeymen in any apprenticeship trade on such contracts and if other CONTRACTOR'S on the public works site are making such contributions. CONTRACTOR and subcontractor under him shall comply with the requirements of Sections 1777.5 and 1777.6 in the employment of apprentices. Information relative to apprenticeship standards, wage schedules and other requirements may be obtained from the Director of Industrial Relations, ex-officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. 8. LEGAL HOURS OF WORK: Eight (8) hours of labor shall constitute a legal day's work for all workmen employed in the execution of this contract, and the CONTRACTOR and any sub-contractor under him shall comply with and be governed by the laws of the State of California having to do with working hours set forth in Division 2, Part 7, Chapter 1, Article 3 of the Labor Code of the State of California as amended. 7 1293492.1 CONTRACTOR shall forfeit, as a penalty to City, twenty-five dollars ($25.00) for each laborer, workman or mechanic employed in the execution of the contract, by him or any sub- CONTRACTOR under him, upon any of the work hereinbefore mentioned, for each calendar day during which the laborer, workman or mechanic is required or permitted to labor more than eight (8) hours in violation of the Labor Code. 9. TRAVEL AND SUBSISTENCE PAY: CONTRACTOR agrees to pay travel and subsistence pay to each workman needed to execute the work required by this contract as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with Labor Code Section 1773.8. 10. CONTRACTOR'S LIABILITY: The CITY and its officers, agents and employees ("Indemnitees") shall not be answerable or accountable in any manner for any loss or damage that may happen to the work or any part thereof, or for any of the materials or other things used or employed in performing the work; or for injury or damage to any person or persons, either workers or employees of CONTRACTOR, of its subcontractors or the public, or for damage to adjoining or other property from any cause whatsoever arising out of or in connection with the performance of the work. CONTRACTOR shall be responsible for any damage or injury to any person or property resulting from defects or obstructions or from any cause whatsoever. CONTRACTOR will indemnify Indemnities against and will hold and save Indemnitees harmless from any and all actions, claims, damages to persons or property, penalties, obligations or liabilities that may be asserted or claimed by any person, firm, entity, corporation, political subdivision, or other organization arising out of or in connection with the work, operation, or activities of CONTRACTOR, its agents, employees, subcontractors or invitees provided for herein, whether or not there is concurrent passive negligence on the part of CITY. In connection therewith: a. CONTRACTOR will defend any action or actions filed in connection with any such claims, damages, penalties, obligations or liabilities and will pay all costs and expenses, including attorneys' fees, expert fees and costs incurred in connection therewith. b. CONTRACTOR will promptly pay any judgment rendered against CONTRACTOR or Indemnitees covering such claims, damages, penalties, obligations and liabilities arising out of or in connection with such work, operations or activities of CONTRACTOR hereunder, and CONTRACTOR agrees to save and hold the Indemnitees harmless therefrom. c. In the event Indemnitees are made a party to any action or proceeding filed or prosecuted against CONTRACTOR for damages or other claims arising out of or in connection with the work, operation or activities hereunder, CONTRACTOR agrees to pay to Indemnitees and any all costs and expenses incurred by Indemnitees in such action or proceeding together with reasonable attorneys' fees. Contractor's obligations under this section apply regardless of whether or not such claim, charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment, civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee. However, without affecting the rights of CITY under any provision of this AGREEMENT, Contractor shall not be required to indemnify and hold harmless CITY for liability attributable to the active negligence of CITY, provided such active negligence is determined by agreement between the parties or by the findings of a court of competent jurisdiction. In instances where CITY is shown to have been actively negligent and where CITY active negligence accounts for only a 8 1293492.1 percentage of the liability involved, the obligation of Contractor will be for that entire portion or percentage of liability not attributable to the active negligence of CITY. So much of the money due to CONTRACTOR under and by virtue of the contract as shall be considered necessary by CITY may be retained by CITY until disposition has been made of such actions or claims for damages as aforesaid. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California. This indemnity provision shall survive the termination of the AGREEMENT and is in addition to any other rights or remedies which Indemnitees may have under the law. This indemnity is effective without reference to the existence or applicability of any insurance coverage which may have been required under this AGREEMENT or any additional insured endorsements which may extend to Indemnitees. CONTRACTOR, on behalf of itself and all parties claiming under or through it, hereby waives all rights of subrogation and contribution against the Indemnitees, while acting within the scope of their duties, from all claims, losses and liabilities arising out of or incident to activities or operations performed by or on behalf of the CONTRACTOR regardless of any prior, concurrent, or subsequent passive negligence by the Indemnitees. 11. NON-DISCRIMINATION: Pursuant to Labor Code Section 1735, no discrimination shall be made in the employment of persons in the work contemplated by this AGREEMENT because of the race, color or religion of such person. A violation of this section exposes the CONTRACTOR to the penalties provided for in Labor Code Section 1735. 12. PAYMENT FUND: A City Council resolution established a Project Payment Account, encumbered money in the current budget, and assigned that money to the Project Payment Account, which is the sole source of funds available for payment of the contract sum set forth in Section 3 of this AGREEMENT. CONTRACTOR understands and agrees that CONTRACTOR will be paid only from this special fund and if for any reason this fund is not sufficient to pay CONTRACTOR, CONTRACTOR will not be entitled to payment. The availability of money in this fund, and CITY's ability to draw from this fund, are conditions precedent to CITY's obligation to make payments to CONTRACTOR. 13. PRESENTATION OF CLAIMS: Any claim, as that term is defined in Public Contract Code §9204, shall be submitted in accordance with Section 9204 and shall contain a sufficient description of the claim, the basis therefore and documentation in support of the claim. The claim shall be processed as more fully set forth in the Plans and Specifications. 14. TERMINATION: This AGREEMENT may be terminated by the CITY, without cause, upon the giving of a written "Notice of Termination" to CONTRACTOR at least thirty (30) days prior to the date of termination specified in the notice. Upon receipt of such notice, Contractor shall immediately cease work, unless otherwise directed by the Notice of Termination. In the event of such termination, Contractor shall be paid for services satisfactorily rendered and expenses reasonably and necessarily incurred prior to the effective date of termination, unless the Notice of Termination is issued for cause, in which event the City may withhold any disputed compensation. Contractor shall not be entitled to any claim for lost profits. State of California "CONTRACTOR'S" License No. ________________________ 9 1293492.1 CONTRACTOR'S Business Phone: CONTRACTOR'S emergency phone which can be reached at any time: IN WITNESS WHEREOF, the parties hereto have executed this AGREEMENT with all the formalities required by law on the respective dates set forth opposite their signatures. By: ______________________________________ Title: _________________________________ Date: By: Title: Date: CITY OF DIAMOND BAR, CALIFORNIA By: _____________________________________ RUTH M. LOW, MAYOR __________________________ Date ATTEST: By: _____________________________________ TOMMYE A. CRIBBINS, CITY CLERK __________________________ Date APPROVED AS TO FORM: _____________________________________ DAVID A. DEBERRY, CITY ATTORNEY _____________________________ Date *NOTE: If Contractor is a corporation, the City requires the following signature(s): -- The Chairman of the Board, the President or a Vice-President, AND (2) the Secretary, the Chief Financial Officer, the Treasurer, an Assistant Secretary or an Assistant Treasurer. If only one corporate officer exists or one corporate officer holds more than one corporate office, please so indicate. OR -- The corporate officer named in a corporate resolution as authorized to enter into this Agreement. A copy of the corporate resolution, certified by the Secretary close in time to the execution of the Agreement, must be provided to the City. 10 1293492.1 PART II GENERAL PROVISIONS 1293492.1 GP-1 GENERAL PROVISIONS FOR DIAMOND BAR CENTER IMPROVEMENTS PROJECT CITY PROJECT NO. FP23500 & FP23501 All work shall be done in accordance with the Standard Specifications for Public Works Construction (2021 Edition and all subsequent supplements), hereinafter referred to as Standard Specifications; the State of California Department of Transportation Standard Specifications (2021 Edition and all subsequent supplements), hereinafter referred to as Caltrans Standard Specifications; Plans, Standard Construction Drawings; and these Special Provisions. MODIFICATIONS TO THE STANDARD SPECIFICATIONS Section 1. General. Section 1-7. Award and Execution of Contract (a) Examination of Plans, Specifications, Special Provisions, and Site of Work: The bidder is required to examine carefully the site and the proposal, plans, specifications and contract forms for the work contemplated, and it will be assumed that the bidder has investigated and is satisfied as to the conditions to be encountered, including all installations and utilities, whether underground, surface or overhead, as to the character, quality and quantities of work to be performed and materials to be furnished, and as to the requirements of the specifications, the special provisions and the Contract. It is mutually agreed that submission of a proposal shall be considered prima facie evidence that the bidder has made such examination. (b) Proposal Form: All proposals must be made upon blank forms to be obtained from the City Clerk at City Hall, 21810 Copley Drive, Diamond Bar, California. All proposals must give the prices proposed, both in writing and figures, and must be signed by the bidder, and his address shown. If the proposal is made by an individual, his name and post office address must be shown. If made by a firm or 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 and the names, titles, and business addresses of the president, secretary, and treasurer. (c) Rejection of Proposals Containing Alterations, Erasures or Irregularities: Proposals may be rejected if they show any alterations or form additions not called for, conditional or alternative proposals, incomplete proposals, erasures, or irregularities of any kind. (d) Bidder's Guarantee: All proposals shall be presented under sealed cover and shall be accompanied by cash, cashier's check or certified check payable to, or bidder's bond in favor of the City of Diamond Bar in an amount of not less than ten percent (10%) of the amount named in said proposal, and no proposal shall be considered 1293492.1 GP-2 unless such cash, cashier's check, certified check or bidder's bond is enclosed therewith. (e) Return of Bidder's Guarantees: Proposal guarantees will be held until the Contract has been finally executed, after which they will be returned to the respective bidders whose proposals they accompany. The Notice to Bidders, Proposal, bonds, Instructions to bidders, General Provisions and Detail Specifications, shall be deemed incorporated in the Contract by reference. A Corporation to which an award is made will be required, before the Contract is finally executed, to furnish evidence of its corporate existence and evidence that the officer signing the Contract and bonds for the corporation is duly authorized to do so. Add the following section: Subsection 1-7.3. Plans and Specifications An addendum to these specifications may be issued by the City Engineer at any time prior to the bid opening. Section 2. Scope of the Work Section 2-2. Permits Add the following paragraph: The Contractor and all subcontractors shall obtain and maintain a valid City business license. The Contractor shall also obtain a no-fee "Encroachment Permit" from the Public Works Department, Engineering Division. Both the permit and the license shall be valid for the entire construction period and shall be kept at the job site at all times. All provisions of the permit shall apply and shall have authority over any conditions contained herein these Special Provisions. Any costs incurred due to compliance with the permit or in obtaining a city business license or any other required permit or license shall be included in the contract cost for the work item involved and no additional payment will be made. Failure to comply with these specific licensing and permit requirements will result in withholding of any progress payment(s) to the Contractor. Section 2-11. Marking Removal All markings placed by the Contractor, City, and Underground Service Alert (USA) during construction shall be removed at the completion of the work. These markings shall include, but not limited to, paint, stakes, and metal tags. 1293492.1 GP-3 Section 3. Control of the Work Section 3-5. Inspection The Contractor shall notify the City Engineer a minimum of five working days in advance when a final inspection of the work is desired. If the City Engineer agrees that the work is complete and ready for inspection, he will, as soon thereafter as possible, make the necessary examinations. No final acceptance of the work shall be allowed until all check (punch) list items to be rectified have been corrected and any subsequent final inspections have been performed. Section 3-12. Work Site Maintenance Subsection 3-12.4.1 General All costs associated with the disposal of all excavated or demolition materials, including any gate fees, shall be paid by the Contractor. These costs shall be included in the bid price for the applicable bid items. Prior to any excavated or demolition material being removed from the construction site the Contractor shall notify the City as to the hauling route and destination for disposal. If the location for disposal is other than a county landfill then the Contractor shall provide the City with written permission and release of liability for the City from the owner of the property where the material will be deposited. Subsection 3-12.4.2 Storage in Public Streets Construction equipment shall not be stored at the construction site, any public street or publicly owned facilities without approval of the City. Contractor shall store equipment at a contractor’s rental yard. All excavated material that is to be hauled to and disposed of at a County landfill site by the Contractor is subject to a County gate fee based on tonnage. Subsection 3-12.5.4 Any facilities, structures, water lines, landscaping, surfaces, signs, pavement markings, painted curbs, house numbers, etc., which are damaged during construction shall be restored to the satisfaction of the City. Damaged water lines shall be repaired immediately at no additional cost to the city. Add the following sections: Section 3-12.7. NPDES Requirements The contractor shall conform to the requirements of the National Pollutant Discharge Elimination System (NPDES) Permit for Construction Activities, Municipal NPDES Permit. 1293492.1 GP-4 The Contractor shall protect by any means all construction related materials from being discharged from the site by the forces of wind or water. Contractor and/or any subcontractors shall implement erosion control measures, such as the placement of gravel bags and fabric around all storm drain inlets and the job site, as directed by the City Engineer, to protect polluted water from running into the storm drain systems. Full compensation for conforming to the requirements of this section shall be considered as included in the prices paid for the various contract items of work involved and no additional compensation will be allowed. Section 3-12.8. Environmental Provisions In the event Contractor is required to dig any trench or excavation that extends deeper than 4 feet below the surface in order to perform the work authorized under this contract, Contractor agrees to promptly notify the City Engineer in writing and before further disturbing the site, if any, of the conditions set forth below are discovered: 1. Materials that the Contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with the provisions of existing law. 2. Subsurface or latent physical conditions at the site differing from those indicated. 3. Unknown physical condition at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in the work of the character provided for in this Contract. Section 4. Control of Materials Section 4-1. General The Contractor and all subcontractors, suppliers, and vendors, shall guarantee that the entire work will meet all requirements of this contract as to the quality of materials, equipment, and workmanship. The Contractor, at no cost to the City, shall make any repairs or replacements made necessary by defects in materials, equipment, or workmanship that become evident within 1 year after the date of acceptance of work. Within this 1-year period, the Contractor shall also restore to full compliance with requirements of this contract any portion of the work which is found to not meet those requirements. The Contractor shall hold the City harmless from claims of any kind arising from damages due to said defects or noncompliance. The Contractor shall make all repairs, replacements, and restorations within 30 days after the date of the City Engineer's written notice. Section 4-4. Testing Except as elsewhere specified, the City will bear the cost of materials testing and independent acceptance testing. The cost of all other tests, including the retesting of 1293492.1 GP-5 materials and independent acceptance testing that fails to pass the first test, shall be borne by the Contractor. Section 5. Legal Relations and Responsibilities Add the following section: Section 5-8. Public Notification Contractor shall comply with all applicable State, County and City requirements and any additional public safety requirements which may arise in notifying the Police, Fire, Traffic and Engineering Departments, Schools and Public Transit at least 48 hours in advance of any closures, partial closures or reopening, and detours. At least ten (10) calendar days prior to commencing work, the Contractor shall submit a detailed schedule to the City Engineer for approval. Based on the schedule, the Contractor will notify businesses, bus companies, trash and street sweeping companies, and emergency services of the proposed work. The City will require the Contractor to distribute two (2) “Public Notices” to each business and residence affected by the program. The first notice shall be distributed to each business and residence ten (10) calendar days prior to the start of any work. The second notice shall be distributed at least forty-eight (48) hours prior to the start of work. Said notice shall be provided by the Contractor to the City Engineer for review and approval prior to distribution by the Contractor. All complaints received by the City associated with the construction alleging damage to private property and vehicles shall be responded to by the Contractor within twenty-four (24) hours of notification. Failure to comply with this provision may result in a penalty of fifty dollars ($50.00) per occurrence. The Contractor shall be responsible for maintain notification signage in a serviceable manner. Signs shall indicate the date and hours of restriction. Full compensation for conforming to the requirements of this section shall be considered as included in the price paid for various items of work involved and no additional compensation will be allowed. Section 6. Prosecution and Progress of the Work Section 6-1. Construction Schedule and Commencement of the Work Add the following sections: Subsection 6-1.3. Utilities Subsection 6-1.3.1. Location 1293492.1 GP-6 Utility Owner and Public Agency Identifications. Utility owners and Public Agencies who may have facilities or interests, which may affect the work, are as follows: Verizon Telephone 1400 E. Phillips Boulevard Pomona, California 91766 (800) 227-2600 (DigAlert) (909) 469-6354 (Office) Waste Management 13940 East Live Oak Avenue Baldwin Park, California 91706 (800) 266-7551 Valley Vista Services 16000 Temple Avenue La Puente, California 91744 (800) 442-6454 Southern California Edison Co. 800 West Cienega Avenue San Dimas, California 91773 (800) 227-2600 (DigAlert) (800) 684-8123 (Office) Southern California Gas Company 1919 South State College Boulevard Anaheim, California 92803 (800) 227-2600 (DigAlert) (800) 427-2200 (Office) Walnut Valley Water District 271 South Brea Canyon Road Walnut, California 91789 (909) 595-7554 Pomona Unified School District 800 South Garey Avenue Pomona, California 91766 (909) 397-4800 Walnut Valley Unified School District 880 S. Lemon Ave. Walnut, CA 91789 (909) 595-1261 Charter Communications (Spectrum) 1293492.1 GP-7 3430 E Miraloma Avenue Anaheim, CA 92806 (844) 780-6054 Los Angeles County Department of Public Works 900 S. Fremont Ave. Alhambra, CA 91803-1331 Operation Services (626) 445-7630 Sewer Maintenance (800) 675-4357 Los Angeles County Sheriff's Department 21695 E. Valley Blvd. Walnut, California 91789 (909) 595-2264 Los Angeles County Fire Department Station 119 20480 Pathfinder Road Diamond Bar, California 91765 (909) 861-5995 Los Angeles County Fire Department Station 121 346 Armitos Place Diamond Bar, California 91765 (909) 396-0164 Metropolitan Water – La Verne Substructures Team P.O. Box 54153 Terminal Annex Los Angeles, CA 90054 (213) 217-6679 Los Angeles County Fire Department Station 120 1051 S Grand Ave Diamond Bar, CA 91765 (323) 881-2411 (non-emergencies) 911 (emergencies) The Contractor shall notify each of the above listed utility companies and agencies in writing (copy to City) of the project. They shall be invited to a pre-construction meeting and provided a work schedule. 1293492.1 GP-8 Subsection 6-1.3.2. Protection The Contractor is hereby alerted to the existence of utility lines. The Contractor shall carefully protect all lines during the course of construction. Subsection 6-1.4. Work Hours and Sound Control Daytime work hours shall be 7:00 a.m. to 4:00 p.m. Monday - Friday. Saturday work hours, if permitted at least one week (7 Calendar Days) in advance by the City Engineer, shall be 8:00 a.m. to 4:00 p.m. The contractor will submit a detailed construction schedule for City staff review and approval. It should be noted that the facilities and work areas are in use by the public and the contractor will be precluded from working on certain days or periods of time. The bidders will submit bid prices for this project with the understanding that schedule and periods of work will be impacted by unavoidable public uses from time to time. Nighttime work hours are not required but will be permitted at the request of the contractor with the City Engineer’s authorization. Contractor shall request nighttime work hours at least 1 week (7 calendar days) prior to beginning the proposed nighttime work operations. The Contractor shall comply with all County and local sound control and noise level rules, regulations, and ordinances which apply to any work performed pursuant to the contract, and shall make every effort to control any undue noise resulting from the construction operation. Each internal combustion engine used for any purpose on the job or related to the job shall be equipped with a muffler of a type recommended by the manufacturer. No internal combustion engine shall be operated on the project without said muffler. The City Engineer reserves the right to stop work if he determines that these conditions are being violated. Section 6-2. Prosecution of the Work Add the following sections: Subsection 6-2.1. Order of Work The order of work, except where otherwise specifically required by the Plans and Specifications, shall be determined by the Contractor who shall be solely responsible for coordinating all subcontract and prime contract work to minimize delays during construction. The Contractor shall schedule his work in order to be as least disruptive as possible to adjacent businesses and residents. 1293492.1 GP-9 Subsection 6-2.2. Responsibilities of the Contractor in Conduct of His Work Subsection 6-2.2.1. Labor is amended by the addition of the following: Labor Discrimination. No discrimination shall be made in the employment of such persons upon public works because of the race, color, or religion of such persons and every contractor for public works violating this section is subject to all the penalties imposed for a violation of Chapter 11 or Part VII, Division 2 of the Labor Code in accordance with the provisions of Section 1735 thereof. Subsection 6-2.2.2. Contractor's Responsibility for Work Reference is made to Section 6 - 8 of the Standard Specifications and these General Provisions. Except as provided above, until the formal acceptance of the work by the City Council, the Contractor shall have the charge and care thereof and shall bear the risk of injury or damage to any part thereof by the action of the elements or from any other case, whether arising from the execution or from the non-execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof, except such injuries or damages occasioned by acts of the Federal Government or the public enemy. Subsection 6-2.3. Public Convenience and Safety Subsection 6-2.3.1. Traffic and Access The Contractor shall furnish all flagmen and guards and supply and install all signs, lights, flares, barricade delineators, and other facilities which are necessary to expedite the passage of public traffic through or around the work or to prevent accidents or damage or injury to the public or to give adequate warning to the public of any dangerous conditions to be encountered. The California Manual of Uniform Traffic Control Devices (MUTCD), latest edition and Work Area Traffic Control Handbook (WATCH), latest edition shall be used for all traffic control on this project. Subsection 6-2.3.2. Protection of the Public It is part of the service required of the Contractor to make whatever provisions are necessary to protect the public. The Contractor shall use foresight and shall take such steps and precautions as his operations warrant to protect the public from danger, loss of life or loss of property, which would result from interruption or contamination of the public water supply, interruption of other public service, or from the failure of partly completed work or partially removed facilities. Unusual conditions may arise on the work which will require that immediate and unusual provisions be made to protect the public from danger or loss, or damage to life and property, due directly or indirectly to prosecution of work under this contract. 1293492.1 GP-10 Whenever, in the opinion of the City Engineer, an emergency exists against which the Contractor has not taken sufficient precaution for the public safety, protection of utilities and protection of adjacent structures or property which may be damaged by the Contractor's operations in the opinion of the City Engineer, immediate action shall be considered necessary in order to protect the public or property due to the Contractor's operations under this contract, the City Engineer will order the Contractor to provide a remedy for the unsafe condition. If the Contractor fails to act on the situation within a reasonable time period, the City Engineer may provide suitable protection to said interests by causing such work to be done and material to be furnished as, in the opinion of the City Engineer, may seem reasonable and necessary. The cost and expense of said labor and material, together with the cost and expense of such repairs as are deemed necessary, shall be borne by the Contractor. All expenses incurred by the Cityfor emergency repairs will be deducted from the progress payments and the final payment due to the Contractor. However, if the City does not take such remedial measures, the Contractor is not relieved of the full responsibility for public safety. Subsection 6-2.4. Recycling of Material Subsection 6-2.4.1. Recycle of Asphalt Concrete, Portland Cement Concrete The City is committed to recycling program. It is the obligation of the contractor, under this contract, to recycle the waste material through an approved recycling plant. Records and report of waste material will be submitted to the City of Diamond Bar on a regular monthly basis. The construction and demolition requirements of the City has been provided in Appendix _ for further information. Section 6-9 Liquidated Damages The amount of liquidated damages is hereby amended to $2,000 for each consecutive calendar day. Section 7. Measurement and Payment Section 7-3. Payment Subsection 7-3.1. General Payment for the various items of the Bid Schedule, as further specified herein, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of work, all in accordance with the provisions for Measurement and 1293492.1 GP-11 Payment in the Standard Specifications and these Special Provisions, and as shown on the Drawings, Exhibits, and spreadsheets including all appurtenances thereto, and including all costs of compliance with the regulations of public agencies having jurisdiction, including the Safety and Health Requirements of the California Division of Industrial Safety and the Occupational Safety and Health Administration of the U.S. Department of Labor (OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid Schedule, and all costs therefore shall be included in the prices named in the Bid Schedule for the various appurtenant items of work. The Contractor agrees that the payment of the amount under the Contract, and the adjustment and payment for any work done in accordance with any alterations of the same, shall release the City of Diamond Bar, the City Council, the City Manager, and the City Engineer of any and all claims or liability on account of work performed under the Contract or any alterations thereof. Guarantee. The Contractor agrees for a period of one year, commencing with the Final Notice of Completion, to correct without additional charge to the City, any defects in the work performed, or in the materials furnished, by the Contractor and/or manufacturer, jointly. Subsection 7-3.2. Partial and Final Payment Progress Payments. The Contractor shall be entitled each month to a monthly progress payment in an amount equal to ninety-five percent (95%) of the estimated percentage of actual work completed by the end of the preceding calendar month, based on the contract price less all previous payments. Subject to the provisions of Section 22300 of the Public Contract Code, a five percent (5%) retention will be withheld from each payment. All invoices and detailed pay requests shall be approved by the City Engineer before submittal to the City for payment. All billings shall be directed to the City Engineer. In all events, the City shall withhold no less than five percent (5%) of the contract price until final completion and acceptance of the work. This payment on account shall in no way be considered as an acceptance of any part of the work or material of the Contract, nor shall it in any way govern the final estimate. Acceptance of any progress payment accompanying any estimate without written protest shall be an acknowledgment by the Contractor that the number of accumulated contract days shown on the associated statement of working days is correct. Progress payments made by the City to the Contractor after the completion date of the Contract shall not constitute a waiver of liquidated damages. The Contractor shall submit with its invoice the Contractor's conditional waiver of lien for the entire amount covered by such invoice; valid unconditional waivers of lien from the Contractor and all subcontractors and material-men for all work and materials included in any prior invoices; 1293492.1 GP-12 Waivers of lien shall be in the forms prescribed by California Civil Code Section 3262. Prior to final payment by the City, the Contractor shall submit a final waiver of lien for the Contractor's work, together with releases of lien from any subcontractor or material-men. Final Payments. After the completion of the Contract, the City Engineer shall make a final inspection of the work done thereunder, and if entirely satisfactory and complete, the City shall pay to the Contractor an amount which, when added to the payments previously made and deductions allowable to the City, will equal ninety-five percent (95%) of the contract price. Thereafter the balance of the contract price remaining unpaid shall be paid thirty-five (35) calendar days after the recording of a Notice of Completion by the City. The payment of the final amount due under the Contract and the adjustment and payment for any work done in accordance with any alterations of the same shall release the City from any and all claims on account of the work performed under the Contract or any alterations thereof. Final payment to Contractor shall be withheld for at least 30 days after the time in which Contractor has verified, to the City's satisfaction, that it has submitted all information to the Department of Industrial Relations required by Labor Code §1773.3. Subsection 7-3.5. Contract Unit Prices Subsection 7-3.5.1. General All pay items will be paid for at the unit prices named in the Bid Schedule for the respective items of work. The quantities of work or material stated as unit price items on the Bid Schedule are stated only to give an indication of the general scope of the work. The City does not expressly, nor by implication, agree that the actual amount of work or material will correspond therewith, and reserves the right after the award of Contract to increase or decrease the quantity of any unit price item of work, and shall have the right to delete any Bid Item in its entirety, or to add additional Bid Items. Add the following sections: Section 7-6. Final Cleanup and Closeout Upon completion of the work, and before acceptance and final payment is made by the City, the Contractor shall clean the project site and areas occupied by him in connection with the work. All rubbish, excess materials, falsework, temporary structures, and equipment shall be removed; and all parts of the work shall be left in a neat and presentable condition. Prior to final closeout, the Contractor shall submit the following: A. A complete set of as-built/record plans showing constructed conditions, materials, revisions, finishes, etc. for the Project. 1293492.1 GP-13 B. A complete file of operation and maintenance manuals for equipment and materials used in the work. Such file shall be bound in hardcover, three-ring binders and shall be labeled. C. Required written guarantees. D. Complete list of subcontractors and principal vendors engaged in the execution of the work, including addresses and telephone numbers. Full compensation for conforming to the requirements of this Section shall be considered as included in the contract bid price paid for the various items of work and no additional compensation will be allowed therefor. Failure to conform to these requirements may result in the City withholding the full retention payment. Section 7-7. Payment for Bid Items See “Technical Provisions” section of these Specifications. 1293492.1 PART III SPECIAL PROVISIONS 1293492.1 SP-1 SPECIAL PROVISIONS FOR DIAMOND BAR CENTER IMPROVEMENTS PROJECT CITY PROJECT NO. FP23500 & FP23501 SPECIFICATIONS The work to be done shall be performed or executed in accordance with these Special Provisions and the "Standard Specifications for Public Works Construction", 2021 Edition and all subsequent supplements, hereinafter referred to as the Standard Specifications. The Standard Specifications are published by Building News, Inc. 10801 National Boulevard, Suite 100, Los Angeles, California 90034 and are included by reference only. LOCATION OF WORK Diamond Bar Center located at 1600 Grand Avenue in the City of Diamond Bar. ADDENDA The City Engineer may, without City Council approval, issue addenda to the Contract Documents during the period of advertising for bids for the purpose of: (a) revising prevailing wage scales or (b) clarifying or correcting Special Provisions, Plans or Bid Proposal; provided that any such addenda does not change the original scope and intent of the project. Purchasers of contract documents will be notified and furnished copies of such addenda, either by certified mail or personal delivery, during the period of advertising. TIME LIMIT AND NOTICE TO PROCEED All work shall be completed within eighty (80) working days. A move-in period of seven (7) calendar days will be allowed starting on the date in the Notice to Proceed. The counting of working days shall start on the date the Contractor elects to start work or the last day of the move-in period, whichever occurs first. The Contractor shall utilize the move-in period to ensure that all materials required for the project will be available for the scheduled work. No additional working days will be allowed for material delay once the Contractor commences work. The contractor shall begin construction within one week from the date of project award by City. The Notice to Proceed will be issued immediately after the project award and working days will be counted starting on the first date of construction start. Upon exhaustion of stipulated working days, liquidated damages will be assessed per each calendar day of delay. Nothing in this section will relieve the Contractor of its obligations relative to starting work as required elsewhere in these specifications. 1293492.1 SP-2 CHANGES IN THE WORK Subsection 2-7.1 of the Standard Specifications is replaced by the following: Notwithstanding the limitation imposed by this Subsection, the City Engineer may, with City Council approval, order changes in the work which increase the contract cost by not more than ten percent (10%) of the original contract amount. CONTRACTOR'S INDUSTRIAL SAFETY RECORD All bidders will be required to submit information as to their industrial safety record on the form provided in the Bid Proposal. A review of this safety record will be made prior to a determination of the lowest responsible bidder, and any adverse finding as to the bidder's safety record or any bid submitted which does not contain the Contractor's Industrial Safety Record, filled out and signed by the Contractor, may be sufficient cause for rejection of the bid. CONSTRUCTION SCHEDULE In accordance with Subsection 6-1 of the Standard Specifications, the Contractor shall submit a written proposed construction schedule to the City Engineer ten (10) calendar days prior to the start of work. Such schedule shall be subject to the review and approval by the City Engineer. No work shall be done until the City Engineer and the Contractor have agreed to the schedule to be followed by the Contractor. WITHHELD CONTRACT FUNDS Pursuant to Section 4590 of the Government Code, the Contractor at its own expense may deposit securities pledged in favor of the City with a state or federally chartered bank as the escrow agent. The acceptable securities are those listed in Section 16430 of the Government Code or bank or savings and loan certificates of deposit. The amount of securities to be deposited shall be equivalent to the maximum amount permitted to be withheld as specified in Subsection 9-3.2 of the Standard Specifications. Formal acceptance of the project by the City terminates the City’s interest in the securities. PUBLIC CONVENIENCE AND SAFETY In addition to the requirements of Subsection 6-2.3-10 of the General Provisions, the Contractor shall maintain access to all adjacent properties. Furthermore, this subsection is amended and supplemented by the following paragraphs: 1293492.1 SP-3 Full compensation for complying with the above requirements shall be considered as included in the various items of work unless otherwise specified above CONSTRUCTION WATER Construction water is available from the Walnut Valley Water District (WVWD) by applying for a temporary meter, which will be installed and chained to a hydrant by WVWD. Contact WVWD at telephone (909) 595-7554 to apply for construction water. Contractor to verify current charges. SANITARY CONVENIENCE Necessary sanitary facilities for the use of workman on the job shall be provided and maintained in an approved manner by the Contractor, properly secluded from public observation and in compliance with health ordinances and laws, and their use shall be strictly enforced by the Contractor. STORAGE SITE It shall be the Contractor’s responsibility to locate any storage sites for materials and equipment needed and such sites either located on public or private property must be approved in advance by the City Engineer. No equipment or materials shall be stored in the public roadway right-of-way without prior written approval from the City Engineer. SPECIAL INSPECTION FEES If the Contractor elects to work under this contract more than 8 hours/day or more than 40 hours/week, Saturday, Sunday, or CITY holidays, the Contractor shall arrange with the City Engineer for the required inspection service and pay the Special Inspection Fees which will be charged at the following rates: Monday through Fridays - $100.00 per hour Saturday, Sunday, Holidays - $1000.00 per day Fees may be deducted from payments due to the Contractor at the discretion of the City Engineer. PRE-CONSTRUCTION MEETING The City shall arrange a pre-construction meeting with the Contractor and representatives from utility companies, which shall be held a minimum of ten (10) calendar days prior to commencement of any work. 1293492.1 SP-4 TRASH COLLECTION SCHEDULE Questions regarding trash collection can be directed to: Waste Management Valley Vista Services (626) 856-1285 (800)442-6454 (818) 960-7551 REMOVAL OF MATERIALS Materials, which are to be disposed of, include, but are not limited to: saw-cut asphalt pavement and concrete removed for curb and gutter shall not be stored at the site but shall be removed immediately. No overnight storage of materials or debris will be allowed in the street area or surrounding areas. COMPETENCY OF BIDDER The bidder shall be licensed under the provisions of Chapter 9, Division 3, of the Business and Professions Code of the State of California to do the type of work contemplated in the Contract and shall be skilled and regularly engaged in the general class or type of work called for under this Contract. The Contractor shall possess a State of California Class A Contractor’s License or a combination of Class C Specialty Contractor’s License(s) adequate to perform the work herein described and be registered with the Department of Industrial Relations per California Labor Code Section 1771.1. All subcontractors shall have equivalent licenses for their specific trades. BID QUANTITIES The quantities given in the Proposal and Contract form are approximate, being given as a basis for the comparison of bids only, and the city does not, expressly or by implication, agree that the actual amount of work will correspond therewith, but reserves the right to increase or decrease the amount of any class or portion of the work, or to omit any portion of the work, as may be deemed advisable or necessary by the City Engineer. CITY EQUAL EMPLOYMENT OPPORTUNITY (EEO) PROVISIONS 1. AFFIRMATIVE ACTION PLAN FOR EQUAL EMPLOYMENT OPPORTUNITY The following provisions pertaining to equal employment opportunity are incorporated into this Contract. In connection with performance of work under this Contract, the Contractor agrees as follows: a. The Contractor will not discriminate against any employee or applicant for employment because of race, color, sex, religion, ancestry or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and the employees are treated during employment, without regard to race, color, sex, religion, ancestry or national origin. Such action shall include, but not be limited 1293492.1 SP-5 to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship where applicable. b. In all advertisements for labor or other personnel, or requests for employment of any nature, the Contractor shall state that all qualified applicants will receive consideration for employment of any nature, the Contractor shall state that all qualified applicants will receive consideration for employment without regard to race, color, sex, religion, ancestry or national origin. c. In all hiring, the Contractor shall make every effort to hire qualified workers from all races and ethnic groups. d. The Contractor shall be responsible for the compilation of records of the ethnic distribution of the entire project work force on forms furnished by the City. Said forms, indicating the ethnic distribution of man-hours of work within the various crafts and trades, shall be filed by the Contractor with the City every thirty (30) days. e. The Contractor shall send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the City, advising the said labor union or worker's representative of the Contractor's commitments under this section. f. The Contractor shall maintain and permit access by the City to records of employment, employment advertisements, application forms and other pertinent data and records of the Contractor's own work force and that of the various subcontractors on the project for the purpose of investigation to ascertain compliance with this EEO section. g. Within ten (10) days after execution of the Contract by the City, the Contractor shall meet the following standards for affirmative compliance and shall ensure that each subcontractor on the project will meet these requirements within ten (10) days after receiving a Notice to Proceed from the Contractor, unless the City provides for a greater time period: (1)File with the City an Affirmative Action Plan indicating the steps it will take to encourage and assist qualified members of minority groups. Such affirmative action will include statements regarding recruitment, employment, compensation, promotion or demotion, and selection for training. (2)Provide evidence as required by the City that it has notified in writing all subcontractors, the Contractor's supervisors and other personnel officers of the content of this EEO section and their responsibilities under it. 1293492.1 SP-6 (3)Provide evidence, as required by the City that it has notified in writing all sources of employee referrals (including, but not limited to, unions, employment agencies and the State Department of Employment Development) of the content of this EEO section. (4)Notify the City in writing of any opposition to this EEO section by individuals, firms, unions or organizations. h. If the City has reason to believe that the Contractor or a subcontractor may have committed a violation of the EEO section of this Contract or of the California Fair Employment Practice Act or of any applicable Federal law concerning equal employment practices on this project, the City will cause written notice to be served on the Contractor or its representative, and to any subcontractor involved in such violation. The notice shall set forth the nature of the violation. Upon the City’s request, the Contractor shall meet with representatives of the City in order to determine the means of correcting the violation and the time period within which the violation shall be corrected. If, within ten (10) days, the Contractor or subcontractor has failed or refused to remedy the violation, the City may notify the Fair Employment Practices Commission and pursue any other remedies, which may be available under the law. i. The Contractor shall include the provisions of the foregoing paragraphs 1a through 1h in every first tier subcontract and require each subcontractor to bind each further subcontractor with whom it has a contract to such provisions, so that such provisions will be binding upon each subcontractor who performs any of the work required by the Contract. 2. ANTI-DISCRIMINATION a. The Contractor certifies and agrees that all persons employed by the Contractor, its affiliates, subsidiaries or holding companies are and will be treated equally by the Contractor without regard to or because of race, color, sex, religion, ancestry or national origin and in compliance with State and Federal anti- discrimination laws. The Contractor further certifies and agrees that it will deal with its subcontractors, bidders and vendors without regard to or because of race, color, sex, religion, ancestry or national origin. The Contractor agrees to allow access to its employment records during regular business hours to verify compliance with the foregoing provisions when so requested by the City. b. The Contractor specifically recognizes and agrees that if the City finds that any of the foregoing provisions have been violated, the same shall constitute a material breach of Contract upon which the City may determine to cancel, terminate or suspend the Contract. While the City reserves the right to determine individually that the anti-discrimination provisions of the Contract have been violated, in addition a determination by the California Fair Employment Practices Commission or the Federal Equal Employment Opportunity Commission that the Contractor has violated State or Federal anti- 1293492.1 SP-7 discrimination laws shall constitute a finding by the City that the Contractor has violated the anti-discrimination provisions of the Contract. c. At its option, and in lieu of canceling, terminating or suspending the Contract, the City may impose damages for any violation of the anti-discrimination provisions of this section, in the amount of two hundred ($200.00) for each violation found and determined. The City and the Contractor specifically agree that the aforesaid amount shall be imposed as liquidated damages, and not as a forfeiture or penalty. It is further specifically agreed that the aforesaid amount is presumed to be the amount of damages sustained by reason of any such violation, because, from the circumstances and the nature of the violation, it is impracticable and extremely difficult to fix actual damages. 1293492.1 TP-1 PART IV TECHNICAL PROVISIONS 1293492.1 TP-2 TECHNICAL PROVISIONS FOR DIAMOND BAR CENTER IMPROVEMENTS PROJECT CITY PROJECT NO. FP23500 & FP23501 BID ITEMS Each respective bid item as shown on the proposal form shall comply with the respective section of the 2021 edition of Standard Specifications for Public Works Construction, its supplements, and any other publication as specified or listed in the General Conditions. If there is a conflict between these Technical Provisions and the Standard Specifications, these Technical Provisions shall have precedence. Incidental Work - All work and materials required by the plans and specifications, and not specifically listed in the bid schedule items of work, shall be considered incidental and no additional payment shall be made therefore. Incidental items shall include, but not be limited to implementation of the water pollution control and Best Management Practices for the protection of storm drain structures; saw cutting; excavation and disposal of materials; and coordination of utilities. ADDITIONAL SPECIFICATIONS AND PROVISIONS TECHNICAL SPECIFICATIONS PBLA TECHNICAL SPECIFICATIONS CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS TOC-1 DOCUMENT 000110 - TABLE OF CONTENTS DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 000110 TABLE OF CONTENTS DIVISION 01 - GENERAL REQUIREMENTS 011000 SUMMARY 012500 SUBSTITUTION PROCEDURES 013300 SUBMITTAL PROCEDURES 014000 QUALITY REQUIREMENTS 014200 REFERENCES 015000 TEMPORARY FACILITIES AND CONTROLS 016000 PRODUCT REQUIREMENTS 017300 EXECUTION 017419 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 017700 CLOSEOUT PROCEDURES 017823 OPERATION AND MAINTENANCE DATA 017839 PROJECT RECORD DOCUMENTS DIVISION 02 - EXISTING CONDITIONS 024119 SELECTIVE DEMOLITION DIVISION 07 – THERMAL AND MOISTURE PROTECTION 072100 THERMAL INSULATION 072500 WEATHER BARRIERS 075400 ROOFING MENBRANE (TPO) 076200 SHEET METAL FLASHING AND TRIM 079200 JOINT SEALANTS DIVISION 08 – WINDOWS AND DOORS 081113 HOLLOW METAL DOORS 081400 WOOD DOORS 084113 ALUMINUM FRAMED WINDOWS 087100 DOOR HARDWARE 088000 GLAZING 088813 FIRE RATED GLASS DIVISION 09 – FINISHES 092216 NON-STRUCTURAL METAL FRAMING 092400 PORTLAND CEMENT PLASTER 092900 GYPSUM BOARD 099113 EXTERIOR PAINTING 099123 INTERIOR PAINTING DIVISION 26 – ELECTRICAL 260000 ELECTRICAL GENERAL REQUIREMENTS CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS SECTION 011000 - SUMMARY PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Project information. 2. Work covered by Contract Documents. 3. Phased construction. 4. Work under separate contracts. 5. Contractor's use of site and premises. 6. Coordination with occupants. 7. Work restrictions. 8. Specification and Drawing conventions. B. Related Requirements: 1. Section 015000 "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities. 1.2 PROJECT INFORMATION A. Project Identification: LeBard Park Improvements. 1. Project Location: 16500 Grand Ave. Diamond Bar, CA 91765 B. Owner: City of Diamond Bar 21810 Copley Dr. Diamond Bar, CA 91765 1. Owner's Representative: Jason Williams C. Architect: PBLA Engineering Inc., 1481 Ford Street, Suite 201, Redlands, CA 92373. 1. Architect's Representative: Matt Evans. P: (909) 888-9642. E: mevans@pbla.biz. 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. The Work of Project is defined by the Contract Documents and consists of the following: 1. New addition for new sliding entry door and new door hardware throughout existing facility. new light control panels and framed light coves with new fixtures in existing banquet room. new down lights and wall sconces in existing banquet room. B. Type of Contract: 1. Project will be constructed under a single prime contract. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS [Type here] 1.4 PHASED CONSTRUCTION A. The Work shall be conducted in one phase with add alternates. B. Before commencing Work, submit an updated copy of Contractor's construction schedule showing the sequence, commencement and completion dates for the Work. 1.5 WORK UNDER SEPARATE CONTRACTS A. General: Cooperate fully with separate contractors so work on those contracts may be carried out smoothly, without interfering with or delaying Work under this Contract or other contracts. Coordinate the Work of this Contract with work performed under separate contracts. 1.6 CONTRACTOR'S USE OF SITE AND PREMISES A. Unrestricted Use of Site: Contractor shall have full use of Project site for construction operations during construction period. Contractor's use of Project site is limited only by Owner's right to perform work or to retain other contractors on portions of Project. B. Limits on Use of Site: Limit use of Project site to Work in areas indicated. Do not disturb portions of Project site beyond areas in which the Work is indicated. 1. Driveways, Walkways, and Entrances: Keep driveways and entrances serving premises clear and available to Owner, Owner's employees, and emergency vehicles at all times. Do not use these areas for parking or for storage of materials. C. Condition of Existing Grounds: Maintain portions of existing grounds, landscaping, and hardscaping affected by construction operations throughout construction period. Repair damage caused by construction operations. 1.7 COORDINATION WITH OCCUPANTS A. Owner Limited Occupancy of Completed Areas of Construction: Owner reserves the right to occupy and to place and install equipment in completed portions of the Work, prior to Substantial Completion of the Work, provided such occupancy does not interfere with completion of the Work. Such placement of equipment and limited occupancy shall not constitute acceptance of the total Work. 1.8 WORK RESTRICTIONS A. Comply with restrictions on construction operations. 1. Comply with limitations on use of public streets, work on public streets, rights of way, and other requirements of authorities having jurisdiction. B. On-Site Work Hours: Comply with requirements of authorities having jurisdiction. C. Nonsmoking Building: Smoking is not permitted within the building or within 25 feet (8 m) of entrances, operable windows, or outdoor-air intakes. D. Smoking and Controlled Substance Restrictions: Use of tobacco products, alcoholic beverages, and other controlled substances on Project site is not permitted. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 1.9 SPECIFICATION AND DRAWING CONVENTIONS A. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: 1. Imperative mood and streamlined language are generally used in the Specifications. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or phrase. 2. Text Color: Text used in the Specifications, including units of measure, manufacturer and product names, and other text may appear in multiple colors or underlined as part of a hyperlink; no emphasis is implied by text with these characteristics. 3. Hypertext: Text used in the Specifications may contain hyperlinks. Hyperlinks may allow for access to linked information that is not residing in the Specifications. Unless otherwise indicated, linked information is not part of the Contract Documents. 4. Specification requirements are to be performed by Contractor unless specifically stated otherwise. B. Division 00 Contracting Requirements: General provisions of the Contract, including General and Supplementary Conditions, apply to all Sections of the Specifications. C. Division 01 General Requirements: Requirements of Sections in Division 01 apply to the Work of all Sections in the Specifications. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01100 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 012500 - 1 SECTION 012500 - SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for substitutions. B. Related Requirements: 1. Section 016000 "Product Requirements" for requirements for submitting comparable product submittals for products by listed manufacturers. 1.2 DEFINITIONS A. Substitutions: Changes in products, materials, equipment, and methods of construction from those required by the Contract Documents and proposed by Contractor. 1. Substitutions for Cause: Changes proposed by Contractor that are required due to changed Project conditions, such as unavailability of product, regulatory changes, or unavailability of required warranty terms. 2. Substitutions for Convenience: Changes proposed by Contractor or Owner that are not required in order to meet other Project requirements but may offer advantage to Contractor or Owner. 1.3 ACTION SUBMITTALS A. Substitution Requests: Submit three copies of each request for consideration. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. Substitution Request Form: Use CSI Form 13.1A, "Substitution Request", or Contractor's comparable form. 2. Documentation: Show compliance with requirements for substitutions and the following, as applicable: a. Statement indicating why specified product or fabrication or installation method cannot be provided, if applicable. b. Coordination of information, including a list of changes or revisions needed to other parts of the Work and to construction performed by Owner and separate contractors that will be necessary to accommodate proposed substitution. c. Detailed comparison of significant qualities of proposed substitutions with those of the Work specified. Include annotated copy of applicable Specification Section. Significant qualities may include attributes, such as performance, weight, size, durability, visual effect, sustainable design characteristics, warranties, and specific features and requirements indicated. Indicate deviations, if any, from the Work specified. d. Product Data, including drawings and descriptions of products and fabrication and installation procedures. e. Samples, where applicable or requested. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 012500 - 2 f. f. Certificates and qualification data, where applicable or requested. g. List of similar installations for completed projects, with project names and addresses as well as names and addresses of architects and owners. h. Material test reports from a qualified testing agency, indicating and interpreting test results for compliance with requirements indicated. i. Research reports evidencing compliance with building code in effect for Project, From ICC-ES. j. Detailed comparison of Contractor's construction schedule using proposed substitutions with products specified for the Work, including effect on the overall Contract Time. If specified product or method of construction cannot be provided within the Contract Time, include letter from manufacturer, on manufacturer's letterhead, stating date of receipt of purchase order, lack of availability, or delays in delivery. k. Cost information, including a proposal of change, if any, in the Contract Sum. l. Contractor's certification that proposed substitution complies with requirements in the Contract Documents, except as indicated in substitution request, is compatible with related materials and is appropriate for applications indicated. m. Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of failure of proposed substitution to produce indicated results. 3. Architect's Action: If necessary, Architect will request additional information or documentation for evaluation within seven days of receipt of a request for substitution. Architect will notify Contractor of acceptance or rejection of proposed substitution within 15 days of receipt of request, or seven days of receipt of additional information or documentation, whichever is later. a. Forms of Acceptance: Change Order, Construction Change Directive, or Architect's Supplemental Instructions for minor changes in the Work. b. Use product specified if Architect does not issue a decision on use of a proposed substitution within time allocated. 1.4 QUALITY ASSURANCE A. Compatibility of Substitutions: Investigate and document compatibility of proposed substitution with related products and materials. Engage a qualified testing agency to perform compatibility tests recommended by manufacturers. 1.5 PROCEDURES A. Coordination: Revise or adjust affected work as necessary to integrate work of the approved substitutions. 1.6 SUBSTITUTIONS A. Substitutions for Cause: Submit requests for substitution immediately on discovery of need for change, but not less than 15 days prior to time required for preparation and review of related submittals. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 012500 - 3 1. Conditions: Architect will consider Contractor's request for substitution when the following conditions are satisfied. If the following conditions are not satisfied, Architect will return requests without action, except to record noncompliance with these requirements: a. Requested substitution does not require extensive revisions to the Contract Documents. b. Requested substitution is consistent with the Contract Documents and will produce indicated results. c. Requested substitution provides sustainable design characteristics that specified product provided for compliance with CGBC requirements. d. Substitution request is fully documented and properly submitted. e. Requested substitution will not adversely affect Contractor's construction schedule. f. Requested substitution has received necessary approvals of authorities having jurisdiction. g. Requested substitution is compatible with other portions of the Work. h. Requested substitution has been coordinated with other portions of the Work. i. Requested substitution provides specified warranty. j. If requested substitution involves more than one contractor, requested substitution has been coordinated with other portions of the Work, is uniform and consistent, is compatible with other products, and is acceptable to all contractors involved. B. Substitutions for Convenience: Architect will consider requests for substitution if received within 30 days after the Notice to Proceed. Requests received after that time may be considered or rejected at discretion of Architect. 1. Conditions: Architect will consider Contractor's request for substitution when the following conditions are satisfied. If the following conditions are not satisfied, Architect will return requests without action, except to record noncompliance with these requirements: a. Requested substitution offers Owner a substantial advantage in cost, time, energy conservation, or other considerations, after deducting additional responsibilities Owner must assume. Owner's additional responsibilities may include compensation to Architect for redesign and evaluation services, increased cost of other construction by Owner, and similar considerations. b. Requested substitution does not require extensive revisions to the Contract Documents. c. Requested substitution is consistent with the Contract Documents and will produce indicated results. d. Requested substitution provides sustainable design characteristics that specified product provided for compliance with CGBC requirements. e. Substitution request is fully documented and properly submitted. f. Requested substitution will not adversely affect Contractor's construction schedule. g. Requested substitution has received necessary approvals of authorities having jurisdiction. h. Requested substitution is compatible with other portions of the Work. i. Requested substitution has been coordinated with other portions of the Work. j. Requested substitution provides specified warranty. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 012500 - 4 k. If requested substitution involves more than one contractor, requested substitution has been coordinated with other portions of the Work, is uniform and consistent, is compatible with other products, and is acceptable to all contractors involved. END OF SECTION 012500 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 013300 - 1 SECTION 013300 - SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Submittal schedule requirements. 2. Administrative and procedural requirements for submittals. 1.2 DEFINITIONS A. Action Submittals: Written and graphic information and physical samples that require Architect's responsive action. Action submittals are those submittals indicated in individual Specification Sections as "action submittals." B. Informational Submittals: Written and graphic information and physical samples that do not require Architect's responsive action. Submittals may be rejected for not complying with requirements. Informational submittals are those submittals indicated in individual Specification Sections as "informational submittals." 1.3 SUBMITTAL SCHEDULE A. Submittal Schedule: Submit, as an action submittal, a list of submittals, arranged in chronological order by dates required by construction schedule. Include time required for review, ordering, manufacturing, fabrication, and delivery when establishing dates. Include additional time required for making corrections or revisions to submittals noted by Architect and additional time for handling and reviewing submittals required by those corrections. 1.4 SUBMITTAL FORMATS A. Submittal Information: Include the following information in each submittal: 1. Project name. 2. Date. 3. Name of Architect. 4. Name of Contractor. 5. Name of firm or entity that prepared submittal. 6. Names of subcontractor, manufacturer, and supplier. 7. Unique submittal number, including revision identifier. Include Specification Section number with sequential alphanumeric identifier; and alphanumeric suffix for resubmittals. 8. Category and type of submittal. 9. Submittal purpose and description. 10. Number and title of Specification Section, with paragraph number and generic name for each of multiple items. 11. Drawing number and detail references, as appropriate. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 013300 - 2 12. Indication of full or partial submittal. 13. Location(s) where product is to be installed, as appropriate. 14. Other necessary identification. 15. Remarks. 16. Signature of transmitter. B. Options: Identify options requiring selection by Architect. C. Deviations and Additional Information: On each submittal, clearly indicate deviations from requirements in the Contract Documents, including minor variations and limitations; include relevant additional information and revisions, other than those requested by Architect on previous submittals. Indicate by highlighting on each submittal or noting on attached separate sheet. D. Paper Submittals: 1. Place a permanent label or title block on each submittal item for identification; include name of firm or entity that prepared submittal. 2. Provide a space approximately 6 by 8 inches (150 by 200 mm) on label or beside title block to record Contractor's review and approval markings and action taken by Architect. 3. Additional Copies: Unless additional copies are required for final submittal, and unless Architect observes noncompliance with provisions in the Contract Documents, initial submittal may serve as final submittal. 4. Action Submittals: Submit not less than five paper copies of each submittal unless otherwise indicated. Architect will return not less than two copies. a. Submit two additional copies to Owner's Commissioning Authority when required by Contract Documents. 5. Informational Submittals: Submit not less than five `paper copies of each submittal unless otherwise indicated. Architect will return not less than two copies. a. Submit two additional copies to Owner's Commissioning Authority when required by Contract Documents. 6. Transmittal for Paper Submittals: Assemble each submittal individually and appropriately for transmittal and handling. Transmit each submittal using AIA Document G810, "Transmittal Letter", CSI Form 12.1A, "Submittal Transmittal", or Contractor's comparable form. 7. Annotate and retain one copy of file as a Project Record Document file. E. PDF Submittals: 1. Prepare submittals as PDF package, incorporating complete information into each PDF file. Name PDF file with submittal number. 2. Provide means for insertion to permanently record Contractor's review and approval markings and action taken by Architect. 3. Additional Copies: Unless additional copies are required for final submittal, and unless Architect observes noncompliance with provisions in the Contract Documents, initial submittal may serve as final submittal. 4. Action Submittals: Architect will return annotated file. a. Submit additional copy to Owner's Commissioning Authority when required by Contract Documents. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 013300 - 3 5. Informational Submittals: Architect will return annotated file. a. Submit additional copy to Owner's Commissioning Authority when required by Contract Documents. 6. Transmittal for PDF Submittals: Assemble each submittal individually and appropriately for transmittal and handling. Transmit each submittal using AIA Document G810. "Transmittal Letter", CSI Form 12.1A, "Submittal Transmittal", or Contractor's comparable form. 7. Annotate and retain one copy of file as a digital Project Record Document file. 1.5 SUBMITTAL PROCEDURES A. General: Contractor may provide paper submittals or PDF submittals at his option. B. Prepare and submit submittals required by individual Specification Sections. Types of submittals are indicated in individual Specification Sections. 1. Paper Submittals: Prepare submittals in paper form, and deliver to Architect. Include paper transmittal form. 2. PDF Submittals: Prepare submittals as PDF package, and transmit to Architect by sending via email. Include PDF transmittal form. Include information in email subject line as requested by Architect. C. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Submit all submittal items required for each Specification Section concurrently unless partial submittals for portions of the Work are indicated on approved submittal schedule. 3. Submit action submittals and informational submittals required by the same Specification Section as separate packages under separate transmittals. D. Processing Time: Allow time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Architect's receipt of submittal. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing, including resubmittals. 1. Initial Review: Allow 15 days for initial review of each submittal. Allow additional time if coordination with subsequent submittals is required. Architect will advise Contractor when a submittal being processed must be delayed for coordination. 2. Resubmittal Review: Allow 15 days for review of each resubmittal. E. Resubmittals: Make resubmittals in same form and number of copies as initial submittal. F. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. Show distribution on transmittal forms. G. Use for Construction: Retain complete copies of submittals on Project site. Use only final action submittals that are marked with approval notation from Architect's action stamp. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 013300 - 4 1.6 SUBMITTAL REQUIREMENTS A. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard published data are unsuitable for use, submit as Shop Drawings, not as Product Data. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information, as applicable: a. Manufacturer's catalog cuts. b. Manufacturer's product specifications. c. Standard color charts. d. Statement of compliance with specified referenced standards. e. Testing by recognized testing agency. f. Application of testing agency labels and seals. g. Notation of coordination requirements. h. Availability and delivery time information. 4. For equipment, include the following in addition to the above, as applicable: a. Wiring diagrams that show factory-installed wiring. b. Printed performance curves. c. Operational range diagrams. d. Clearances required to other construction, if not indicated on accompanying Shop Drawings. 5. Submit Product Data before Shop Drawings, and before or concurrent with Samples. B. Shop Drawings: Prepare Project-specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data unless submittal based on Architect's digital data drawing files is otherwise permitted. 1. Preparation: Fully illustrate requirements in the Contract Documents. Include the following information, as applicable: a. Identification of products. b. Schedules. c. Compliance with specified standards. d. Notation of coordination requirements. e. Notation of dimensions established by field measurement. f. Relationship and attachment to adjoining construction clearly indicated. g. Seal and signature of professional engineer if specified. 2. Paper Sheet Size: Except for templates, patterns, and similar full-size Drawings, submit Shop Drawings on sheets not less than 8-1/2 by 11 inches (215 by 280 mm), and not more than 30 by 42 inches (750 by 1067 mm). a. Submit not less than five opaque (bond) copies of each submittal. Architect will return not less than two copies. C. Samples: Submit Samples for review of kind, color, pattern, and texture for a check of these characteristics with other materials. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 013300 - 5 1. Transmit Samples that contain multiple, related components such as accessories together in one submittal package. 2. Identification: Permanently attach label on unexposed side of Samples that includes the following: a. Project name and submittal number. b. Generic description of Sample. c. Product name and name of manufacturer. d. Sample source. e. Number and title of applicable Specification Section. f. Specification paragraph number and generic name of each item. 3. Paper Transmittal: Include paper transmittal including complete submittal information indicated. 4. PDF Transmittal: Include digital image file illustrating Sample characteristics, and identification information for record. 5. Disposition: Maintain sets of approved Samples at Project site, available for quality- control comparisons throughout the course of construction activity. Sample sets may be used to determine final acceptance of construction associated with each set. a. Samples that may be incorporated into the Work are indicated in individual Specification Sections. Such Samples must be in an undamaged condition at time of use. b. Samples not incorporated into the Work, or otherwise designated as Owner's property, are the property of Contractor. 6. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available. a. Number of Samples: Submit not less than two full sets of available choices where color, pattern, texture, or similar characteristics are required to be selected from manufacturer's product line. Architect will return submittal with options selected. 7. Samples for Verification: Submit full-size units or Samples of size indicated, prepared from same material to be used for the Work, cured and finished in manner specified, and physically identical with material or product proposed for use, and that show full range of color and texture variations expected. Samples include, but are not limited to, the following: partial sections of manufactured or fabricated components; small cuts or containers of materials; complete units of repetitively used materials; swatches showing color, texture, and pattern; color range sets; and components used for independent testing and inspection. a. Number of Samples: Submit not less than five sets of Samples. Architect will retain two Sample sets; remainder will be returned. 1) Submit not less than one Sample where assembly details, workmanship, fabrication techniques, connections, operation, and other similar characteristics are to be demonstrated. 2) If variation in color, pattern, texture, or other characteristic is inherent in material or product represented by a Sample, submit not less than five sets of paired units that show approximate limits of variations. b. Mark up and retain one returned Sample set as a project record Sample. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 013300 - 6 D. Product Schedule: As required in individual Specification Sections, prepare a written summary indicating types of products required for the Work and their intended location. E. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses, contact information of architects and owners, and other information specified. F. Design Data: Prepare and submit written and graphic information indicating compliance with indicated performance and design criteria in individual Specification Sections. Include list of assumptions and summary of loads. Include load diagrams if applicable. Provide name and version of software, if any, used for calculations. Number each page of submittal. G. Certificates: 1. Certificates and Certifications Submittals: Submit a statement that includes signature of entity responsible for preparing certification. Certificates and certifications shall be signed by an officer or other individual authorized to sign documents on behalf of that entity. Provide a notarized signature where indicated. 2. Installer Certificates: Submit written statements on manufacturer's letterhead certifying that Installer complies with requirements in the Contract Documents and, where required, is authorized by manufacturer for this specific Project. 3. Manufacturer Certificates: Submit written statements on manufacturer's letterhead certifying that manufacturer complies with requirements in the Contract Documents. Include evidence of manufacturing experience where required. 4. Material Certificates: Submit written statements on manufacturer's letterhead certifying that material complies with requirements in the Contract Documents. 5. Product Certificates: Submit written statements on manufacturer's letterhead certifying that product complies with requirements in the Contract Documents. 6. Welding Certificates: Prepare written certification that welding procedures and personnel comply with requirements in the Contract Documents. Submit record of Welding Procedure Specification and Procedure Qualification Record on AWS forms. Include names of firms and personnel certified. H. Test and Research Reports: 1. Compatibility Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of compatibility tests performed before installation of product. Include written recommendations for substrate preparation and primers required. 2. Field Test Reports: Submit written reports indicating and interpreting results of field tests performed either during installation of product or after product is installed in its final location, for compliance with requirements in the Contract Documents. 3. Material Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements in the Contract Documents. 4. Preconstruction Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of tests performed before installation of product, for compliance with performance requirements in the Contract Documents. 5. Product Test Reports: Submit written reports indicating that current product produced by manufacturer complies with requirements in the Contract Documents. Base reports on evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed by a qualified testing agency. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 013300 - 7 6. Research Reports: Submit written evidence, from a model code organization acceptable to authorities having jurisdiction, that product complies with building code in effect for Project. Include the following information: a. Name of evaluation organization. b. Date of evaluation. c. Time period when report is in effect. d. Product and manufacturers' names. e. Description of product. f. Test procedures and results. g. Limitations of use. 1.7 DELEGATED-DESIGN SERVICES A. Performance and Design Criteria: Where professional design services or certifications by a design professional are specifically required of Contractor by the Contract Documents, provide products and systems complying with specific performance and design criteria indicated. 1. If criteria indicated are insufficient to perform services or certification required, submit a written request for additional information to Architect. B. Delegated-Design Services Certification: In addition to Shop Drawings, Product Data, and other required submittals, submit digitally signed PDF file and not less than five paper copies of certificate, signed and sealed by the responsible design professional, for each product and system specifically assigned to Contractor to be designed or certified by a design professional. 1. Indicate that products and systems comply with performance and design criteria in the Contract Documents. Include list of codes, loads, and other factors used in performing these services. 1.8 CONTRACTOR'S REVIEW A. Action Submittals and Informational Submittals: Review each submittal and check for coordination with other Work of the Contract and for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Architect. B. Contractor's Approval: Indicate Contractor's approval for each submittal with a uniform approval stamp. Include name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 1. Architect will not review submittals received from Contractor that do not have Contractor's review and approval. 2. Architect will return without review or discard submittals received from Contractor that do not have Contractor's review and approval. 1.9 ARCHITECT'S REVIEW A. Action Submittals: Architect will review each submittal, indicate corrections or revisions required, and return it. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 013300 - 8 1. Paper Submittals: Architect will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action. 2. PDF Submittals: Architect will insert an action stamp in each submittal and will mark stamp appropriately to indicate action B. Informational Submittals: Architect will review each submittal, indicate if it does or does not comply with requirements, and return it. C. Partial submittals prepared for a portion of the Work will be reviewed when use of partial submittals has received prior approval from Architect. D. Incomplete submittals are unacceptable, will be considered nonresponsive, will not be reviewed, and will be returned by Architect without action or will be discarded. E. Submittals received from sources other than Contractor will not be reviewed, and will be returned by Architect without action or will be discarded. F. Submittals not required by the Contract Documents will not be reviewed, and will be returned by Architect without action or will be discarded. END OF SECTION 013300 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 014000 - 1 SECTION 014000 - QUALITY REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for quality assurance and quality control. B. Testing and inspection services are required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with the Contract Document requirements. 1. Specified tests, inspections, and related actions do not limit Contractor's other quality- assurance and quality-control procedures that facilitate compliance with the Contract Document requirements. 2. Requirements for Contractor to provide quality-assurance and quality-control services required by Architect, Owner, Commissioning Authority, or authorities having jurisdiction are not limited by provisions of this Section. 1.2 DEFINITIONS A. Experienced: When used with an entity or individual, "experienced" unless otherwise further described means having successfully completed not less than five previous projects similar in nature, size, and extent to this Project; being familiar with special requirements indicated; and having complied with requirements of authorities having jurisdiction. B. Field Quality-Control Tests and Inspections: Tests and inspections that are performed on-site for installation of the Work and for completed Work. C. Installer/Applicator/Erector: Contractor or another entity engaged by Contractor as an employee, Subcontractor, or Sub-subcontractor, to perform a particular construction operation, including installation, erection, application, assembly, and similar operations. 1. Use of trade-specific terminology in referring to a Work result does not require that certain construction activities specified apply exclusively to specific trade(s). D. Mockups: Full-size physical assemblies that are constructed on-site either as freestanding temporary built elements or as part of permanent construction. Mockups are constructed to verify selections made under Sample submittals; to demonstrate aesthetic effects and qualities of materials and execution; to review coordination, testing, or operation; to show interface between dissimilar materials; and to demonstrate compliance with specified installation tolerances. Mockups are not Samples. Unless otherwise indicated, approved mockups establish the standard by which the Work will be judged. 1. Laboratory Mockups: Full-size physical assemblies constructed and tested at testing facility to verify performance characteristics. 2. Integrated Exterior Mockups: Mockups of the exterior envelope constructed on-site as freestanding temporary built elements or as indicated in-place portions of permanent construction, consisting of multiple products, assemblies, and subassemblies, with cutaways enabling inspection of concealed portions of the Work. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 014000 - 2 a. Include each system, assembly, component, and part of the exterior wall and roof to be constructed for the Project. Colors of components shall be those selected by the Architect for use in the Project. 3. Room Mockups: Mockups of typical interior spaces complete with wall, floor, and ceiling finishes; doors; windows; millwork; casework; specialties; furnishings and equipment; and lighting. 4. Product Mockups: Mockups that may include multiple products, materials, or systems specified in a single Section. 5. In-Place Mockups: Mockups constructed on-site in their actual final location as part of permanent construction. E. Preconstruction Testing: Tests and inspections performed specifically for Project before products and materials are incorporated into the Work, to verify performance or compliance with specified criteria. Unless otherwise indicated, copies of reports of tests or inspections performed for other than the Project do not meet this definition. F. Product Tests: Tests and inspections that are performed by a nationally recognized testing laboratory (NRTL) according to 29 CFR 1910.7, by a testing agency accredited according to NIST's National Voluntary Laboratory Accreditation Program (NVLAP), or by a testing agency qualified to conduct product testing and acceptable to authorities having jurisdiction, to establish product performance and compliance with specified requirements. G. Source Quality-Control Tests and Inspections: Tests and inspections that are performed at the source; for example, plant, mill, factory, or shop. H. Testing Agency: An entity engaged to perform specific tests, inspections, or both. Testing laboratory shall have the same meaning as testing agency. I. Quality-Assurance Services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and substantiate that proposed construction will comply with requirements. J. Quality-Control Services: Tests, inspections, procedures, and related actions during and after execution of the Work to evaluate that actual products incorporated into the Work and completed construction comply with requirements. Contractor's quality-control services do not include contract administration activities performed by Architect. 1.3 DELEGATED-DESIGN SERVICES A. Performance and Design Criteria: Where professional design services or certifications by a design professional are specifically required of Contractor by the Contract Documents, provide products and systems complying with specific performance and design criteria indicated. 1. If criteria indicated are not sufficient to perform services or certification required, submit a written request for additional information to Architect. B. Delegated-Design Services Statement: Submit a statement, signed and sealed by the responsible design professional, for each product and system specifically assigned to Contractor to be designed or certified by a design professional, indicating that the products and systems are in compliance with performance and design criteria indicated. Include list of codes, loads, and other factors used in performing these services. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 014000 - 3 1.4 CONFLICTING REQUIREMENTS A. Conflicting Standards and Other Requirements: If compliance with two or more standards or requirements is specified and the standards or requirements establish different or conflicting requirements for minimum quantities or quality levels, inform the Architect regarding the conflict and obtain clarification prior to proceeding with the Work. Refer conflicting requirements that are different, but apparently equal, to Architect for clarification before proceeding. B. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum provided or performed. 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 requirements. Refer uncertainties to Architect for a decision before proceeding. 1.5 ACTION SUBMITTALS A. Mockup Shop Drawings: For mockups. 1. Include plans, sections, elevations, and details, indicating materials and size of mockup construction. 2. Indicate manufacturer and model number of individual components. 3. Provide axonometric drawings for conditions difficult to illustrate in two dimensions. 1.6 INFORMATIONAL SUBMITTALS A. Contractor's Statement of Responsibility: When required by authorities having jurisdiction, submit copy of written statement of responsibility submitted to authorities having jurisdiction before starting work on the following systems: 1. Seismic-force-resisting system, designated seismic system, or component listed in the Statement of Special Inspections. 2. Main wind-force-resisting system or a wind-resisting component listed in the Statement of Special Inspections. B. Testing Agency Qualifications: For testing agencies specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include proof of qualifications in the form of a recent report on the inspection of the testing agency by a recognized authority. C. Permits, Licenses, and Certificates: For Owner's record, submit copies of permits, licenses, certifications, inspection reports, releases, jurisdictional settlements, notices, receipts for fee payments, judgments, correspondence, records, and similar documents established for compliance with standards and regulations bearing on performance of the Work. 1.7 REPORTS AND DOCUMENTS A. Test and Inspection Reports: Prepare and submit certified written reports specified in other Sections. Include the following: 1. Date of issue. 2. Project title and number. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 014000 - 4 3. Name, address, telephone number, and email address of testing agency. 4. Dates and locations of samples and tests or inspections. 5. Names of individuals making tests and inspections. 6. Description of the Work and test and inspection method. 7. Identification of product and Specification Section. 8. Complete test or inspection data. 9. Test and inspection results and an interpretation of test results. 10. Record of temperature and weather conditions at time of sample taking and testing and inspection. 11. Comments or professional opinion on whether tested or inspected Work complies with the Contract Document requirements. 12. Name and signature of laboratory inspector. 13. Recommendations on retesting and reinspecting. B. Manufacturer's Technical Representative's Field Reports: Prepare written information documenting manufacturer's technical representative's tests and inspections specified in other Sections. Include the following: 1. Name, address, telephone number, and email address of technical representative making report. 2. Statement on condition of substrates and their acceptability for installation of product. 3. Statement that products at Project site comply with requirements. 4. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. 5. Results of operational and other tests and a statement of whether observed performance complies with requirements. 6. Other required items indicated in individual Specification Sections. C. Factory-Authorized Service Representative's Reports: Prepare written information documenting manufacturer's factory-authorized service representative's tests and inspections specified in other Sections. Include the following: 1. Name, address, telephone number, and email address of factory-authorized service representative making report. 2. Statement that equipment complies with requirements. 3. Results of operational and other tests and a statement of whether observed performance complies with requirements. 4. Other required items indicated in individual Specification Sections. 1.8 QUALITY ASSURANCE A. Qualifications paragraphs in this article establish the minimum qualification levels required; individual Specification Sections specify additional requirements. B. Manufacturer Qualifications: A firm experienced in manufacturing products or systems similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. As applicable, procure products from manufacturers able to meet qualification requirements, warranty requirements, and technical or factory-authorized service representative requirements. C. Fabricator Qualifications: A firm experienced in producing products similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 014000 - 5 D. Installer/Applicator/Erector Qualifications: A firm or individual experienced in installing, applying, erecting, or assembling work similar in material, design, and extent to that indicated for this Project, whose work has resulted in construction with a record of successful in-service performance. E. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing engineering services of the kind indicated. Engineering services are defined as those performed for installations of the system, assembly, or product that are similar in material, design, and extent to those indicated for this Project. F. Specialists: Certain Specification Sections require that specific construction activities shall be performed by entities who are recognized experts in those operations. Specialists shall satisfy qualification requirements indicated and shall be engaged for the activities indicated. 1. Requirements of authorities having jurisdiction shall supersede requirements for specialists. G. Testing and Inspecting Agency Qualifications: An NRTL, an NVLAP, or an independent agency with the experience and capability to conduct testing and inspection indicated, as documented according to ASTM E329; and with additional qualifications specified in individual Sections 1. Testing and inspecting agency shall be acceptable to authorities having jurisdiction when required by authorities having jurisdiction. H. Manufacturer's Technical Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to observe and inspect installation of manufacturer's products that are similar in material, design, and extent to those indicated for this Project. I. Factory-Authorized Service Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to inspect, demonstrate, repair, and perform service on installations of manufacturer's products that are similar in material, design, and extent to those indicated for this Project. J. Preconstruction Testing: Where testing agency is indicated to perform preconstruction testing for compliance with specified requirements for performance and test methods, comply with the following: 1. Contractor responsibilities include the following: a. Provide test specimens representative of proposed products and construction. b. Submit specimens in a timely manner with sufficient time for testing and analyzing results to prevent delaying the Work. c. Build laboratory mockups at testing facility using personnel, products, and methods of construction indicated for the completed Work. d. When testing is complete, remove test specimens and test assemblies, mockups, and laboratory mockups unless otherwise indicated; do not reuse products on Project. 2. Testing Agency Responsibilities: Submit a certified written report of each test, inspection, and similar quality-assurance service to Architect and Commissioning CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 014000 - 6 Authority, with copy to Contractor. Interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from the Contract Documents. K. Mockups: Before installing portions of the Work requiring mockups, build mockups for each form of construction and finish required to comply with the following requirements, using materials indicated for the completed Work: 1. Build mockups of size indicated or, if not indicated, as directed by Architect. 2. Build mockups in location indicated or, if not indicated, as directed by Architect. 3. Notify Architect not less than seven days in advance of dates and times when mockups will be constructed. 4. Employ supervisory personnel who will oversee mockup construction. Employ workers that will be employed to perform same tasks during the construction at Project. 5. Demonstrate the proposed range of aesthetic effects and workmanship. 6. Obtain Architect's approval of mockups prior to starting corresponding work, fabrication, or construction. a. Allow seven days for initial review and each re-review of each mockup. 7. Promptly correct unsatisfactory conditions noted by Architect's preliminary review, to the satisfaction of the Architect, before completion of final mockup. 8. Approval of mockups by the Architect does not constitute approval of deviations from the Contract Documents contained in mockups unless Architect specifically approves such deviations in writing. 9. Maintain mockups during construction in an undisturbed condition as a standard for judging the completed Work. 10. Demolish and remove mockups when directed unless otherwise indicated. L. Integrated Exterior Mockups: Construct integrated exterior mockup as required in individual Specification Sections. Coordinate installation of exterior envelope materials and products for which mockups are required in individual Specification Sections, along with supporting materials. Comply with requirements in "Mockups" Paragraph. 1. Coordinate construction of the mockup to allow observation of air barrier installation, flashings, air barrier integration with fenestration systems, and other portions of the building air/moisture barrier and drainage assemblies, prior to installation of veneer, cladding elements, and other components that will obscure the work. 1.9 QUALITY CONTROL A. Owner Responsibilities: Where quality-control services are indicated as Owner's responsibility, Owner will engage a qualified testing agency to perform these services. 1. Owner will furnish Contractor with names, addresses, and telephone numbers of testing agencies engaged and a description of types of testing and inspection they are engaged to perform. 2. Costs for retesting and reinspecting construction that replaces or is necessitated by Work that failed to comply with the Contract Documents will be charged to Contractor, and the Contract Sum will be adjusted by Change Order. B. Contractor Responsibilities: Tests and inspections not explicitly assigned to Owner are CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 014000 - 7 Contractor's responsibility. Perform additional quality-control activities, whether specified or not, to verify and document that the Work complies with requirements. 1. Engage a qualified testing agency to perform quality-control services. 2. a. Contractor shall not employ same entity engaged by Owner, unless agreed to in writing by Owner. 3. Notify testing agencies not less than 24 hours in advance of time when Work that requires testing or inspection will be performed. 4. Where quality-control services are indicated as Contractor's responsibility, submit a certified written report, in duplicate, of each quality-control service. 5. Testing and inspection requested by Contractor and not required by the Contract Documents are Contractor's responsibility. 6. Submit additional copies of each written report directly to authorities having jurisdiction, when they so direct. C. Retesting/Reinspecting: Regardless of whether original tests or inspections were Contractor's responsibility, provide quality-control services, including retesting and reinspecting, for construction that replaced Work that failed to comply with the Contract Documents. D. Testing Agency Responsibilities: Cooperate with Architect, Commissioning Authority, and Contractor in performance of duties. Provide qualified personnel to perform required tests and inspections. 1. Notify Architect, Structural Engineer, Commissioning Authority, and Contractor promptly of irregularities or deficiencies observed in the Work during performance of its services. 2. Determine the locations from which test samples will be taken and in which in-situ tests are conducted. 3. Conduct and interpret tests and inspections and state in each report whether tested and inspected Work complies with or deviates from requirements. 4. Submit a certified written report, in duplicate, of each test, inspection, and similar quality-control service to Architect, Structural Engineer, Commissioning Authority, and Contractor. a. Submit additional copies of each written report directly to authorities having jurisdiction, when they so direct. 5. Do not release, revoke, alter, or increase the Contract Document requirements or approve or accept any portion of the Work. 6. Do not perform duties of Contractor. 7. Retest and reinspect corrected work. E. Manufacturer's Field Services: Where indicated, engage a factory-authorized service representative to inspect field-assembled components and equipment installation, including service connections. Report results in writing as specified in Section 013300 "Submittal Procedures." F. Manufacturer's Technical Services: Where indicated, engage a manufacturer's technical representative to observe and inspect the Work. Manufacturer's technical representative's services include participation in preinstallation conferences, examination of substrates and conditions, verification of materials, observation of Installer activities, inspection of completed portions of the Work, and submittal of written reports. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 014000 - 8 G. Contractor's Associated Requirements and Services: Cooperate with agencies and representatives performing required tests, inspections, and similar quality-control services, and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance of operations to permit assignment of personnel. Provide the following: 1. Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests and inspections. 3. Adequate quantities of representative samples of materials that require testing and inspection. Assist agency in obtaining samples. 4. Facilities for storage and field curing of test samples. 5. Preliminary design mix proposed for use for material mixes that require control by testing agency. 6. Security and protection for samples and for testing and inspection equipment at Project site. H. Coordination: Coordinate sequence of activities to accommodate required quality- assurance and quality- control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspection. 1. Schedule times for tests, inspections, obtaining samples, and similar activities. 1.10 SPECIAL TESTS AND INSPECTIONS A. Special Tests and Inspections: Owner will engage a qualified testing agency and special inspector(s) to conduct special tests and inspections required by authorities having jurisdiction as the responsibility of Owner. Testing agency and special inspector(s) shall: 1. Verify that manufacturer maintains detailed fabrication and quality-control procedures and review the completeness and adequacy of those procedures to perform the Work. 2. Notify Architect, Structural Engineer, Commissioning Authority, and Contractor promptly of irregularities and deficiencies observed in the Work during performance of its services. 3. Submit a certified written report of each test, inspection, and similar quality- control service to Architect, Structural Engineer, Commissioning Authority, and Contractor. a. Submit additional copies of each written report directly to authorities having jurisdiction, when they so direct. 4. Submit a final report of special tests and inspections at Substantial Completion, which includes a list of unresolved deficiencies to Architect, Structural Engineer, Commissioning Authority, and Contractor. a. Submit additional copies of each written report directly to authorities having jurisdiction, when they so direct. 5. Interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from the Contract Documents. 6. Retest and reinspect corrected Work. PART 2 - PRODUCTS (Not Used) CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 014000 - 9 PART 3 - EXECUTION 3.1 TEST AND INSPECTION LOG A. Test and Inspection Log: Prepare a record of tests and inspections. Include the following: 1. Date test or inspection was conducted. 2. Description of the Work tested or inspected. 3. Date test or inspection results were transmitted to Architect, Structural Engineer, Commissioning Authority, Contractor, and authorities having jurisdiction. 4. Identification of testing agency or special inspector conducting test or inspection.n B. Maintain log at Project site. Post changes and revisions as they occur. Provide access to test and inspection log for Architect's, Structural Engineer's, Commissioning Authority's, and authorities' having jurisdiction reference during normal working hours. 1. Submit log at Project closeout as part of Project Record Documents. 3.2 REPAIR AND PROTECTION A. General: On completion of testing, inspection, sample taking, and similar services, repair damaged construction and restore substrates and finishes. 1. Provide materials and comply with installation requirements specified in other Specification Sections or matching existing substrates and finishes. Restore patched areas and extend restoration into adjoining areas with durable seams that are as invisible as possible. Comply with the Contract Document requirements for cutting and patching in Section 017300 "Execution." B. Protect construction exposed by or for quality-control service activities. C. Repair and protection are Contractor's responsibility, regardless of the assignment of responsibility for quality-control services. END OF SECTION 014000 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 014200 - 1 SECTION 014200 - REFERENCES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Definitions. 2. Industry Standards. 3. Abbreviations and Acronyms. 1.2 DEFINITIONS A. General: Basic Contract definitions are included in the Conditions of the Contract. B. "Approved": When used to convey Architect's action on Contractor's submittals, applications, and requests, "approved" is limited to Architect's duties and responsibilities as stated in the Conditions of the Contract. C. "Contract Documents": Documents that are a legal part of the contract and describe the Work. They include, but are not limited to, the Agreement (Contract), General Conditions of the Contract, Supplementary Conditions of the Contract, Addenda, Change Orders, Specifications, and Drawings. They are intended to be complimentary, what is required by one is as binding as if required by all. What is shown or required, or may be reasonably inferred to be required, or which is usually and customarily provided for similar work, shall be included in the Work. D. "Directed": A command or instruction by Architect. Other terms including "requested," "authorized," "selected," "required," and "permitted" have the same meaning as "directed." E. "Indicated": Requirements expressed by graphic representations or in written form on Drawings, in Specifications, and in other Contract Documents. Other terms including "shown," "noted," "scheduled," and "specified" have the same meaning as "indicated." F. "Regulations": Laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, and rules, conventions, and agreements within the construction industry that control performance of the Work. G. "Furnish": Supply and deliver to Project site, ready for unloading, unpacking, assembly, installation, and similar operations. H. "Install": Unload, temporarily store, unpack, assemble, erect, place, anchor, apply, work to dimension, finish, cure, protect, clean, and similar operations at Project site. I. "Provide": Furnish and install, complete and ready for the intended use. J. "Project Site": Space available for performing construction activities. The extent of Project site is shown on Drawings and may or may not be identical with the description of the land on which Project is to be built. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 014200 - 2 1.3 INDUSTRY STANDARDS A. Applicability of Standards: Unless 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 standards in effect as of date of the Contract Documents unless otherwise indicated. 1. For standards referenced by applicable building codes, comply with dates of standards as listed in building codes. C. Copies of Standards: Each entity engaged in construction on Project should 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, obtain copies directly from publication source. 1.4 ABBREVIATIONS AND ACRONYMS A. Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Abbreviations and acronyms not included in this list shall mean the recognized name of the entities indicated in Gale's "Encyclopedia of Associations: National Organizations of the U.S." or in Columbia Books' "National Trade & Professional Associations of the United States." The information in this list is subject to change and is believed to be accurate as of the date of the Contract Documents. 1. AABC - Associated Air Balance Council; www.aabc.com. 2. AAMA - American Architectural Manufacturers Association; www.aamanet.org. 3. AAPFCO - Association of American Plant Food Control Officials; www.aapfco.org. 4. AASHTO - American Association of State Highway and Transportation Officials; www.transportation.org. 5. AATCC - American Association of Textile Chemists and Colorists; www.aatcc.org. 6. ABMA - American Bearing Manufacturers Association; www.americanbearings.org. 7. ABMA - American Boiler Manufacturers Association; www.abma.com. 8. ACI - American Concrete Institute; (Formerly: ACI International); www.concrete.org. 9. ACPA - American Concrete Pipe Association; www.concrete-pipe.org. 10. AEIC - Association of Edison Illuminating Companies, Inc. (The); www.aeic.org. 11. AF&PA - American Forest & Paper Association; www.afandpa.org. 12. AGA - American Gas Association; www.aga.org. 13. AHAM - Association of Home Appliance Manufacturers; www.aham.org. 14. AHRI - Air-Conditioning, Heating, and Refrigeration Institute (The); www.ahrinet.org. 15. AI - Asphalt Institute; www.asphaltinstitute.org. 16. AIA - American Institute of Architects (The); www.aia.org. 17. AISC - American Institute of Steel Construction; www.aisc.org. 18. AISI - American Iron and Steel Institute; www.steel.org. 19. AITC - American Institute of Timber Construction; www.aitc-glulam.org. 20. AMCA - Air Movement and Control Association International, Inc.; www.amca.org. 21. ANSI - American National Standards Institute; www.ansi.org. 22. AOSA - Association of Official Seed Analysts, Inc.; www.aosaseed.com. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 014200 - 3 23. APA - APA - The Engineered Wood Association; www.apawood.org. 24. APA - Architectural Precast Association; www.archprecast.org. 25. API - American Petroleum Institute; www.api.org. 26. ARI - Air-Conditioning & Refrigeration Institute; (See AHRI). 27. ARI - American Refrigeration Institute; (See AHRI). 28. ARMA - Asphalt Roofing Manufacturers Association; www.asphaltroofing.org. 29. ASCE - American Society of Civil Engineers; www.asce.org. 30. ASCE/SEI - American Society of Civil Engineers/Structural Engineering Institute; (See ASCE). 31. ASHRAE - American Society of Heating, Refrigerating and Air-Conditioning Engineers; www.ashrae.org. 32. ASME - ASME International; (American Society of Mechanical Engineers); www.asme.org. 33. ASSE - American Society of Sanitary Engineering; www.asse-plumbing.org. 34. ASSP - American Society of Safety Professionals (The); www.assp.org. 35. ASTM - ASTM International; www.astm.org. 36. ATIS - Alliance for Telecommunications Industry Solutions; www.atis.org. 37. AVIXA - Audiovisual and Integrated Experience Association; (Formerly: Infocomm International); www.soundandcommunications.com. 38. AWEA - American Wind Energy Association; www.awea.org. 39. AWI - Architectural Woodwork Institute; www.awinet.org. 40. AWMAC - Architectural Woodwork Manufacturers Association of Canada; www.awmac.com. 41. AWPA - American Wood Protection Association; www.awpa.com. 42. AWS - American Welding Society; www.aws.org. 43. AWWA - American Water Works Association; www.awwa.org. 44. BHMA - Builders Hardware Manufacturers Association; www.buildershardware.com. 45. BIA - Brick Industry Association (The); www.gobrick.com. 46. BICSI - BICSI, Inc.; www.bicsi.org. 47. BIFMA - BIFMA International; (Business and Institutional Furniture Manufacturer's Association); www.bifma.org. 48. BISSC - Baking Industry Sanitation Standards Committee; www.bissc.org. 49. BWF - Badminton World Federation; (Formerly: International Badminton Federation); www.bissc.org. 50. CDA - Copper Development Association; www.copper.org. 51. CE - Conformite Europeenne; http://ec.europa.eu/growth/single-market/ce-marking/. 52. CEA - Canadian Electricity Association; www.electricity.ca. 53. CFFA - Chemical Fabrics and Film Association, Inc.; www.chemicalfabricsandfilm.com. 54. CFSEI - Cold-Formed Steel Engineers Institute; www.cfsei.org. 55. CGA - Compressed Gas Association; www.cganet.com. 56. CIMA - Cellulose Insulation Manufacturers Association; www.cellulose.org. 57. CISCA - Ceilings & Interior Systems Construction Association; www.cisca.org. 58. CISPI - Cast Iron Soil Pipe Institute; www.cispi.org. 59. CLFMI - Chain Link Fence Manufacturers Institute; www.chainlinkinfo.org. 60. CPA - Composite Panel Association; www.compositepanel.org. 61. CRI - Carpet and Rug Institute (The); www.carpet-rug.org. 62. CRRC - Cool Roof Rating Council; www.coolroofs.org. 63. CRSI - Concrete Reinforcing Steel Institute; www.crsi.org. 64. CSA - CSA Group; www.csa-group.org. 65. CSI - Construction Specifications Institute (The); www.csiresources.org. 66. CSSB - Cedar Shake & Shingle Bureau; www.cedarbureau.org. 67. CTA - Consumer Technology Association; www.cta.tech. 68. CTI - Cooling Technology Institute; (Formerly: Cooling Tower Institute); www.coolingtechnology.org. 69. CWC - Composite Wood Council; (See CPA). 70. DASMA - Door and Access Systems Manufacturers Association; www.dasma.com. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 014200 - 4 71. DHA - Decorative Hardwoods Association; (Formerly: Hardwood Plywood & Veneer Association); www.decorativehardwoods.org. 72. DHI - Door and Hardware Institute; www.dhi.org. 73. ECA - Electronic Components Association; (See ECIA). 74. ECAMA - Electronic Components Assemblies & Materials Association; (See ECIA). 75. ECIA - Electronic Components Industry Association; www.eciaonline.org. 76. EIA - Electronic Industries Alliance; (See TIA). 77. EIMA - EIFS Industry Members Association; www.eima.com. 78. EJMA - Expansion Joint Manufacturers Association, Inc.; www.ejma.org. 79. EOS/ESD Association; (Electrostatic Discharge Association); www.esda.org. 80. ESTA - Entertainment Services and Technology Association; (See PLASA). 81. ETL - Intertek (See Intertek); www.intertek.com. 82. EVO - Efficiency Valuation Organization; www.evo-world.org. 83. FCI - Fluid Controls Institute; www.fluidcontrolsinstitute.org. 84. FIBA - Federation Internationale de Basketball; (The International Basketball Federation); www.fiba.com. 85. FIVB - Federation Internationale de Volleyball; (The International Volleyball Federation); www.fivb.org. 86. FM Approvals - FM Approvals LLC; www.fmglobal.com. 87. FM Global - FM Global; (Formerly: FMG - FM Global); www.fmglobal.com. 88. FRSA - Florida Roofing, Sheet Metal Contractors Association, Inc.; www.floridaroof.com. 89. FSA - Fluid Sealing Association; www.fluidsealing.com. 90. FSC - Forest Stewardship Council U.S.; www.fscus.org. 91. GA - Gypsum Association; www.gypsum.org. 92. GANA - Glass Association of North America; (See NGA). 93. GS - Green Seal; www.greenseal.org. 94. HI - Hydraulic Institute; www.pumps.org. 95. HI/GAMA - Hydronics Institute/Gas Appliance Manufacturers Association; (See AHRI). 96. HMMA - Hollow Metal Manufacturers Association; (See NAAMM). 97. HPVA - Hardwood Plywood & Veneer Association; (See DHA). 98. HPW - H. P. White Laboratory, Inc.; www.hpwhite.com. 99. IAPSC - International Association of Professional Security Consultants; www.iapsc.org. 100. IAS - International Accreditation Service; www.iasonline.org. 101. ICBO - International Conference of Building Officials; (See ICC). 102. ICC - International Code Council; www.iccsafe.org. 103. ICEA - Insulated Cable Engineers Association, Inc.; www.icea.net. 104. ICPA - International Cast Polymer Alliance; www.icpa-hq.org. 105. ICRI - International Concrete Repair Institute, Inc.; www.icri.org. 106. IEC - International Electrotechnical Commission; www.iec.ch. 107. IEEE - Institute of Electrical and Electronics Engineers, Inc. (The); www.ieee.org. 108. IES - Illuminating Engineering Society; (Formerly: Illuminating Engineering Society of North America); www.ies.org. 109. IESNA - Illuminating Engineering Society of North America; (See IES). 110. IEST - Institute of Environmental Sciences and Technology; www.iest.org. 111. IGMA - Insulating Glass Manufacturers Alliance; www.igmaonline.org. 112. IGSHPA - International Ground Source Heat Pump Association; www.igshpa.org. 113. II - Infocomm International; (See AVIXA). 114. ILI - Indiana Limestone Institute of America, Inc.; www.iliai.com. 115. Intertek - Intertek Group; (Formerly: ETL SEMCO; Intertek Testing Service NA); www.intertek.com. 116. ISA - International Society of Automation (The); (Formerly: Instrumentation, Systems, and Automation Society); www.isa.org. 117. ISAS - Instrumentation, Systems, and Automation Society (The); (See ISA). CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 014200 - 5 118. ISFA - International Surface Fabricators Association; (Formerly: International Solid Surface Fabricators Association); www.isfanow.org. 119. ISO - International Organization for Standardization; www.iso.org. 120. ISSFA - International Solid Surface Fabricators Association; (See ISFA). 121. ITU - International Telecommunication Union; www.itu.int/home. 122. KCMA - Kitchen Cabinet Manufacturers Association; www.kcma.org. 123. LMA - Laminating Materials Association; (See CPA). 124. LPI - Lightning Protection Institute; www.lightning.org. 125. MBMA - Metal Building Manufacturers Association; www.mbma.com. 126. MCA - Metal Construction Association; www.metalconstruction.org. 127. MFMA - Maple Flooring Manufacturers Association, Inc.; www.maplefloor.org. 128. MFMA - Metal Framing Manufacturers Association, Inc.; www.metalframingmfg.org. 129. MHIA - Material Handling Industry of America; www.mhia.org. 130. MIA - Marble Institute of America; (See NSI). 131. MMPA - Moulding & Millwork Producers Association; www.wmmpa.com. 132. MPI - Master Painters Institute; www.paintinfo.com. 133. MSS - Manufacturers Standardization Society of The Valve and Fittings Industry Inc.; www.mss- hq.org. 134. NAAMM - National Association of Architectural Metal Manufacturers; www.naamm.org. 135. NACE - NACE International; (National Association of Corrosion Engineers International); www.nace.org. 136. NADCA - National Air Duct Cleaners Association; www.nadca.com. 137. NAIMA - North American Insulation Manufacturers Association; www.naima.org. 138. NALP - National Association of Landscape Professionals; www.landscapeprofessionals.org. 139. NBGQA - National Building Granite Quarries Association, Inc.; www.nbgqa.com. 140. NBI - New Buildings Institute; www.newbuildings.org. 141. NCAA - National Collegiate Athletic Association (The); www.ncaa.org. 142. NCMA - National Concrete Masonry Association; www.ncma.org. 143. NEBB - National Environmental Balancing Bureau; www.nebb.org. 144. NECA - National Electrical Contractors Association; www.necanet.org. 145. NeLMA - Northeastern Lumber Manufacturers Association; www.nelma.org. 146. NEMA - National Electrical Manufacturers Association; www.nema.org. 147. NETA - InterNational Electrical Testing Association; www.netaworld.org. 148. NFHS - National Federation of State High School Associations; www.nfhs.org. 149. NFPA - National Fire Protection Association; www.nfpa.org. 150. NFPA - NFPA International; (See NFPA). 151. NFRC - National Fenestration Rating Council; www.nfrc.org. 152. NGA - National Glass Association (The); (Formerly: Glass Association of North America); www.glass.org. 153. NHLA - National Hardwood Lumber Association; www.nhla.com. 154. NLGA - National Lumber Grades Authority; www.nlga.org. 155. NOFMA - National Oak Flooring Manufacturers Association; (See NWFA). 156. NOMMA - National Ornamental & Miscellaneous Metals Association; www.nomma.org. 157. NRCA - National Roofing Contractors Association; www.nrca.net. 158. NRMCA - National Ready Mixed Concrete Association; www.nrmca.org. 159. NSF - NSF International; www.nsf.org. 160. NSI - National Stone Institute; (Formerly: Marble Institute of America); www.naturalstoneinstitute.org. 161. NSPE - National Society of Professional Engineers; www.nspe.org. 162. NSSGA - National Stone, Sand & Gravel Association; www.nssga.org. 163. NTMA - National Terrazzo & Mosaic Association, Inc. (The); www.ntma.com. 164. NWFA - National Wood Flooring Association; www.nwfa.org. 165. PCI - Precast/Prestressed Concrete Institute; www.pci.org. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 014200 - 6 166. PDI - Plumbing & Drainage Institute; www.pdionline.org. 167. PLASA - PLASA; (Formerly: ESTA - Entertainment Services and Technology Association); www.plasa.org. 168. RCSC - Research Council on Structural Connections; www.boltcouncil.org. 169. RFCI - Resilient Floor Covering Institute; www.rfci.com. 170. RIS - Redwood Inspection Service; www.redwoodinspection.com. 171. SAE - SAE International; www.sae.org. 172. SCTE - Society of Cable Telecommunications Engineers; www.scte.org. 173. SDI - Steel Deck Institute; www.sdi.org. 174. SDI - Steel Door Institute; www.steeldoor.org. 175. SEFA - Scientific Equipment and Furniture Association (The); www.sefalabs.com. 176. SEI/ASCE - Structural Engineering Institute/American Society of Civil Engineers; (See ASCE). 177. SIA - Security Industry Association; www.siaonline.org. 178. SJI - Steel Joist Institute; www.steeljoist.org. 179. SMA - Screen Manufacturers Association; www.smainfo.org. 180. SMACNA - Sheet Metal and Air Conditioning Contractors' National Association; www.smacna.org. 181. SMPTE - Society of Motion Picture and Television Engineers; www.smpte.org. 182. SPFA - Spray Polyurethane Foam Alliance; www.sprayfoam.org. 183. SPIB - Southern Pine Inspection Bureau; www.spib.org. 184. SPRI - Single Ply Roofing Industry; www.spri.org. 185. SRCC - Solar Rating & Certification Corporation; www.solar-rating.org. 186. SSINA - Specialty Steel Industry of North America; www.ssina.com. 187. SSPC - SSPC: The Society for Protective Coatings; www.sspc.org. 188. STI - Steel Tank Institute; www.steeltank.com. 189. SWI - Steel Window Institute; www.steelwindows.com. 190. SWPA - Submersible Wastewater Pump Association; www.swpa.org. 191. TCA - Tilt-Up Concrete Association; www.tilt-up.org. 192. TCNA - Tile Council of North America, Inc.; www.tileusa.com. 193. TEMA - Tubular Exchanger Manufacturers Association, Inc.; www.tema.org. 194. TIA - Telecommunications Industry Association (The); (Formerly: TIA/EIA - Telecommunications Industry Association/Electronic Industries Alliance); www.tiaonline.org. 195. TIA/EIA - Telecommunications Industry Association/Electronic Industries Alliance; (See TIA). 196. TMS - The Masonry Society; www.masonrysociety.org. 197. TPI - Truss Plate Institute; www.tpinst.org. 198. TPI - Turfgrass Producers International; www.turfgrasssod.org. 199. TRI - Tile Roofing Institute; www.tileroofing.org. 200. UL - Underwriters Laboratories Inc.; www.ul.com. 201. UNI - Uni-Bell PVC Pipe Association; www.uni-bell.org. 202. USAV - USA Volleyball; www.usavolleyball.org. 203. USGBC - U.S. Green Building Council; www.usgbc.org. 204. USITT - United States Institute for Theatre Technology, Inc.; www.usitt.org. 205. WA - Wallcoverings Association; www.wallcoverings.org. 206. WASTEC - Waste Equipment Technology Association; www.wastec.org. 207. WCLIB - West Coast Lumber Inspection Bureau; www.wclib.org. 208. WCMA - Window Covering Manufacturers Association; www.wcmanet.org. 209. WDMA - Window & Door Manufacturers Association; www.wdma.com. 210. WI - Woodwork Institute; www.wicnet.org. 211. WSRCA - Western States Roofing Contractors Association; www.wsrca.com. 212. WWPA - Western Wood Products Association; www.wwpa.org. B. Code Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. This information is believed to be accurate as of the date of the Contract Documents. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 014200 - 7 1. DIN - Deutsches Institut fur Normung e.V.; www.din.de. 2. IAPMO - International Association of Plumbing and Mechanical Officials; www.iapmo.org. 3. ICC - International Code Council; www.iccsafe.org. 4. ICC-ES - ICC Evaluation Service, LLC; www.icc-es.org. C. Federal Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Information is subject to change and is up to date as of the date of the Contract Documents. 1. COE - Army Corps of Engineers; www.usace.army.mil. 2. CPSC - Consumer Product Safety Commission; www.cpsc.gov. 3. DOC - Department of Commerce; National Institute of Standards and Technology; www.nist.gov. 4. DOD - Department of Defense; www.quicksearch.dla.mil. 5. DOE - Department of Energy; www.energy.gov. 6. EPA - Environmental Protection Agency; www.epa.gov. 7. FAA - Federal Aviation Administration; www.faa.gov. 8. FG - Federal Government Publications; www.gpo.gov/fdsys. 9. GSA - General Services Administration; www.gsa.gov. 10. HUD - Department of Housing and Urban Development; www.hud.gov. 11. LBL - Lawrence Berkeley National Laboratory; Environmental Energy Technologies Division; www.eetd.lbl.gov. 12. OSHA - Occupational Safety & Health Administration; www.osha.gov. 13. SD - Department of State; www.state.gov. 14. TRB - Transportation Research Board; National Cooperative Highway Research Program; The National Academies; www.trb.org. 15. USDA - Department of Agriculture; Agriculture Research Service; U.S. Salinity Laboratory; www.ars.usda.gov. 16. USDA - Department of Agriculture; Rural Utilities Service; www.usda.gov. 17. USDOJ - Department of Justice; Office of Justice Programs; National Institute of Justice; www.ojp.usdoj.gov. 18. USP - U.S. Pharmacopeial Convention; www.usp.org. 19. USPS - United States Postal Service; www.usps.com. D. Standards and Regulations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the standards and regulations in the following list. This information is subject to change and is believed to be accurate as of the date of the Contract Documents. 1. CFR - Code of Federal Regulations; Available from Government Printing Office; www.govinfo.gov. 2. DOD - Department of Defense; Military Specifications and Standards; Available from DLA Document Services; www.quicksearch.dla.mil. 3. DSCC - Defense Supply Center Columbus; (See FS). 4. FED-STD - Federal Standard; (See FS). 5. FS - Federal Specification; Available from DLA Document Services; www.quicksearch.dla.mil. a. Available from Defense Standardization Program; www.dsp.dla.mil. b. Available from General Services Administration; www.gsa.gov. c. Available from National Institute of Building Sciences/Whole Building Design Guide; www.wbdg.org. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 014200 - 8 6. MILSPEC - Military Specification and Standards; (See DOD). 7. USAB - United States Access Board; www.access-board.gov. 8. USATBCB - U.S. Architectural & Transportation Barriers Compliance Board; (See USAB). E. State Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. This information is subject to change and is believed to be accurate as of the date of the Contract Documents. 1. CBHF; State of California; Department of Consumer Affairs; Bureau of Electronic and Appliance Repair, Home Furnishings and Thermal Insulation; www.bearhfti.ca.gov. 2. CBSC - California Building Standards Code; California Code of Regulations; Title 24; www.bsc.ca.gov. a. CAC - California Administrative Code, California Code of Regulations, Title 24, Part 1. b. CBC - California Building Code, California Code of Regulations, Title 24, Part 2. c. CEC - California Electrical Code, California Code of Regulations, Title 24, Part 3. d. CMC - California Mechanical Code, California Code of Regulations, Title 24, Part 4. e. CPC - California Plumbing Code, California Code of Regulations, Title 24, Part 5. f. CEC - California Energy Code, California Code of Regulations, Title 24, Part 6. g. CFC - California Fire Code, California Code of Regulations, Title 24, Part 9. h. CGBC - California Green Building Standards Code (CALGreen), California Code of Regulations, Title 24, Part 11. i. CRSC - California Referenced Standards Code, California Code of Regulations, Title 24, Part 12. 3. CDHS; California Department of Health Services; (See CDPH). 4. CDPH; California Department of Public Health; Indoor Air Quality Program; www.cal-iaq.org. 5. CPUC; California Public Utilities Commission; www.cpuc.ca.gov. 6. SCAQMD; South Coast Air Quality Management District; www.aqmd.gov. 7. TFS; Texas A&M Forest Service; Sustainable Forestry and Economic Development; www.txforestservice.tamu.edu. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 014200 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 015000 - 1 SECTION 015000 - TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SUMMARY A. Section includes requirements for temporary utilities, support facilities, and security and protection facilities. B. Related Requirements: 1. Section 011000 "Summary" for work restrictions and limitations on utility interruptions. 1.2 USE CHARGES A. Installation, removal, and use charges for temporary facilities shall be included in the Contract Sum unless otherwise indicated. Allow other entities engaged in the Project to use temporary services and facilities without cost, including, but not limited to, Owner's construction forces, Architect, testing agencies, and authorities having jurisdiction. 1.3 INFORMATIONAL SUBMITTALS A. Site Utilization Plan: Show temporary facilities, temporary utility lines and connections, staging areas, construction site entrances, vehicle circulation, and parking areas for construction personnel. B. Project Identification and Temporary Signs: Show fabrication and installation details, including plans, elevations, details, layouts, typestyles, graphic elements, and message content. C. Erosion- and Sedimentation-Control Plan: Show compliance with requirements of EPA Construction General Permit or authorities having jurisdiction, whichever is more stringent. D. Fire-Safety Program: Show compliance with requirements of NFPA 241 and authorities having jurisdiction. Indicate Contractor personnel responsible for management of fire- prevention program. E. Moisture- and Mold-Protection Plan: Describe procedures and controls for protecting materials and construction from water absorption and damage and mold. Describe delivery, handling, storage, installation, and protection provisions for materials subject to water absorption or water damage. 1. Indicate procedures for discarding water-damaged materials, protocols for mitigating water intrusion into completed Work, and requirements for replacing water-damaged Work. 2. Indicate sequencing of work that requires water, such as sprayed fire-resistive materials, plastering, and terrazzo grinding, and describe plans for dealing with water from these operations. Show procedures for verifying that wet construction has dried sufficiently to permit installation of finish materials. 3. Indicate methods to be used to avoid trapping water in finished work. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 015000 - 2 1.4 QUALITY ASSURANCE A. Electric Service: Comply with NECA, NEMA, and UL standards and regulations for temporary electric service. Install service to comply with CEC and NFPA 70. B. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. 1.5 PROJECT CONDITIONS A. Temporary Use of Permanent Facilities: Engage Installer of each permanent service to assume responsibility for operation, maintenance, and protection of each permanent service during its use as a construction facility before Owner's acceptance, regardless of previously assigned responsibilities. PART 2 - PRODUCTS 2.1 ACCESSIBILITY REQUIREMENTS A. Accessible Temporary Egress: Comply with applicable provisions in CBC and the 2010 ADA Standards for Accessible Design. 2.2 TEMPORARY FACILITIES A. Field Offices: Prefabricated or mobile units with serviceable finishes, temperature controls, and foundations adequate for normal loading. 1. Secure Owner's approval for location of field offices prior to placement. B. Common-Use Field Office: Of sufficient size to accommodate needs of Owner, Architect, and construction personnel office activities and to accommodate Project meetings specified in other Division 01 Sections. Keep office clean and orderly. Furnish and equip offices as follows: 1. Furniture required for Project-site documents including file cabinets, plan tables, plan racks, and bookcases. 2. Conference room of sufficient size to accommodate meetings of 12 individuals. Provide electrical power service and 120-V ac duplex receptacles, with no fewer than one receptacle on each wall. Furnish room with conference table, chairs, and 4 foot (1.2 m) square tack and marker boards. 3. Drinking water and private toilet. 4. Heating and cooling equipment necessary to maintain a uniform indoor temperature of 68 to 72 deg F (20 to 22 deg C). 5. Lighting fixtures capable of maintaining average illumination of 20 fc (215 lx) at desk height. 2.3 EQUIPMENT A. Fire Extinguishers: Portable, UL rated; with class and extinguishing agent as required by locations and classes of fire exposures. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 015000 - 3 B. HVAC Equipment: Unless Owner authorizes use of permanent HVAC system, provide vented, self-contained, liquid-propane-gas or fuel-oil heaters with individual space thermostatic control. 1. Use of gasoline-burning space heaters, open-flame heaters, or salamander-type heating units is prohibited. 2. Heating, Cooling, and Dehumidifying Units: Listed and labeled for type of fuel being consumed, by a qualified testing agency acceptable to authorities having jurisdiction, and marked for intended location and application. 3. Permanent HVAC System: If Owner authorizes use of permanent HVAC system for temporary use during construction, provide filter with MERV of not less than 8 at each return-air grille in system and remove at end of construction and clean HVAC system as required in Section 017700 "Closeout Procedures." PART 3 - EXECUTION 3.1 TEMPORARY FACILITIES, GENERAL A. Conservation: Coordinate construction and use of temporary facilities with consideration given to conservation of energy, water, and materials. Coordinate use of temporary utilities to minimize waste. 1. Salvage materials and equipment involved in performance of, but not actually incorporated into, the Work. See other Sections for disposition of salvaged materials that are designated as Owner's property. 3.2 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required by progress of the Work. B. Provide each facility ready for use when needed to avoid delay. Do not remove until facilities are no longer needed or are replaced by authorized use of completed permanent facilities. 3.3 TEMPORARY UTILITY INSTALLATION A. General: Install temporary service or connect to existing service. 1. Arrange with utility company, Owner, and existing users for time when service can be interrupted, if necessary, to make connections for temporary services. B. Sewers and Drainage: Provide temporary utilities to remove effluent lawfully. 1. Connect temporary sewers to municipal system as directed by authorities having jurisdiction. C. Water Service: Install water service and distribution piping in sizes and pressures adequate for construction. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 015000 - 4 D. Sanitary Facilities: Provide temporary toilets, wash facilities, safety shower and eyewash facilities, and drinking water for use of construction personnel. Comply with requirements of authorities having jurisdiction for type, number, location, operation, and maintenance of fixtures and facilities. E. Temporary Heating and Cooling: Provide temporary heating and cooling required by construction activities for curing or drying of completed installations or for protecting installed construction from adverse effects of low temperatures or high humidity. Select equipment that will not have a harmful effect on completed installations or elements being installed. 1. Provide temporary dehumidification systems when required to reduce ambient and substrate moisture levels to level required to allow installation or application of finishes and their proper curing or drying. F. Electric Power Service: Provide electric power service and distribution system of sufficient size, capacity, and power characteristics required for construction operations. 1. Install electric power service overhead unless otherwise indicated. G. Lighting: Provide temporary lighting with local switching that provides adequate illumination for construction operations, observations, inspections, and traffic conditions. 1. Install and operate temporary lighting that fulfills security and protection requirements without operating entire system. H. Telephone Service: Provide temporary telephone service in common-use facilities for use by all construction personnel. Install not less than one land-based telephone line for each field office. I. Electronic Communication Service: Provide secure WiFi wireless connection to internet with provisions for access by Architect and Owner. J. Project Computer: Provide a desktop computer in the primary field office adequate for use by Architect and Owner to access Project electronic documents and maintain electronic communications. Equip computer with not less than the following: 1. Processor: Intel Core i5 or i7. 2. Memory: 16 gigabyte. 3. Disk Storage: 1 terrabyte hard-disk drive and combination DVD-RW/CD-RW drive. 4. Display: 24 inch (610 mm) LCD monitor with 256 Mb dedicated video RAM. 5. Full-size keyboard and mouse. 6. Network Connectivity: 10/100BaseT Ethernet or Gigabit. 7. Operating System: Microsoft Windows 10 Professional. 8. Productivity Software: a. Microsoft Office Professional, 2013 or higher, including Word, Excel, and Outlook. b. Adobe Reader DC. c. WinZip 10.0 or higher. 9. Printer: "All-in-one" unit equipped with printer server, combining color printing, photocopying, scanning, and faxing, or separate units for each of these three functions. 10. Internet Service: Broadband modem, router, and ISP, equipped with hardware firewall, providing not less than 10.0 Mbps upload and 15 Mbps download speeds CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 015000 - 5 at each computer. 11. Internet Security: Integrated software, providing software firewall, virus, spyware, phishing, and spam protection in a combined application. 12. Backup: External hard drive, not less than 2 terrabytes, with automated backup software providing daily backups. 3.4 SUPPORT FACILITIES INSTALLATION A. Comply with the following: 1. Provide construction for temporary field offices, shops, and sheds located within construction area or within 30 feet (9 m) of building lines that is noncombustible according to ASTM E136. Comply with NFPA 241. 2. Maintain support facilities until Architect schedules Substantial Completion inspection. Remove before Substantial Completion. Personnel remaining after Substantial Completion will be permitted to use permanent facilities, under conditions acceptable to Owner. B. Temporary Roads and Paved Areas: Construct and maintain temporary roads and paved areas adequate for construction operations. Locate temporary roads and paved areas within construction limits indicated on Drawings. 1. Provide dust-control treatment that is nonpolluting and nontracking. Reapply treatment as required to minimize dust. C. Traffic Controls: Comply with requirements of authorities having jurisdiction. 1. Protect existing site improvements to remain including curbs, pavement, and utilities. 2. Maintain access for fire-fighting equipment and access to fire hydrants. D. Parking: Provide temporary parking areas for construction personnel. E. Storage and Staging: Use designated areas of Project site for storage and staging needs. F. Dewatering Facilities and Drains: Comply with requirements of authorities having jurisdiction. Maintain Project site, excavations, and construction free of water. 1. Dispose of rainwater in a lawful manner that will not result in flooding Project or adjoining properties or endanger permanent Work or temporary facilities. G. Project Signs: Provide Project signs as indicated. Unauthorized signs are not permitted. 1. Identification Signs: Provide Project identification signs as indicated on Drawings. 2. Temporary Signs: Provide other signs as indicated and as required to inform public and individuals seeking entrance to Project. a. Provide temporary, directional signs for construction personnel and visitors. 3. Maintain and touch up signs so they are legible at all times. H. Waste Disposal Facilities: Comply with requirements specified in Section 017419 "Construction Waste Management and Disposal." I. Lifts and Hoists: Provide facilities necessary for hoisting materials and personnel. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 015000 - 6 1. Truck cranes and similar devices used for hoisting materials are considered "tools and equipment" and not temporary facilities. J. Temporary Elevator Use: Use of elevators is not permitted unless otherwise indicated. See Division 14 elevator Section for temporary use of new elevators. K. Temporary Stairs: Until permanent stairs are available, provide temporary stairs where ladders are not adequate. L. Temporary Use of Permanent Stairs: Use of new stairs for construction traffic will be permitted, provided stairs are protected and finishes restored to new condition at time of Substantial Completion. 3.5 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Protection of Existing Facilities: Protect existing vegetation, equipment, structures, utilities, and other improvements at Project site and on adjacent properties, except those indicated to be removed or altered. Repair damage to existing facilities. 1. Where access to adjacent properties is required in order to affect protection of existing facilities, obtain written permission from adjacent property owner to access property for that purpose. B. Environmental Protection: Provide protection, operate temporary facilities, and conduct construction as required to comply with environmental regulations and that minimize possible air, waterway, and subsoil contamination or pollution or other undesirable effects. C. Temporary Erosion and Sedimentation Control: Provide measures to prevent soil erosion and discharge of soil-bearing water runoff and airborne dust to undisturbed areas and to adjacent properties and walkways, according to erosion- and sedimentation-control Drawings, requirements of EPA Construction General Permit, or authorities having jurisdiction, whichever is more stringent. Comply with requirements specified in Section 311000 "Site Clearing." 1. Verify that flows of water redirected from construction areas or generated by construction activity do not enter or cross tree- or plant-protection zones. 2. Inspect, repair, and maintain erosion- and sedimentation-control measures during construction until permanent vegetation has been established. 3. Clean, repair, and restore adjoining properties and roads affected by erosion and sedimentation from Project site during the course of Project. 4. Remove erosion and sedimentation controls and restore and stabilize areas disturbed during removal. D. Stormwater Control: Comply with requirements of authorities having jurisdiction. Provide barriers in and around excavations and subgrade construction to prevent flooding by runoff of stormwater from heavy rains. E. Tree and Plant Protection: Install temporary fencing located as indicated or outside the drip line of trees to protect vegetation from damage from construction operations. Protect tree root systems from damage, flooding, and erosion. F. Pest Control: Engage pest-control service to recommend practices to minimize attraction and harboring of rodents, roaches, and other pests and to perform extermination and control procedures at regular intervals so Project will be free of pests and their residues CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 015000 - 7 at Substantial Completion. Perform control operations lawfully, using materials approved by authorities having jurisdiction. G. Site Enclosure Fence: Before construction operations begin, furnish and install site enclosure fence in a manner that will prevent people from easily entering site except by entrance gates. 1. Extent of Fence: As required to enclose entire Project site or portion determined sufficient to accommodate construction operations. 2. Maintain security by limiting number of keys and restricting distribution to authorized personnel. Furnish one set of keys to Owner. H. Security Enclosure and Lockup: Install temporary enclosure around partially completed areas of construction. Provide lockable entrances to prevent unauthorized entrance, vandalism, theft, and similar violations of security. Lock entrances at end of each workday. I. Barricades, Warning Signs, and Lights: Comply with requirements of authorities having jurisdiction for erecting structurally adequate barricades, including warning signs and lighting. J. Temporary Egress: Provide temporary egress from existing occupied facilities as indicated and as required by authorities having jurisdiction. Provide signage directing occupants to temporary egress. K. Temporary Enclosures: Provide temporary enclosures for protection of construction, in progress and completed, from exposure, foul weather, other construction operations, and similar activities. Provide temporary weathertight enclosure for building exterior. 1. Where heating or cooling is needed and permanent enclosure is incomplete, insulate temporary enclosures. L. Temporary Fire Protection: Install and maintain temporary fire-protection facilities of types needed to protect against reasonably predictable and controllable fire losses. Comply with NFPA 241; manage fire-prevention program. 1. Prohibit smoking in construction areas. Comply with additional limits on smoking specified in other Sections. 2. Supervise welding operations, combustion-type temporary heating units, and similar sources of fire ignition according to requirements of authorities having jurisdiction. 3. Develop and supervise an overall fire-prevention and -protection program for personnel at Project site. Review needs with local fire department and establish procedures to be followed. Instruct personnel in methods and procedures. Post warnings and information. 4. Provide temporary standpipes and hoses for fire protection. Hang hoses with a warning sign stating that hoses are for fire-protection purposes only and are not to be removed. Match hose size with outlet size and equip with suitable nozzles. 3.6 MOISTURE AND MOLD CONTROL A. Moisture and Mold Protection: Protect stored materials and installed Work in accordance with Moisture and Mold Protection Plan. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 015000 - 8 B. Exposed Construction Period: Before installation of weather barriers, when materials are subject to wetting and exposure and to airborne mold spores, protect as follows: 1. Protect porous materials from water damage. 2. Protect stored and installed material from flowing or standing water. 3. Keep porous and organic materials from coming into prolonged contact with concrete. 4. Remove standing water from decks. 5. Keep deck openings covered or dammed. C. Partially Enclosed Construction Period: After installation of weather barriers but before full enclosure and conditioning of building, when installed materials are still subject to infiltration of moisture and ambient mold spores, protect as follows: 1. Do not load or install drywall or other porous materials or components, or items with high organic content, into partially enclosed building. 2. Keep interior spaces reasonably clean and protected from water damage. 3. Periodically collect and remove waste containing cellulose or other organic matter. 4. Discard or replace water-damaged material. 5. Do not install material that is wet. 6. Discard and replace stored or installed material that begins to grow mold. 7. Perform work in a sequence that allows wet materials adequate time to dry before enclosing the material in gypsum board or other interior finishes. D. Controlled Construction Period: After completing and sealing of the building enclosure but prior to the full operation of permanent HVAC systems, maintain as follows: 1. Control moisture and humidity inside building by maintaining effective dry-in conditions. 2. Use temporary or permanent HVAC system to control humidity within ranges specified for installed and stored materials. 3. Comply with manufacturer's written instructions for temperature, relative humidity, and exposure to water limits. 3.7 OPERATION, TERMINATION, AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses. 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. C. Temporary Facility Changeover: Do not change over from using temporary security and protection facilities to permanent facilities until Substantial Completion. D. Termination and Removal: Remove each temporary facility when need for its service has ended, when it has been 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 temporary facility. Repair damaged Work, clean exposed surfaces, and replace construction that cannot be satisfactorily repaired. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 015000 - 9 1. Materials and facilities that constitute temporary facilities are property of Contractor. Owner reserves right to take possession of Project identification signs. 2. At Substantial Completion, repair, renovate, and clean permanent facilities used during construction period. Comply with final cleaning requirements specified in Section 017700 "Closeout Procedures." END OF SECTION 015000 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 026000 - 1 SECTION 026000 - PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for selection of products for use in Project; product delivery, storage, and handling; manufacturers' standard warranties on products; special warranties; and comparable products. B. Related Requirements: 1. Section 012500 "Substitution Procedures" for requests for substitutions. 1.2 DEFINITIONS A. Products: Items obtained for incorporating into the Work, whether purchased for Project or taken from previously purchased stock. The term "product" includes the terms "material," "equipment," "system," and terms of similar intent. 1. Named Products: Items identified by manufacturer's product name, including make or model number or other designation shown or listed in manufacturer's published product literature that is current as of date of the Contract Documents. 2. New Products: Items that have not previously been incorporated into another project or facility. Salvaged items or items reused from other projects are not considered new products. Items that are manufactured or fabricated to include recycled content materials are considered new products, unless indicated otherwise. 3. Comparable Product: Product that is demonstrated and approved through the comparable product submittal process described in Part 2 "Comparable Products" Article, to have the indicated qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics that equal or exceed those of specified product. 4. Equal Product: Product that is demonstrated and approved through the comparable product submittal process described in Part 2 "Comparable Products" Article, to have the indicated qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics that equal or exceed those of specified product. B. Basis-of-Design Product Specification: A specification in which a single manufacturer's product is named and accompanied by the words "basis-of-design product," including make or model number or other designation. Published attributes and characteristics of basis-of- design product establish salient characteristics of products. 1. Evaluation of Comparable Products: In addition to the basis-of-design product description, product attributes and characteristics may be listed to establish the significant qualities related to type, function, in-service performance and physical properties, weight, dimension, durability, visual characteristics, and other special features and requirements for purposes of evaluating comparable products of additional manufacturers. C. Subject to Compliance with Requirements: Where the phrase "Subject to compliance with requirements" introduces a product selection procedure in an individual Specification CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 026000 - 2 Section, provide products qualified under the specified product procedure. In the event that a named product or product by a named manufacturer does not meet the other requirements of the specifications, select another product or product from another manufacturer that does meet the requirements of the specifications; submit a comparable product request or substitution request, if applicable. D. Comparable Product Request Submittal: An action submittal requesting consideration of a comparable product, including the following information: 1. Identification of basis-of-design product or fabrication or installation method to be replaced, including Specification Section number and title and Drawing numbers and titles. 2. Data indicating compliance with the requirements specified in Part 2 "Comparable Products" Article. E. Equal Product Request Submittal: An action submittal requesting consideration of a comparable product, including the following information: 1. Identification of basis-of-design product or fabrication or installation method to be replaced, including Specification Section number and title and Drawing numbers and titles. 2. Data indicating compliance with the requirements specified in Part 2 "Comparable Products" Article. F. Basis-of-Design Product Specification Submittal: An action submittal complying with requirements in Section 013300 "Submittal Procedures." G. Substitution: Refer to Section 012500 "Substitution Procedures" for definition and limitations on substitutions. 1.3 ACTION SUBMITTALS A. Comparable Product Request Submittal: Submit request for consideration of each comparable product. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. Submittal Form: Use CSI Form 13.1A "Substitution Request - After the Bidding/Negotiating Stage" or Contractor's comparable form. 2. Include data to indicate compliance with the requirements specified in Part 2 "Comparable Products" Article. 3. Architect's Action on Comparable Product Submittal: If necessary, Architect will request additional information or documentation for evaluation, as specified in Section 013300 "Submittal Procedures." a. Form of Approval of Submittal: As specified in Section 013300 "Submittal Procedures." b. Use product specified if Architect does not issue a decision on use of a comparable product request within time allocated. B. Equal Product Request Submittal: Submit request for consideration of each comparable product. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. Submittal Form: Use CSI Form 13.1A "Substitution Request - After the CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 026000 - 3 Bidding/Negotiating Stage" or Contractor's comparable form. 2. Include data to indicate compliance with the requirements specified in Part 2 "Comparable Products" Article. 3. Architect's Action on Equal Product Submittal: If necessary, Architect will request additional information or documentation for evaluation, as specified in Section 013300 "Submittal Procedures." a. Form of Approval of Submittal: As specified in Section 013300 "Submittal Procedures." b. Use product specified if Architect does not issue a decision on use of an equal product request within time allocated. 1.4 QUALITY ASSURANCE A. Compatibility of Options: If Contractor is given option of selecting between two or more products for use on Project, select product compatible with products previously selected, even if previously selected products were also options. 1.5 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle products, using means and methods that will prevent damage, deterioration, and loss, including theft and vandalism. Comply with manufacturer's written instructions. 1.6 PRODUCT WARRANTIES A. Warranties specified in other Sections shall be in addition to, and run concurrent with, other warranties required by the Contract Documents. Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of obligations under requirements of the Contract Documents. 1. Manufacturer's Warranty: Written standard warranty form furnished by individual manufacturer for a particular product and issued in the name of the Owner or endorsed by manufacturer to Owner. 2. Special Warranty: Written warranty required by the Contract Documents to provide specific rights for Owner and issued in the name of the Owner or endorsed by manufacturer to Owner. B. Special Warranties: Prepare a written document that contains appropriate terms and identification, ready for execution. 1. Manufacturer's Standard Form: Modified to include Project-specific information and properly executed. 2. Specified Form: When specified forms are included in the Project Manual, prepare a written document, using indicated form properly executed. 3. See other Sections for specific content requirements and particular requirements for submitting special warranties. PART 2 - PRODUCTS CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 026000 - 4 2.1 PRODUCT SELECTION PROCEDURES A. General Product Requirements: Provide products that comply with the Contract Documents, are undamaged and, unless otherwise indicated, are new at time of installation 1. Provide products complete with accessories, trim, finish, fasteners, and other items needed for a complete installation and indicated use and effect. 2. Standard Products: If available, and unless custom products or nonstandard options are specified, provide standard products of types that have been produced and used successfully in similar situations on other projects. 3. Owner reserves the right to limit selection to products with warranties meeting requirements of the Contract Documents. 4. Where products are accompanied by the term "as selected," Architect will make selection. 5. Descriptive, performance, and reference standard requirements in the Specifications establish salient characteristics of products. 6. Or Equal: For products specified by name and accompanied by the term "or equal," "or approved equal," or "or approved," comply with requirements in Part 2 "Comparable Products" Article to obtain approval for use of an unnamed product. a. Submit additional documentation required by Architect in order to establish equivalency of proposed products. Unless otherwise indicated, evaluation of "or equal" product status is by the Architect, whose determination is final. B. Product Selection Procedures: 1. Sole Product: Where Specifications name a single manufacturer and product, provide the named product that complies with requirements. Comparable products or substitutions for Contractor's convenience will not be considered. a. Sole product may be indicated by the phrase "Subject to compliance with requirements, provide the following." 2. Sole Manufacturer/Source: Where Specifications name a single manufacturer or source, provide a product by the named manufacturer or source that complies with requirements. Comparable products or substitutions for Contractor's convenience will not be considered. a. Sole manufacturer/source may be indicated by the phrase "Subject to compliance with requirements, provide products by the following." 3. Limited List of Products: Where Specifications include a list of names of both manufacturers and products, provide one of the products listed that complies with requirements. Comparable products or substitutions for Contractor's convenience will not be considered. a. Limited list of products may be indicated by the phrase "Subject to compliance with requirements, provide one of the following." 4. Non-Limited List of Products: Where Specifications include a list of names of both available manufacturers and products, provide one of the products listed or an unnamed product that complies with requirements. a. Non-limited list of products is indicated by the phrase "Subject to compliance with requirements, available products that may be incorporated in the Work include, but are not limited to, the following." CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 026000 - 5 b. Provision of an unnamed product is not considered a substitution, if the product complies with requirements. c. Comply with requirements in Part 2 "Comparable Products" Article for consideration of an unnamed product. 5. Limited List of Manufacturers: Where Specifications include a list of manufacturers' names, provide a product by one of the manufacturers listed that complies with requirements. Comparable products or substitutions for Contractor's convenience will not be considered. a. Limited list of manufacturers is indicated by the phrase "Subject to compliance with requirements, provide products by one of the following." 6. Non-Limited List of Manufacturers: Where Specifications include a list of available manufacturers, provide a product by one of the manufacturers listed or a product by an unnamed manufacturer that complies with requirements. a. Non-limited list of manufacturers is indicated by the phrase "Subject to compliance with requirements, available manufacturers whose products may be incorporated in the Work include, but are not limited to, the following." b. Provision of products by an unnamed manufacturer is not considered a substitution, if the product complies with requirements. c. Comply with requirements in Part 2 "Comparable Products" Article for consideration of a product by an unnamed manufacturer. 7. Basis-of-Design Product: a. Where Specifications name a product, or refer to a product indicated on Drawings, and include a list of manufacturers, provide the specified or indicated product or a comparable product by one of the other named manufacturers. Drawings and Specifications may additionally indicate sizes, profiles, dimensions, and other characteristics that are based on the product named. 1) Comply with requirements in Part 2 "Comparable Products" Article for consideration of an unnamed product by one of the named manufacturers. 2) For approval of a product by an unnamed manufacturer, comply with requirements in Section 012500 "Substitution Procedures" for substitutions for convenience. b. Where Specifications name a product, or refer to a product indicated on Drawings, and do not include a list of manufacturers, provide the specified or indicated product or a comparable product by an unnamed manufacturer. Drawings and Specifications may additionally indicate sizes, profiles, dimensions, and other characteristics that are based on the product named. 1) For approval of a product by an unnamed manufacturer, comply with requirements in Section 012500 "Substitution Procedures" for substitutions for convenience. C. Visual Matching Specification: Where Specifications require the phrase "match Architect's sample," provide a product that complies with requirements and matches Architect's sample. Architect's decision will be final on whether a proposed product matches. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 026000 - 6 1. If no product available within specified category matches and complies with other specified requirements, comply with requirements in Section 012500 "Substitution Procedures" for proposal of product. D. Visual Selection Specification: Where Specifications include the phrase "as selected by Architect from manufacturer's full range" or a similar phrase, select a product that complies with requirements. Architect will select color, gloss, pattern, density, or texture from manufacturer's product line that includes both standard and premium items. 2.2 COMPARABLE PRODUCTS A. Conditions for Consideration of Comparable Products: Architect will consider Contractor's request for comparable product when the following conditions are satisfied. If the following conditions are not satisfied, Architect may return requests without action, except to record noncompliance with these requirements. Show compliance with requirements for comparable products including, but not limited to, the following, as applicable: 1. Comparable product submittal is fully documented and properly submitted. 2. Evidence that proposed product does not require revisions to the Contract Documents, is consistent with the Contract Documents, will produce the indicated results, and is compatible with other portions of the Work, and has been coordinated with other portions of the Work. a. Provide coordination information, including, but not limited to, a list of changes or modifications needed to other parts of the Work and to construction performed by Owner and separate contractors, that will be necessary to accommodate proposed comparable product. 3. Detailed comparison of significant qualities of proposed product with those of the product named in the Specifications or on the Drawings. Significant product qualities include attributes, such as type, function, in-service performance and physical properties, weight, dimension, durability, visual characteristics, sustainable design characteristics, warranty, and other specific features and requirements. Provide the following: a. Annotated copy of applicable specification section. b. Indicate deviations, if any, from the Work specified. c. Evidence that proposed product provides specified warranty. d. List of similar installations for completed projects, with project names and addresses and names and addresses of architects and owners, if requested. e. Samples, if requested. 4. Product Data: Including drawings and descriptions of products and fabrication and installation procedures. 5. Certificates and qualification data. 6. Material test reports from a qualified testing agency indicating and interpreting test results for compliance with requirements indicated. 7. Research reports evidencing compliance with building code in effect for Project, from ICC-ES or another model code organization acceptable to authorities having jurisdiction. 8. Evidence that the proposed comparable product has received necessary approvals of authorities having jurisdiction. 9. Evidence that the use of proposed comparable product will not adversely affect CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 026000 - 7 Contractor's construction schedule. a. Detailed comparison of Contractor's construction schedule using proposed comparable product with products specified for the Work, including effect on the overall Contract Time. b. If specified product or method of construction cannot be provided within the Contract Time, include letter from manufacturer, on manufacturer's letterhead, stating date of receipt of purchase order, lack of availability, or delays in delivery. 10. Cost information, including a proposal of change, if any, in the Contract Sum. 11. Contractor's certification that proposed comparable product complies with requirements in the Contract Documents, is compatible with related materials, and is appropriate for applications indicated. 12. Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of failure of proposed comparable product to produce indicated results. 13. If use of proposed comparable product involves more than one contractor, evidence that use of proposed comparable product has been coordinated with other portions of the Work, is uniform and consistent, is compatible with other products, and is acceptable to all contractors involved. B. Submittal Requirements, Two-Step Process: Approval by the Architect of Contractor's request for use of comparable product is not intended to satisfy other submittal requirements. Comply with specified submittal requirements. PART 3 - EXECUTION (Not Used) END OF SECTION 026000 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 017300 - 1 SECTION 017300 - EXECUTION PART 1 - GENERAL 1.1 SUMMARY A. Section includes general administrative and procedural requirements governing execution of the Work, including, but not limited to, the following: 1. Construction layout. 2. Field engineering and surveying. 3. Installation. 4. Cutting and patching. 5. Coordination of Owner's portion of the Work. 6. Progress cleaning. 7. Starting and adjusting. 8. Protection and repair of installed construction. B. Related Requirements: 1. Section 011000 "Summary" for coordination of Owner's separate contracts, and limits on use of Project site. 2. Section 017700 "Closeout Procedures" for submitting final property survey with Project Record Documents, recording of Owner-accepted deviations from indicated lines and levels, replacing defective work, and final cleaning. 1.2 DEFINITIONS A. Cutting: Removal of in-place construction necessary to permit installation or performance of subsequent work. B. Patching: Fitting and repair work required to restore construction to original conditions after installation of subsequent work. 1.3 INFORMATIONAL SUBMITTALS A. Certified Surveys: Submit five copies signed by land surveyor. B. Certificates: Submit certificate signed by land surveyor, certifying that location and elevation of improvements comply with requirements. 1.4 CLOSEOUT SUBMITTALS A. Final Property Survey: Submit 10 copies showing the Work performed and record survey data. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 017300 - 2 1.5 QUALITY ASSURANCE A. Land Surveyor Qualifications: A professional land surveyor who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing land- surveying services of the kind indicated. B. Cutting and Patching: Comply with requirements for and limitations on cutting and patching of construction elements. 1. Structural Elements: When cutting and patching structural elements, or when encountering the need for cutting and patching of elements whose structural function is not known, notify Architect of locations and details of cutting and await directions from Architect before proceeding. Shore, brace, and support structural elements during cutting and patching. Do not cut and patch structural elements in a manner that could change their load-carrying capacity or increase deflection. 2. Operational Elements: Do not cut and patch operating elements and related components in a manner that results in reducing their capacity to perform as intended or that results in increased maintenance or decreased operational life or safety. 3. Other Construction Elements: Do not cut and patch other construction elements or components in a manner that could change their load-carrying capacity, that results in reducing their capacity to perform as intended, or that results in increased maintenance or decreased operational life or safety. 4. Visual Elements: Do not cut and patch construction in a manner that results in visual evidence of cutting and patching. Do not cut and patch exposed construction in a manner that would, in Architect's opinion, reduce the building's aesthetic qualities. Remove and replace construction that has been cut and patched in a visually unsatisfactory manner. C. Manufacturer's Installation Instructions: Obtain and maintain on-site manufacturer's written recommendations and instructions for installation of specified products and equipment. PART 2 - PRODUCTS 2.1 MATERIALS A. Comply with requirements specified in other Sections. 1. For projects requiring compliance with sustainable design and construction practices and procedures, use products for patching that comply with sustainable design requirements. B. In-Place Materials: Use materials for patching identical to in-place materials. For exposed surfaces, use materials that visually match in-place adjacent surfaces to the fullest extent possible. 1. If identical materials are unavailable or cannot be used, use materials that, when installed, will provide a match acceptable to Architect for the visual and functional performance of in-place materials. Use materials that are not considered hazardous. C. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 017300 - 3 1. Use cleaning products that comply with Green Seal's GS-37, or if GS-37 is not applicable, use products that comply with the California Code of Regulations maximum allowable VOC levels. PART 3 - EXECUTION 3.1 EXAMINATION A. Existing Conditions: The existence and location of underground and other utilities and construction indicated as existing are not guaranteed. Before beginning sitework, investigate and verify the existence and location of underground utilities, mechanical and electrical systems, and other construction affecting the Work. 1. Before construction, verify the location and invert elevation at points of connection of sanitary sewer, storm sewer, gas service piping, and water-service piping; underground electrical services; and other utilities. 2. Furnish location data for work related to Project that must be performed by public utilities serving Project site. B. Examination and Acceptance of Conditions: Before proceeding with each component of the Work, examine substrates, areas, and conditions, with Installer or Applicator present where indicated, for compliance with requirements for installation tolerances and other conditions affecting performance. Record observations. 1. Examine roughing-in for mechanical and electrical systems to verify actual locations of connections before equipment and fixture installation. 2. Examine walls, floors, and roofs for suitable conditions where products and systems are to be installed. 3. Verify compatibility with and suitability of substrates, including compatibility with existing finishes or primers. C. Written Report: Where a written report listing conditions detrimental to performance of the Work is required by other Sections, include the following: 1. Description of the Work, including Specification Section number and paragraph, and Drawing sheet number and detail, where applicable. 2. List of detrimental conditions, including substrates. 3. List of unacceptable installation tolerances. 4. Recommended corrections. D. Proceed with installation only after unsatisfactory conditions have been corrected. Proceeding with the Work indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Existing Utility Information: Furnish information to local utility that is necessary to adjust, move, or relocate existing utility structures, utility poles, lines, services, or other utility appurtenances located in or affected by construction. Coordinate with authorities having jurisdiction. B. Field Measurements: Take field measurements as required to fit the Work properly. Recheck measurements before installing each product. Where portions of the Work are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication. Coordinate fabrication schedule with construction progress to avoid CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 017300 - 4 delaying the Work. C. Space Requirements: Verify space requirements and dimensions of items shown diagrammatically on Drawings. D. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for clarification of the Contract Documents, submit a request for information or interpretation to Architect in accordance with requirements in Section 013100 "Project Management and Coordination." 3.3 CONSTRUCTION LAYOUT A. Verification: Before proceeding to lay out the Work, verify layout information shown on Drawings, in relation to the property survey and existing benchmarks and existing conditions. If discrepancies are discovered, notify Architect promptly. B. Engage a land surveyor experienced in laying out the Work, using the following accepted surveying practices: 1. Establish benchmarks and control points to set lines and levels at each story of construction and elsewhere as needed to locate each element of Project. 2. Establish limits on use of Project site. 3. Establish dimensions within tolerances indicated. Do not scale Drawings to obtain required dimensions. 4. Inform installers of lines and levels to which they must comply. 5. Check the location, level and plumb, of every major element as the Work progresses. 6. Notify Architect when deviations from required lines and levels exceed allowable tolerances. 7. Close site surveys with an error of closure equal to or less than the standard established by authorities having jurisdiction. C. Site Improvements: Locate and lay out site improvements, including pavements, grading, fill and topsoil placement, utility slopes, and rim and invert elevations. D. Building Lines and Levels: Locate and lay out control lines and levels for structures, building foundations, column grids, and floor levels, including those required for mechanical and electrical work. Transfer survey markings and elevations for use with control lines and levels. Level foundations and piers from two or more locations. E. Record Log: Maintain a log of layout control work. Record deviations from required lines and levels. Include beginning and ending dates and times of surveys, weather conditions, name and duty of each survey party member, and types of instruments and tapes used. Make the log available for reference by Architect. 3.4 FIELD ENGINEERING AND SURVEYING A. Identification: Owner will identify existing benchmarks, control points, and property corners. B. Reference Points: Locate existing permanent benchmarks, control points, and similar reference points before beginning the Work. Preserve and protect permanent benchmarks and control points during construction operations. 1. Do not change or relocate existing benchmarks or control points without prior written approval of Architect. Report lost or destroyed permanent benchmarks or control points promptly. Report the need to relocate permanent benchmarks or CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 017300 - 5 control points to Architect before proceeding. 2. Replace lost or destroyed permanent benchmarks and control points promptly. Base replacements on the original survey control points. C. Benchmarks: Establish and maintain not less than two permanent benchmarks on Project site, referenced to data established by survey control points. Comply with authorities having jurisdiction for type and size of benchmark. 1. Record benchmark locations, with horizontal and vertical data, on Project Record Documents. 2. Where the actual location or elevation of layout points cannot be marked, provide temporary reference points sufficient to locate the Work. 3. Remove temporary reference points when no longer needed. Restore marked construction to its original condition. D. Certified Survey: On completion of foundation walls, major site improvements, and other work requiring field-engineering services, prepare a certified survey showing dimensions, locations, angles, and elevations of construction and sitework. E. Final Property Survey: Engage a land surveyor to prepare a final property survey showing significant features (real property) for Project. Include on the survey a certification, signed by land surveyor, that principal metes, bounds, lines, and levels of Project are accurately positioned as shown on the survey. 1. Show boundary lines, monuments, streets, site improvements and utilities, existing improvements and significant vegetation, adjoining properties, acreage, grade contours, and the distance and bearing from a site corner to a legal point. 2. Recording: At Substantial Completion, have the final property survey recorded by or with authorities having jurisdiction as the official "property survey." 3.5 INSTALLATION A. Locate the Work and components of the Work accurately, in correct alignment and elevation, as indicated. 1. Make vertical work plumb, and make horizontal work level. 2. Where space is limited, install components to maximize space available for maintenance and ease of removal for replacement. 3. Conceal pipes, ducts, and wiring in finished areas unless otherwise indicated. 4. Maintain headroom clearance of not less than 96 inches (2440 mm) in occupied spaces and not less than 90 inches (2300 mm) in unoccupied spaces, unless otherwise indicated on Drawings. B. Comply with manufacturer's written instructions and recommendations for installing products in applications indicated. C. Install products at the time and under conditions that will ensure satisfactory results as judged by Architect. Maintain conditions required for product performance until Substantial Completion. D. Conduct construction operations, so no part of the Work is subjected to damaging operations or loading in excess of that expected during normal conditions of occupancy of type expected for Project. E. Sequence the Work and allow adequate clearances to accommodate movement of CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 017300 - 6 construction items on-site and placement in permanent locations. F. Tools and Equipment: Select tools or equipment that minimize production of excessive noise levels. G. Templates: Obtain and distribute to the parties involved templates for Work specified to be factory prepared and field installed. Check Shop Drawings of other portions of the Work to confirm that adequate provisions are made for locating and installing products to comply with indicated requirements. H. Attachment: Provide blocking and attachment plates and anchors and fasteners of adequate size and number to securely anchor each component in place, accurately located and aligned with other portions of the Work. Where size and type of attachments are not indicated, verify size and type required for load conditions with manufacturer. 1. Mounting Heights: Where mounting heights are not indicated, mount components at heights directed by Architect. 2. Allow for building movement, including thermal expansion and contraction. 3. Coordinate installation of anchorages. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. I. Joints: Make joints of uniform width. Where joint locations in exposed Work are not indicated, arrange joints for the best visual effect, as judged by Architect. Fit exposed connections together to form hairline joints. J. Repair or remove and replace damaged, defective, or nonconforming Work. 1. Comply with Section 017700 "Closeout Procedures" for repairing or removing and replacing defective Work. 3.6 CUTTING AND PATCHING A. General: Employ skilled workers to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time, and complete without delay. 1. Cut in-place construction to provide for installation of other components or performance of other construction, and subsequently patch as required to restore surfaces to their original condition. B. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during installation or cutting and patching operations, by methods and with materials so as not to void existing warranties. C. Temporary Support: Provide temporary support of Work to be cut. D. Protection: Protect in-place construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of Project that might be exposed during cutting and patching operations. E. Cutting: Cut in-place construction by sawing, drilling, breaking, chipping, grinding, and similar operations, including excavation, using methods least likely to damage elements retained or adjoining construction. If possible, review proposed procedures with original Installer; comply with original Installer's written recommendations. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 017300 - 7 1. In general, use hand or small power tools designed for sawing and grinding, not hammering and chopping. Cut holes and slots neatly to minimum size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. 2. Finished Surfaces: Cut or drill from the exposed or finished side into concealed surfaces. 3. Concrete and Masonry: Cut using a cutting machine, such as an abrasive saw or a diamond-core drill. 4. Excavating and Backfilling: Comply with requirements in applicable Sections where required by cutting and patching operations. 5. Mechanical and Electrical Services: Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after cutting. 6. Proceed with patching after construction operations requiring cutting are complete. F. Patching: Patch construction by filling, repairing, refinishing, closing up, and similar operations following performance of other Work. Patch with durable seams that are as invisible as practicable, as judged by Architect. Provide materials and comply with installation requirements specified in other Sections, where applicable. 1. Inspection: Where feasible, test and inspect patched areas after completion to demonstrate physical integrity of installation. 2. Exposed Finishes: 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. a. Clean piping, conduit, and similar features before applying paint or other finishing materials. b. Restore damaged pipe covering to its original condition. 3. Floors and Walls: Where walls or partitions that are removed extend one finished area into another, patch and repair floor and wall surfaces in the new space. Provide an even surface of uniform finish, color, texture, and appearance. Remove in-place floor and wall coverings and replace with new materials, if necessary, to achieve uniform color and appearance. a. Where patching occurs in a painted surface, prepare substrate and apply primer and intermediate paint coats appropriate for substrate over the patch, and apply final paint coat over entire unbroken surface containing the patch, corner to corner of wall and edge to edge of ceiling. Provide additional coats until patch blends with adjacent surfaces. 4. Ceilings: Patch, repair, or rehang in-place ceilings as necessary to provide an even-plane surface of uniform appearance. 5. Exterior Building Enclosure: Patch components in a manner that restores enclosure to a weathertight condition and ensures thermal and moisture integrity of building enclosure. G. Cleaning: Clean areas and spaces where cutting and patching are performed. Remove paint, mortar, oils, putty, and similar materials from adjacent finished surfaces. 3.7 COORDINATION OF OWNER'S PORTION OF THE WORK A. Site Access: Provide access to Project site for Owner's construction personnel and Owner's separate contractors. B. Coordination: Coordinate construction and operations of the Work with work performed by Owner's construction personnel and Owner's separate contractors. 1. Construction Schedule: Inform Owner of Contractor's preferred construction schedule for Owner's CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 017300 - 8 portion of the Work. Adjust construction schedule based on a mutually agreeable timetable. Notify Owner if changes to schedule are required due to differences in actual construction progress. 3.8 PROGRESS CLEANING A. Clean Project site and work areas daily, including common areas. Enforce requirements strictly. Dispose of materials lawfully. 1. Comply with requirements in NFPA 241 for removal of combustible waste materials and debris. 2. Do not hold waste materials more than seven days during normal weather or three days if the temperature is expected to rise above 80 deg F (27 deg C). 3. Containerize hazardous and unsanitary waste materials separately from other waste. Mark containers appropriately and dispose of legally, according to regulations. a. Use containers intended for holding waste materials of type to be stored. B. Site: Maintain Project site free of waste materials and debris. C. Work Areas: Clean areas where Work is in progress to the level of cleanliness necessary for proper execution of the Work. 1. Remove liquid spills promptly. 2. Where dust would impair proper execution of the Work, broom-clean or vacuum the entire work area, as appropriate. D. Installed Work: Keep installed work clean. Clean installed surfaces according to written instructions of manufacturer or fabricator of product installed, using only cleaning materials specifically recommended. If specific cleaning materials are not recommended, use cleaning materials that are not hazardous to health or property and that will not damage exposed surfaces. E. Concealed Spaces: Remove debris from concealed spaces before enclosing the space. F. Exposed Surfaces: Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. G. Waste Disposal: Do not bury or burn waste materials on-site. Do not wash waste materials down sewers or into waterways. Comply with waste disposal requirements in Section 017419 "Construction Waste Management and Disposal." H. During handling and installation, clean and protect construction in progress and adjoining materials already in place. Apply protective covering where required to ensure protection from damage or deterioration at Substantial Completion. I. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to ensure operability without damaging effects. J. Limiting Exposures: Supervise construction operations to ensure that no part of the construction, completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 017300 - 9 3.9 STARTING AND ADJUSTING A. Coordinate startup and adjusting of equipment and operating components with requirements in Section 019113 "General Commissioning Requirements." B. Start equipment and operating components to confirm proper operation. Remove malfunctioning units, replace with new units, and retest. C. Adjust equipment for proper operation. Adjust operating components for proper operation without binding. D. Test each piece of equipment to verify proper operation. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. E. Manufacturer's Field Service: Comply with qualification requirements in Section 014000 "Quality Requirements." 3.10 PROTECTION AND REPAIR OF INSTALLED CONSTRUCTION A. Provide final protection and maintain conditions that ensure installed Work is without damage or deterioration at time of Substantial Completion. B. Repair Work previously completed and subsequently damaged during construction period. Repair to like-new condition. C. Protection of Existing Items: Provide protection and ensure that existing items to remain undisturbed by construction are maintained in condition that existed at commencement of the Work. D. Comply with manufacturer's written instructions for temperature and relative humidity. END OF SECTION 017300 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 017419 - 1 SECTION 017419 - CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL PART 1 - GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for the following: 1. Salvaging nonhazardous demolition and construction waste. 2. Recycling nonhazardous demolition and construction waste. 3. Disposing of nonhazardous demolition and construction waste. 1.2 DEFINITIONS A. Construction Waste: Building, structure, and site improvement materials and other solid waste resulting from construction, remodeling, renovation, or repair operations. Construction waste includes packaging. B. Demolition Waste: Building, structure, and site improvement materials resulting from demolition operations. C. Disposal: Removal of demolition or construction waste and subsequent salvage, sale, recycling, or deposit in landfill, incinerator acceptable to authorities having jurisdiction, or designated spoil areas on Owner’s property. D. Recycle: Recovery of demolition or construction waste for subsequent processing in preparation for reuse. E. Salvage: Recovery of demolition or construction waste and subsequent sale or reuse in another facility. F. Salvage and Reuse: Recovery of demolition or construction waste and subsequent incorporation into the Work. 1.3 PREINSTALLATION MEETINGS A. Waste Management Conference(s): Conduct conference(s) at Project site to comply with requirements in Section 013100 "Project Management and Coordination." 1.4 INFORMATIONAL SUBMITTALS A. Waste Management Plan: Submit plan within seven days of date established for the Notice to Proceed. 1. Use CGBC form "Construction Waste Management (CWM) Plan" or Contractor's comparable form. B. Waste Reduction Progress Reports: Concurrent with each Application for Payment, submit report. Include the following information: 1. Material category. 2. Generation point of waste. 3. Total quantity of waste in tons (tonnes). CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 017419 - 2 4. Quantity of waste salvaged, both estimated and actual in tons (tonnes). 5. Quantity of waste recycled, both estimated and actual in tons (tonnes). 6. Total quantity of waste recovered (salvaged plus recycled) in tons (tonnes). 7. Total quantity of waste recovered (salvaged plus recycled) as a percentage of total waste. 8. Use CGBC form "Construction Waste Management (CWM) Worksheet" or Contractor's comparable form. C. Waste Reduction Calculations: Before request for Substantial Completion, submit calculated end-of-Project rates for salvage, recycling, and disposal as a percentage of total waste generated by the Work. D. Records of Donations: Indicate receipt and acceptance of salvageable waste donated to individuals and organizations. Indicate whether organization is tax exempt. E. Records of Sales: Indicate receipt and acceptance of salvageable waste sold to individuals and organizations. Indicate whether organization is tax exempt. F. Recycling and Processing Facility Records: Indicate receipt and acceptance of recyclable waste by recycling and processing facilities licensed to accept them. Include manifests, weight tickets, receipts, and invoices. G. Landfill and Incinerator Disposal Records: Indicate receipt and acceptance of waste by landfills and incinerator facilities licensed to accept them. Include manifests, weight tickets, receipts, and invoices. 1.5 QUALITY ASSURANCE A. Waste Management Coordinator Qualifications: Experienced firm, or individual employed and assigned by General Contractor, with a record of successful waste management coordination of projects with similar requirements. B. Refrigerant Recovery Technician Qualifications: Universal certified by EPA-approved certification program. 1.6 WASTE MANAGEMENT PLAN A. General: Develop a waste management plan according to requirements in this Section. Plan shall consist of waste identification, waste reduction work plan, and cost/revenue analysis. Distinguish between demolition and construction waste. Indicate quantities by weight or volume, but use same units of measure throughout waste management plan. B. Waste Identification: Indicate anticipated types and quantities of demolition, site-clearing, and construction waste generated by the Work. Include estimated quantities and assumptions for estimates. C. Waste Reduction Work Plan: List each type of waste and whether it will be salvaged, recycled, or disposed of in landfill or incinerator. Include points of waste generation, total quantity of each type of waste, quantity for each means of recovery, and handling and transportation procedures. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 017419 - 3 1. Salvaged Materials for Reuse: For materials that will be salvaged and reused in this Project, describe methods for preparing salvaged materials before incorporation into the Work. 2. Salvaged Materials for Sale: For materials that will be sold to individuals and organizations, include list of their names, addresses, and telephone numbers. 3. Salvaged Materials for Donation: For materials that will be donated to individuals and organizations, include list of their names, addresses, and telephone numbers. 4. Recycled Materials: Include list of local receivers and processors and type of recycled materials each will accept. Include names, addresses, and telephone numbers. 5. Disposed Materials: Indicate how and where materials will be disposed of. Include name, address, and telephone number of each landfill and incinerator facility. 6. Handling and Transportation Procedures: Include method that will be used for separating recyclable waste including sizes of containers, container labeling, and designated location where materials separation will be performed. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. General: Achieve end-of-Project rates for salvage/recycling of 50 percent by weight of total nonhazardous solid waste generated by the Work. Facilitate recycling and salvage of materials. 2.2 REGULATORY REQUIREMENTS A. Comply with transportation and disposal regulations of authorities having jurisdiction. B. Comply with applicable provisions in California Integrated Waste Management Act of 1989 (AB 939). C. Comply with applicable provisions in California Code of Regulations Title 14, Section 18700 et seq. D. Comply with applicable provisions in "California Green Building Standards Code", California Code of Regulations Title 24, Part 11, Section 5.408. PART 3 - EXECUTION 3.1 PLAN IMPLEMENTATION A. General: Implement approved waste management plan. Provide handling, containers, storage, signage, transportation, and other items as required to implement waste management plan during the entire duration of the Contract. B. Waste Management Coordinator: Engage a waste management coordinator to be responsible for implementing, monitoring, and reporting status of waste management work plan. Coordinator shall be present at Project site full time for duration of Project. C. Training: Train workers, subcontractors, and suppliers on proper waste management procedures, as appropriate for the Work. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 017419 - 4 1. Distribute waste management plan to everyone concerned within three days of submittal return. 2. Distribute waste management plan to entities when they first begin work on-site. Review plan procedures and locations established for salvage, recycling, and disposal. D. Site Access and Temporary Controls: Conduct waste management operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. 1. Designate and label specific areas on Project site necessary for separating materials that are to be salvaged and recycled. 2. Comply with Section 015000 "Temporary Facilities and Controls" for controlling dust and dirt, environmental protection, and noise control. 3.2 SALVAGING DEMOLITION WASTE A. Salvaged Items for Reuse in the Work: 1. Clean salvaged items. 2. Pack or crate items after cleaning. Identify contents of containers with label indicating elements, date of removal, quantity, and location where removed. 3. Store items in a secure area until installation. 4. Protect items from damage during transport and storage. 5. Install salvaged items to comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make items functional for use indicated. B. Salvaged Items for Sale and Donation: Not permitted on Project site. C. Salvaged Items for Owner's Use: 1. Clean salvaged items. 2. Pack or crate items after cleaning. Identify contents of containers with label indicating elements, date of removal, quantity, and location where removed. 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. 3.3 RECYCLING DEMOLITION AND CONSTRUCTION WASTE, GENERAL A. General: Recycle paper and beverage containers used by on-site workers. B. Recycling Incentives: Revenues, savings, rebates, tax credits, and other incentives received for recycling waste materials shall accrue to Contractor. C. Preparation of Waste: Prepare and maintain recyclable waste materials according to recycling or reuse facility requirements. Maintain materials free of dirt, adhesives, solvents, petroleum contamination, and other substances deleterious to the recycling process. D. Procedures: Separate recyclable waste from other waste materials, trash, and debris. Separate recyclable waste by type at Project site to the maximum extent practical according to approved construction waste management plan. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 017419 - 5 1. Provide appropriately marked containers or bins for controlling recyclable waste until removed from Project site. Include list of acceptable and unacceptable materials at each container and bin. a. Inspect containers and bins for contamination and remove contaminated materials if found. 2. Stockpile processed materials on-site without intermixing with other materials. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. 3. Stockpile materials away from construction area. Do not store within drip line of remaining trees. 4. Store components off the ground and protect from the weather. 5. Remove recyclable waste from Owner's property and transport to recycling receiver or processor as often as required to prevent overfilling bins. 3.4 RECYCLING DEMOLITION WASTE A. Asphalt Paving: Break up and transport paving to asphalt-recycling facility. B. Concrete: Remove reinforcement and other metals from concrete and sort with other metals. 1. Pulverize concrete to maximum 1-1/2 inch (38 mm) size. C. Masonry: Remove metal reinforcement, anchors, and ties from masonry and sort with other metals. 1. Pulverize masonry to maximum 1-1/2 inch (38 mm) size. 2. Clean and stack undamaged, whole masonry units on wood pallets. D. Wood Materials: Sort and stack members according to size, type, and length. Separate lumber, engineered wood products, panel products, and treated wood materials. E. Metals: Separate metals by type. 1. Structural Steel: Stack members according to size, type of member, and length. 2. Remove and dispose of bolts, nuts, washers, and other rough hardware. F. Gypsum Board: Stack large clean pieces on wood pallets or in container and store in a dry location. Remove edge trim and sort with other metals. Remove and dispose of fasteners. G. Acoustical Ceiling Panels and Tile: Stack large clean pieces on wood pallets and store in a dry location. H. Metal Suspension System: Separate metal members, including trim and other metals from acoustical panels and tile, and sort with other metals. I. Carpet: Roll large pieces tightly after removing debris, trash, adhesive, and tack strips. 1. Store clean, dry carpet in a closed container or trailer provided by carpet reclamation agency or carpet recycler. J. Carpet Tile: Remove debris, trash, and adhesive. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 017419 - 6 1. Stack tile on pallet and store clean, dry carpet in a closed container or trailer provided by carpet reclamation agency or carpet recycler. K. Piping: Reduce piping to straight lengths and store by material and size. Separate supports, hangers, valves, sprinklers, and other components by material and size. L. Conduit: Reduce conduit to straight lengths and store by material and size. M. Lamps: Separate lamps by type and store according to requirements in 40 CFR 273. 3.5 RECYCLING CONSTRUCTION WASTE A. Packaging: 1. Cardboard and Boxes: Break down packaging into flat sheets. Bundle and store in a dry location. 2. Polystyrene Packaging: Separate and bag materials. 3. Pallets: As much as possible, require deliveries using pallets to remove pallets from Project site. For pallets that remain on-site, break down pallets into component wood pieces and comply with requirements for recycling wood. 4. Crates: Break down crates into component wood pieces and comply with requirements for recycling wood. B. Wood Materials: 1. Clean Cut-Offs of Lumber: Grind or chip into small pieces. 2. Clean Sawdust: Bag sawdust that does not contain painted or treated wood. C. Gypsum Board: Stack large clean pieces on wood pallets or in container and store in a dry location. 1. Clean Gypsum Board: Grind scraps of clean gypsum board using small mobile chipper or hammer mill. Screen out paper after grinding. D. Paint: Seal containers and store by type. 3.6 DISPOSAL OF WASTE A. General: Except for items or materials to be salvaged or recycled, remove waste materials from Project site and legally dispose of them in a landfill or incinerator acceptable to authorities having jurisdiction. 1. Except as otherwise specified, do not allow waste materials that are to be disposed of accumulate on- site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. B. Burning: Do not burn waste materials. 3.7 ATTACHMENTS A. Appendix A - Sample form "Construction Waste Management (CWM) Plan." B. Appendix B - Sample form "Construction Waste Management (CWM) Worksheet." CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 017419 - 7 END OF SECTION 017419 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 017700 - 1 SECTION 017700 - CLOSEOUT PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for Contract closeout, including, but not limited to, the following: 1. Substantial Completion procedures. 2. Final Completion procedures. 3. List of incomplete items (punch list). 4. Submittal of Project warranties. 5. Final cleaning. B. Related Requirements: 1. Section 017823 "Operation and Maintenance Data" for additional operation and maintenance manual requirements. 2. Section 017839 "Project Record Documents" for submitting Record Drawings, Record Specifications, and Record Product Data. 3. Section 017900 "Demonstration and Training" for requirements to train the Owner's maintenance personnel to adjust, operate, and maintain products, equipment, and systems. 1.2 ACTION SUBMITTALS A. Product Data: For each type of cleaning agent. B. Contractor's List of Incomplete Items: Initial submittal at Substantial Completion. C. Certified List of Incomplete Items: Final submittal at Final Completion. 1.3 CLOSEOUT SUBMITTALS A. Certificates of Release: From authorities having jurisdiction. B. Certificate of Insurance: For continuing coverage. C. Field Report: For pest-control inspection. 1.4 SUBSTANTIAL COMPLETION PROCEDURES A. Contractor's List of Incomplete Items: Prepare and submit a list of items to be completed and corrected (Contractor's "punch list"), indicating the value of each item on the list and reasons why the Work is incomplete. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 017700 - 2 B. Submittals Prior to Substantial Completion: Complete the following not less than 10 days prior to requesting inspection for determining date of Substantial Completion. List items below that are incomplete at time of request. 1. Certificates of Release: Obtain and submit releases from authorities having jurisdiction, permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 2. Submit closeout submittals specified in other Division 01 Sections, including Project Record Documents, operation and maintenance manuals, damage or settlement surveys, property surveys, and similar final record information. 3. Submit closeout submittals specified in individual Sections, including specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents. 4. Submit maintenance material submittals specified in individual Sections, including tools, spare parts, extra materials, and similar items, and deliver to location designated by Owner. Label with manufacturer's name and model number. 5. Submit testing, adjusting, and balancing records. 6. Submit sustainable design submittals not previously submitted. 7. Submit changeover information related to Owner's occupancy, use, operation, and maintenance. C. Procedures Prior to Substantial Completion: Complete the following not less than 10 days prior to requesting inspection for determining date of Substantial Completion. List items below that are incomplete at time of request. 1. Advise Owner of pending insurance changeover requirements. 2. Make final changeover of permanent locks and deliver keys to Owner. Advise Owner's personnel of changeover in security provisions. 3. Complete startup and testing of systems and equipment. 4. Perform preventive maintenance on equipment used prior to Substantial Completion. 5. Instruct Owner's personnel in operation, adjustment, and maintenance of products, equipment, and systems. Submit demonstration and training video recordings specified in Section 017900 "Demonstration and Training." 6. Advise Owner of changeover in utility services. 7. Participate with Owner in conducting inspection and walkthrough with local emergency responders. 8. Terminate and remove temporary facilities from Project site, along with mockups, construction tools, and similar elements. 9. Complete final cleaning requirements. 10. Touch up paint and otherwise repair and restore marred exposed finishes to eliminate visual defects. D. Inspection: Submit a written request for inspection to determine Substantial Completion not less than 10 days prior to date the Work will be completed and ready for final inspection and tests. On receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare the Certificate of Substantial Completion after inspection or will notify Contractor of items, either on Contractor's list or additional items identified by Architect, that must be completed or corrected before certificate will be issued. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 017700 - 3 1.5 FINAL COMPLETION PROCEDURES A. Submittals Prior to Final Completion: Before requesting final inspection for determining Final Completion, complete the following: 1. Submit a final Application for Payment in accordance with Section 012900 "Payment Procedures." 2. Certified List of Incomplete Items: Submit certified copy of Architect's Substantial Completion inspection list of items to be completed or corrected (punch list), endorsed and dated by Architect. Certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance. 3. Certificate of Insurance: Submit evidence of final, continuing insurance coverage complying with insurance requirements. 4. Submit pest-control final inspection report. B. Inspection: Submit a written request for final inspection to determine acceptance not less than 10 days prior to date the Work will be completed and ready for final inspection and tests. On receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. 1.6 LIST OF INCOMPLETE ITEMS (PUNCH LIST) A. Organization of List: Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction. Use CSI Form 14.1A, "Punch List", or Contractor's comparable form. 1. Organize list of spaces in sequential order, listed by room or space number, starting with exterior areas first, and proceeding from lowest floor to highest floor. 2. Organize items applying to each space by major element, including categories for ceilings, individual walls, floors, equipment, and building systems. 3. Include the following information at the top of each page: a. Project name. b. Date. c. Name of Architect. d. Name of Contractor. e. Page number. 4. Submit list of incomplete items (punch list) in the following format: a. MS Excel Electronic File: Architect will return annotated file. b. Five paper copies. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 017700 - 4 1.7 SUBMITTAL OF PROJECT WARRANTIES A. Time of Submittal: Submit written warranties on request of Architect for designated portions of the Work where warranties are indicated to commence on dates other than date of Substantial Completion, or when delay in submittal of warranties might limit Owner's rights under warranty. B. Organize warranty documents into an orderly sequence based on the table of contents of Project Manual. C. Warranty Electronic File: Provide warranties and bonds in PDF format. Assemble complete warranty and bond submittal package into a single electronic PDF file with bookmarks enabling navigation to each item. Provide bookmarked table of contents at beginning of document. 1. Submit on digital media acceptable to Owner. D. Warranties in Paper Form: 1. Bind warranties and bonds in heavy-duty, three-ring, vinyl-covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2 by 11 inch (215 by 280 mm) paper. E. Provide additional copies of each warranty to include in operation and maintenance manuals. PART 2 - PRODUCTS 2.1 MATERIALS A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. 1. Use cleaning products that comply with Green Seal's GS-37, or if GS- 37 is not applicable, use products that comply with the California Code of Regulations maximum allowable VOC levels. PART 3 - EXECUTION 3.1 FINAL CLEANING A. Perform final cleaning. Conduct cleaning and waste-removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 017700 - 5 B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturer's written instructions. 1. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a designated portion of Project: a. Clean Project site of rubbish, waste material, litter, and other foreign substances. b. Clean exposed exterior and interior hard-surfaced finishes to a dirt-free condition, free of stains, films, and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition. c. Remove debris and surface dust from limited-access spaces, including roofs, plenums, shafts, trenches, equipment vaults, manholes, attics, and similar spaces. d. Clean flooring, removing debris, dirt, and staining; clean according to manufacturer's recommendations. e. Vacuum and mop concrete. f. Vacuum carpet and similar soft surfaces, removing debris and excess nap; clean according to manufacturer's recommendations if visible soil or stains remain. g. Clean transparent materials, including mirrors and glass in doors and windows. Remove glazing compounds and other noticeable, vision-obscuring materials. Polish mirrors and glass, taking care not to scratch surfaces. h. Remove labels that are not permanent. i. Wipe surfaces of mechanical and electrical equipment, elevator equipment, and similar equipment. Remove excess lubrication, paint and mortar droppings, and other foreign substances. j. Clean plumbing fixtures to a sanitary condition, free of stains, including stains resulting from water exposure. k. Replace disposable air filters and clean permanent air filters. Clean exposed surfaces of diffusers, registers, and grills. l. Clean ducts, blowers, and coils if units were operated without filters during construction or that display contamination with particulate matter on inspection. 1) Clean HVAC system in compliance with NADCA ACR. m. Clean luminaires, lamps, globes, and reflectors to function with full efficiency. n. Clean strainers. o. Leave Project clean and ready for occupancy. C. Pest Control: Comply with pest control requirements in Section 015000 "Temporary Facilities and Controls." Prepare written report. D. Construction Waste Disposal: Comply with waste-disposal requirements in Section 017419 "Construction Waste Management and Disposal." CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 017700 - 6 3.2 REPAIR OF THE WORK A. Complete repair and restoration operations required by Section 017300 "Execution" before requesting inspection for determination of Substantial Completion. B. Repair, or remove and replace, defective construction. Repairing includes replacing defective parts, refinishing damaged surfaces, touching up with matching materials, and properly adjusting operating equipment. Where damaged or worn items cannot be repaired or restored, provide replacements. Remove and replace operating components that cannot be repaired. Restore damaged construction and permanent facilities used during construction to specified condition. END OF SECTION 017700 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 017823 - 1 SECTION 017823 - OPERATION AND MAINTENANCE DATA PART 1 - GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for preparing operation and maintenance manuals, including the following: 1. Operation and maintenance documentation directory manuals. 2. Emergency manuals. 3. Systems and equipment operation manuals. 4. Systems and equipment maintenance manuals. 5. Product maintenance manuals. 1.2 CLOSEOUT SUBMITTALS A. Submit operation and maintenance manuals indicated. Provide content for each manual as specified in individual Specification Sections, and as reviewed and approved at the time of Section submittals. Submit reviewed manual content formatted and organized as required by this Section. 1. Architect and Commissioning Authority will comment on whether content of operation and maintenance submittals is acceptable. 2. Where applicable, clarify and update reviewed manual content to correspond to revisions and field conditions. B. Format: Submit operation and maintenance manuals in the following format: 1. Initial Manual Submittal: a. Submit draft copy by email to Architect and Commissioning Authority. Enable reviewer comments on draft submittals. 2. Final Manual Submittal: a. Submit draft copy by email to Architect and Commissioning Authority. Enable reviewer comments on draft submittals. b. Submit corrected copy on digital media acceptable to Owner. C. Initial Manual Submittal: Submit draft copy of each manual not less than 30 days before commencing demonstration and training. Architect and Commissioning Authority will comment on whether general scope and content of manual are acceptable. D. Final Manual Submittal: Submit draft copy of each manual in final form prior to requesting inspection for Substantial Completion and not less than 15 days before commencing demonstration and training. Architect and Commissioning Authority will return copy with comments. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 017823 - 2 1. Correct or revise each manual to comply with Architect's and Commissioning Authority's comments. Submit copies of each corrected manual within 15 days of receipt of Architect's and Commissioning Authority's comments and prior to commencing demonstration and training. E. Comply with Section 017700 "Closeout Procedures" for schedule for submitting operation and maintenance documentation. 1.3 FORMAT OF OPERATION AND MAINTENANCE MANUALS A. Manuals, Electronic Files: Submit manuals in the form of a multiple file composite electronic PDF file for each manual type required. 1. Electronic Files: Use electronic files prepared by manufacturer where available. Where scanning of paper documents is required, configure scanned file for minimum readable file size. 2. File Names and Bookmarks: Bookmark individual documents based on file names. Name document files to correspond to system, subsystem, and equipment names used in manual directory and table of contents. Group documents for each system and subsystem into individual composite bookmarked files, then create composite manual, so that resulting bookmarks reflect the system, subsystem, and equipment names in a readily navigated file tree. Configure electronic manual to display bookmark panel on opening file. 1.4 REQUIREMENTS FOR EMERGENCY, OPERATION, AND MAINTENANCE MANUALS A. Organization of Manuals: Unless otherwise indicated, organize each manual into a separate section for each system and subsystem, and a separate section for each piece of equipment not part of a system. Each manual shall contain the following materials, in the order listed: 1. Title page. 2. Table of contents. 3. Manual contents. B. Title Page: Include the following information: 1. Subject matter included in manual. 2. Name and address of Project. 3. Name and address of Owner. 4. Date of submittal. 5. Name and contact information for Contractor. 6. Name and contact information for Architect. 7. Name and contact information for Commissioning Authority. 8. Names and contact information for major consultants to the Architect that designed the systems contained in the manuals. 9. Cross-reference to related systems in other operation and maintenance manuals. C. Table of Contents: List each product included in manual, identified by product name, indexed to the content of the volume, and cross-referenced to Specification Section number in Project Manual. D. Identification: In the documentation directory and in each operation and maintenance manual, identify each system, subsystem, and piece of equipment with same designation used in the Contract Documents. If no CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 017823 - 3 designation exists, assign a designation according to ASHRAE Guideline 4, "Preparation of Operating and Maintenance Documentation for Building Systems." 1.5 EMERGENCY MANUALS A. Emergency Manual: Assemble a complete set of emergency information indicating procedures for use by emergency personnel and by Owner's operating personnel for types of emergencies indicated. B. Content: Organize manual into a separate section for each of the following: 1. Type of emergency. 2. Emergency instructions. 3. Emergency procedures. C. Type of Emergency: Where applicable for each type of emergency indicated below, include instructions and procedures for each system, subsystem, piece of equipment, and component: 1. Fire. 2. Flood. 3. Gas leak. 4. Water leak. 5. Power failure. 6. Water outage. 7. System, subsystem, or equipment failure. 8. Chemical release or spill. D. Emergency Instructions: Describe and explain warnings, trouble indications, error messages, and similar codes and signals. Include responsibilities of Owner's operating personnel for notification of Installer, supplier, and manufacturer to maintain warranties. E. Emergency Procedures: Include the following, as applicable: 1. Instructions on stopping. 2. Shutdown instructions for each type of emergency. 3. Operating instructions for conditions outside normal operating limits. 4. Required sequences for electric or electronic systems. 5. Special operating instructions and procedures. 1.6 SYSTEMS AND EQUIPMENT OPERATION MANUALS A. Systems and Equipment Operation Manual: Assemble a complete set of data indicating operation of each system, subsystem, and piece of equipment not part of a system. Include information required for daily operation and management, operating standards, and routine and special operating procedures. B. Content: In addition to requirements in this Section, include operation data required in individual Specification Sections and the following information: 1. System, subsystem, and equipment descriptions. Use designations for systems and equipment indicated on Contract Documents. 2. Performance and design criteria if Contractor has delegated design responsibility. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 017823 - 4 3. Operating standards. 4. Operating procedures. 5. Operating logs. 6. Wiring diagrams. 7. Control diagrams. 8. Piped system diagrams. 9. Precautions against improper use. 10. License requirements including inspection and renewal dates. C. Descriptions: Include the following: 1. Product name and model number. Use designations for products indicated on Contract Documents. 2. Manufacturer's name. 3. Equipment identification with serial number of each component. 4. Equipment function. 5. Operating characteristics. 6. Limiting conditions. 7. Performance curves. 8. Engineering data and tests. 9. Complete nomenclature and number of replacement parts. D. Operating Procedures: Include the following, as applicable: 1. Startup procedures. 2. Equipment or system break-in procedures. 3. Routine and normal operating instructions. 4. Regulation and control procedures. 5. Instructions on stopping. 6. Normal shutdown instructions. 7. Seasonal and weekend operating instructions. 8. Required sequences for electric or electronic systems. 9. Special operating instructions and procedures. E. Systems and Equipment Controls: Describe the sequence of operation, and diagram controls as installed. F. Piped Systems: Diagram piping as installed, and identify color coding where required for identification. 1.7 SYSTEMS AND EQUIPMENT MAINTENANCE MANUALS A. Systems and Equipment Maintenance Manuals: Assemble a complete set of data indicating maintenance of each system, subsystem, and piece of equipment not part of a system. Include manufacturers' maintenance documentation, preventive maintenance procedures and frequency, repair procedures, wiring and systems diagrams, lists of spare parts, and warranty information. B. Content: For each system, subsystem, and piece of equipment not part of a system, include source information, manufacturers' maintenance documentation, maintenance procedures, maintenance and service schedules, spare parts list and source information, maintenance service contracts, and warranties and bonds, as described below. C. Manufacturers' Maintenance Documentation: Include the following information for each component part or piece of equipment: CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 017823 - 5 1. Standard maintenance instructions and bulletins; include only sheets pertinent to product or component installed. Mark each sheet to identify each product or component incorporated into the Work. If data include more than one item in a tabular format, identify each item using appropriate references from the Contract Documents. Identify data applicable to the Work and delete references to information not applicable. a. Prepare supplementary text if manufacturers' standard printed data are not available and where the information is necessary for proper operation and maintenance of equipment or systems. 2. Drawings, diagrams, and instructions required for maintenance, including disassembly and component removal, replacement, and assembly. 3. Identification and nomenclature of parts and components. 4. List of items recommended to be stocked as spare parts. D. Maintenance Procedures: Include the following information and items that detail essential maintenance procedures: 1. Test and inspection instructions. 2. Troubleshooting guide. 3. Precautions against improper maintenance. 4. Disassembly; component removal, repair, and replacement; and reassembly instructions. 5. Aligning, adjusting, and checking instructions. 6. Demonstration and training video recording, if available. E. Maintenance and Service Schedules: Include service and lubrication requirements, list of required lubricants for equipment, and separate schedules for preventive and routine maintenance and service with standard time allotment. F. Spare Parts List and Source Information: Include lists of replacement and repair parts, with parts identified and cross-referenced to manufacturers' maintenance documentation and local sources of maintenance materials and related services. G. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and conditions that would affect validity of warranties or bonds. 1. Include procedures to follow and required notifications for warranty claims. H. Drawings: Prepare drawings supplementing manufacturers' printed data to illustrate the relationship of component parts of equipment and systems and to illustrate control sequence and flow diagrams. Coordinate these drawings with information contained in record Drawings to ensure correct illustration of completed installation. 1.8 PRODUCT MAINTENANCE MANUALS A. Product Maintenance Manual: Assemble a complete set of maintenance data indicating care and maintenance of each product, material, and finish incorporated into the Work. B. Content: Organize manual into a separate section for each product, material, and finish. Include source information, product information, maintenance procedures, repair materials and sources, and warranties and bonds, as described below. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 017823 - 6 C. Product Information: Include the following, as applicable: 1. Product name and model number. 2. Manufacturer's name. 3. Color, pattern, and texture. 4. Material and chemical composition. 5. Reordering information for specially manufactured products. D. Maintenance Procedures: Include manufacturer's written recommendations and the following: 1. Inspection procedures. 2. Types of cleaning agents to be used and methods of cleaning. 3. List of cleaning agents and methods of cleaning detrimental to product. 4. Schedule for routine cleaning and maintenance. 5. Repair instructions. E. Repair Materials and Sources: Include lists of materials and local sources of materials and related services. F. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and conditions that would affect validity of warranties or bonds. 1. Include procedures to follow and required notifications for warranty claims. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 017823 017839 - 1 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS SECTION 017839 - PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for Project Record Documents, including the following: 1. Record Drawings. 2. Record specifications. 3. Record Product Data. B. Related Requirements: 1. Section 017300 "Execution" for final property survey. 2. Section 017823 "Operation and Maintenance Data" for operation and maintenance manual requirements. 1.2 CLOSEOUT SUBMITTALS A. Record Drawings: Comply with the following: 1. Number of Copies: Submit copies of Record Drawings as follows: a. Initial Submittal: 1) Submit one paper-copy set(s) of marked-up record prints. 2) Architect will indicate whether general scope of changes, additional information recorded, and quality of drafting are acceptable. b. Final Submittal: 1) Submit PDF electronic files of scanned Record Prints and one set of file prints. 2) Print each drawing, whether or not changes and additional information were recorded. B. Record Specifications: Submit annotated PDF electronic files of Project's Specifications, including addenda and Contract modifications. C. Record Product Data: Submit annotated PDF electronic files and directories of each submittal. 1. Where record Product Data are required as part of operation and maintenance manuals, submit duplicate marked-up Product Data as a component of manual. 2. Include Record Product Data directory organized by Specification Section number and title, electronically linked to each item of Record Product Data. 017839 - 2 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 1.3 RECORD DRAWINGS A. Record Drawings: Maintain one set of paper copies of the Contract Drawings and Shop Drawings, incorporating new and revised drawings as modifications are issued, for Project Record Document purposes. Post changes and revisions to record drawings as they occur; do not wait until end of Project. 1. Preparation: Mark record drawings to show the actual installation, where installation varies from that shown originally. Require individual or entity who obtained record data, whether individual or entity is Installer, subcontractor, or similar entity, to provide information for preparation of corresponding marked-up record drawings. a. Give particular attention to information on concealed elements that would be difficult to identify or measure and record later. b. Accurately record information in an acceptable drawing technique. c. Record data as soon as possible after obtaining it. d. Record and check the markup before enclosing concealed installations. e. Cross-reference record drawings to corresponding photographic documentation. 2. Content: Types of items requiring marking include, but are not limited to, the following: a. Dimensional changes to Drawings. b. Revisions to details shown on Drawings. c. Depths of foundations. d. Locations and depths of underground utilities. e. Revisions to routing of piping and conduits. f. Revisions to electrical circuitry. g. Actual equipment locations. h. Duct size and routing. i. Locations of concealed internal utilities. j. Changes made by Change Order or Construction Change Directive. k. Changes made following Architect's written orders. l. Details not on the original Contract Drawings. m. Field records for variable and concealed conditions. n. Record information on the Work that is shown only schematically. 3. Mark the Contract Drawings and Shop Drawings completely and accurately. Use personnel proficient at recording graphic information in production of marked-up record drawings. 4. Mark record drawings with erasable, red-colored pencil. Use other colors to distinguish between changes for different categories of the Work at same location. 5. Mark important additional information that was either shown schematically or omitted from original Drawings. 6. Note Construction Change Directive numbers, alternate numbers, Change Order numbers, and similar identification, where applicable. 017839 - 3 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 1.4 RECORD SPECIFICATIONS A. Record Specifications: Maintain one copy of Project Manual, incorporating new and revised Specifications as modifications are issued, for Project Record Document purposes. Post changes and revisions to record specifications as they occur; do not wait until end of Project. 1. Preparation: Mark record specifications to indicate the actual product installation, where installation varies from that indicated in specifications, addenda, and Contract modifications. a. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. b. Mark copy with the proprietary name and model number of products, materials, and equipment furnished, including substitutions and product options selected. c. Record the name of manufacturer, supplier, Installer, and other information necessary to provide a record of selections made. d. For each principal product, indicate whether Record Product Data has been submitted in operation and maintenance manuals instead of submitted as Record Product Data. e. Note related Change Orders, Record Product Data, and Record Drawings where applicable. 1.5 RECORD PRODUCT DATA A. Record Product Data: Maintain one copy of each submittal for Project Record Document purposes. Post changes and revisions to record product data as they occur; do not wait until end of Project. 1. Preparation: Mark record product data to indicate the actual product installation where installation varies substantially from that indicated in Product Data submittal. a. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. b. Include significant changes in the product delivered to Project site and changes in manufacturer's written instructions for installation. c. Note related Change Orders, Record Specifications, and Record Drawings where applicable. 1.6 MAINTENANCE OF RECORD DOCUMENTS A. Maintenance of Record Documents: Store Record Documents in the field office apart from the Contract Documents used for construction. Do not use Record Documents for construction purposes. Maintain Record Documents in good order and in a clean, dry, legible condition, protected from deterioration and loss. Provide access to Record Documents for Architect's reference during normal working hours. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 017839 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 024119 - 1 SECTION 024119 - SELECTIVE 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 MATERIALS OWNERSHIP A. Unless otherwise indicated, demolition waste becomes property of Contractor. B. Historic items, relics, antiques, and similar objects including, but not limited to, cornerstones and their contents, commemorative plaques and tablets, and other items of interest or value to Owner that may be uncovered during demolition remain the property of Owner. 1. Carefully salvage in a manner to prevent damage and promptly return to Owner. 1.3 PREINSTALLATION MEETINGS A. Predemolition Conference: Conduct conference at Project site. 1.4 INFORMATIONAL SUBMITTALS A. Engineering Survey: Submit engineering survey of condition of building. B. Proposed Protection Measures: Submit report, including Drawings, that indicates the measures proposed for protecting individuals and property, for environmental protection, for dust control, and for noise control. Indicate proposed locations and construction of barriers. C. Schedule of selective demolition activities with starting and ending dates for each activity. D. Predemolition photographs. E. Statement of Refrigerant Recovery: Signed by refrigerant recovery technician. 1.5 CLOSEOUT SUBMITTALS A. Inventory of items that have been removed and salvaged. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 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. C. Notify Architect of discrepancies between existing conditions and Drawings before proceeding with selective demolition. D. Hazardous Materials: 1. See Hazardous Material Report Section 022600. 2. Lead Based paint to be abated in areas of construction per California Code of Regulations Title 8 Section 1532.1.Lead. 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 and using approved contractors so as not to void existing warranties. PART 2 - PRODUCTS 2.1 A. PERFORMANCE REQUIREMENTS Standards: Comply with ASSE A10.6 and NFPA 241. 2.2 A. REGULATORY REQUIREMENTS Comply with governing EPA notification regulations before beginning selective demolition. B. Comply with hauling and disposal regulations of authorities having jurisdiction. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 024119 - 3 PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that utilities have been disconnected and capped before starting selective demolition operations. B. 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. C. Inventory and record the condition of items to be removed and salvaged. 3.2 PREPARATION A. Refrigerant: Before starting demolition, remove refrigerant from mechanical equipment according to 40 CFR 82 and regulations of authorities having jurisdiction. 3.3 UTILITY SERVICES AND MECHANICAL/ELECTRICAL SYSTEMS A. Existing Services/Systems to Remain: Maintain services/systems indicated to remain and protect them against damage. B. Existing Services/Systems to Be Removed, Relocated, or Abandoned: Locate, identify, disconnect, and seal or cap off utility services and mechanical/electrical systems serving areas to be selectively demolished. 1. Arrange to shut off utilities with utility companies. 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 on Drawings 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 and leave in place. 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 and leave in place. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 024119 - 4 3.4 PROTECTION A. Temporary Protection: Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. B. Temporary Shoring: Design, 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. C. Remove temporary barricades and protections where hazards no longer exist. 3.5 SELECTIVE DEMOLITION 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. 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. 4. Maintain fire watch during and for not less than two hours after flame-cutting operations. 5. Locate selective demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. 6. Dispose of demolished items and materials promptly. Comply with requirements in Section 017419 "Construction Waste Management and Disposal." B. 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. C. 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. D. 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. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 024119 - 5 E. 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. 3.6 DISPOSAL OF DEMOLISHED MATERIALS A. Remove demolition waste materials from Project site and recycle or dispose of them according to Section 017419 "Construction Waste Management and Disposal." 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 Section 017419 "Construction Waste Management and Disposal." B. Burning: Do not burn demolished materials. 3.7 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 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 072100 - 1 SECTION 072100 - THERMAL INSULATION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Glass-fiber blanket. 2. Mineral-wool blanket. 3. Mineral-wool board. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product. 1.3 INFORMATIONAL SUBMITTALS A. Product test reports. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Surface-Burning Characteristics: As determined by testing identical products according to ASTM E 84 by a qualified testing agency. Identify products with appropriate markings of applicable testing agency. 2.2 REGULATORY REQUIREMENTS A. All insulation provided for use on this project shall be identified as required by Section 12-13- 1557 of the California Referenced Standards Code (Part 12, Title 24, C.C.R.); Chapter 12-13 "Standards For Insulating Material", (See Part 6, Title 24, C.C.R.); Department Of Consumer Affairs, Bureau of Home Furnishings and Thermal Insulation; Article 3: "Standards for Insulating Material". 2.3 SUSTAINABILITY REQUIREMENTS A. Comply with applicable provisions in the CGBC. 2.4 GLASS-FIBER BLANKET A. Glass-Fiber Blanket, Unfaced: ASTM C665, Type I; with maximum flame-spread and smoke- developed indexes of 25 and 50, respectively, per ASTM E84; passing ASTM E136 for combustion characteristics. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 072100 - 2 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. CertainTeed Corporation. b. Johns Manville; a Berkshire Hathaway company. c. Knauf Insulation. d. Owens Corning. 2. Provide unless otherwise indicated. 3. R-values as indicated on Drawings. B. Glass-Fiber Blanket, Reinforced-Foil Faced: ASTM C665, Type III (reflective faced), Class A (faced surface with a flame-spread index of 25 or less); Category 1 (membrane is a vapor barrier), faced with foil scrim, foil- scrim kraft, or foil-scrim polyethylene. 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. CertainTeed Corporation. b. Johns Manville; a Berkshire Hathaway company. c. Knauf Insulation. d. Owens Corning. 2. Provide where indicated on Drawings. 3. R-values as indicated on Drawings. 2.5 MINERAL-WOOL BLANKETS A. Mineral-Wool Blanket, Unfaced: ASTM C665, Type I (blankets without membrane facing); consisting of fibers; with maximum flame-spread and smoke-developed indexes of 25 and 50, respectively, per ASTM E84; passing ASTM E136 for combustion characteristics. 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. Johns Manville; a Berkshire Hathaway company. b. Rockwool International. c. Thermafiber, Inc.; an Owens Corning company. 2. Provide where required for fire-resistance rated assemblies. 3. R-values as indicated on Drawings. B. Mineral-Wool Blanket, Reinforced-Foil Faced: ASTM C665, Type III (reflective faced), Class A (faced surface with a flame-spread index of 25 or less per ASTM E84); Category 1 (membrane is a vapor barrier), faced with foil scrim, foil-scrim kraft, or foil-scrim polyethylene. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 072100 - 3 include, but are not limited to, the following: a. Thermafiber, Inc.; an Owens Corning company. 2. Provide where indicated on Drawings and where required for fire-resistance rated assemblies. 3. R-values as indicated on Drawings. 2.6 ACCESSORIES A. Insulation for Miscellaneous Voids: 1. Glass-Fiber Insulation: ASTM C764, Type II, loose fill; with maximum flame-spread and smoke- developed indexes of 5, per ASTM E84. 2. Spray Polyurethane Foam Insulation: ASTM C1029, Type II, closed cell, with maximum flame-spread and smoke-developed indexes of 75 and 450, respectively, per ASTM E84. B. Insulation Anchors, Spindles, and Standoffs: As recommended by manufacturer. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Comply with insulation manufacturer's written instructions applicable to products and applications. B. Install insulation that is undamaged, dry, and unsoiled and that has not been left exposed to ice, rain, or snow at any time. C. Extend insulation to envelop entire area to be insulated. Fit tightly around obstructions and fill voids with insulation. Remove projections that interfere with placement. D. Provide sizes to fit applications and selected from manufacturer's standard thicknesses, widths, and lengths. Apply single layer of insulation units unless multiple layers are otherwise shown or required to make up total thickness or to achieve R-value. 3.2 INSTALLATION OF INSULATION IN FRAMED CONSTRUCTION A. Blanket Insulation: Install in cavities formed by framing members according to the following requirements: 1. Use insulation widths and lengths that fill the cavities formed by framing members. If more than one length is required to fill the cavities, provide lengths that will produce a snug fit between ends. 2. Place insulation in cavities formed by framing members to produce a friction fit between edges of insulation and adjoining framing members. 3. Maintain 3 inch (76 mm) clearance of insulation around recessed lighting fixtures not rated for or protected from contact with insulation. 4. For metal-framed wall cavities where cavity heights exceed 96 inches (2438 mm), support unfaced blankets mechanically and support faced blankets by CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 072100 - 4 taping flanges of insulation to flanges of metal studs. 5. Vapor-Retarder-Faced Blankets: Tape joints and ruptures in vapor-retarder facings, and seal each continuous area of insulation to ensure airtight installation. a. Exterior Walls: Set units with facing placed as indicated on Drawings. b. Interior Walls: Set units with facing placed as indicated on Drawings. 6. Fire-Resistance-Rated Assemblies: Comply with mineral-fiber requirements of assembly. Provide mineral-fiber insulation to comply with requirements of perimeter fire-containment system. B. Miscellaneous Voids: Install insulation in miscellaneous voids and cavity spaces where required to prevent gaps in insulation using the following materials: 1. Glass-Fiber Insulation: Compact to approximately 40 percent of normal maximum volume equaling a density of approximately 2.5 lb/cu. ft. (40 kg/cu. m). 2. Spray Polyurethane Insulation: Apply according to manufacturer's written instructions. END OF SECTION 072100 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 072500 - 1 SECTION 072500 - WEATHER BARRIERS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Flexible flashing. 1.2 A. ACTION SUBMITTALS Product Data: For each type of product. 1.3 A. INFORMATIONAL SUBMITTALS Evaluation reports. PART 2 - PRODUCT 2.1 FLEXIBLE FLASHING A. General: Contractor may use either butyl rubber flashing or rubberized-asphalt flashing at his option. B. Butyl Rubber Flashing: Composite, self-adhesive, flashing product consisting of a pliable, butyl rubber compound, bonded to a high-density polyethylene film, aluminum foil, or spunbonded polyolefin to produce an overall thickness of not less than 0.030 inch (0.8 mm). 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. DuPont Safety & Construction. b. GCP Applied Technologies Inc. c. Protecto Wrap Company. d. Raven Industries, Inc. e. TYPAR. 2. Flame Propagation Test: Materials and construction shall be as tested according to NFPA 285. C. Rubberized-Asphalt Flashing: Composite, self-adhesive, flashing product consisting of a pliable, rubberized- asphalt compound, bonded to a high-density polyethylene film, aluminum foil, or spunbonded polyolefin to produce an overall thickness of not less than 0.030 inch (0.8 mm). 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: CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 072500 - 2 a. Advanced Building Products Inc. b. Carlisle Coatings & Waterproofing Inc. c. Fiberweb, Clark Hammerbeam Corp. d. Fortifiber Building Systems Group. e. GCP Applied Technologies Inc. f. MFM Building Products Corp. g. Polyguard Products, Inc. h. TYPAR. i. Wire-Bond. 2. Flame Propagation Test: Materials and construction shall be as tested according to NFPA 285. PART 3 - EXECUTION 3.1 FLEXIBLE FLASHING INSTALLATION A. Apply flexible flashing to comply with manufacturer's written instructions. 1. Lap seams and junctures with other materials not less than 4 inches (100 mm) except that at flashing flanges of other construction, laps need not exceed flange width. 2. Lap flashing over water-resistive barrier at bottom and sides of openings. 3. Lap water-resistive barrier over flashing at heads of openings. END OF SECTION 072500 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS SECTION 075400 – ROOFING MEMBRANE (TPO) PART 1 GENERAL 1.01 SUMMARY A. Section Includes 1. Thermoplastic Polyolefin Single-Ply Roofing Membrane 2. Thermoplastic Polyolefin Flashings 3. Thermoplastic Polyolefin Accessories 4. Roof Insulation B. Related Sections 1. Section 06100: Rough Carpentry 2. Section 07620: Sheet Metal Flashing and Trim 3. Section 15430: Plumbing Specialties 1.02 REFERENCES A. American Society for Testing and Materials (ASTM) - Annual Book of ASTM Standards 1. ASTM D-751 – Standard Test Methods for Coated Fabrics 2. ASTM D-2137 - Standard Test Methods for Rubber Property—Brittleness Point of Flexible Polymers and Coated Fabrics 3. ASTM E-96 - Standard Test Methods for Water Vapor Transmission of Materials 4. ASTM D1204 - Standard Test Method for Linear Dimensional Changes of Non Rigid Thermoplastic Sheeting or Film at Elevated Temperature 5. ASTM D-471 - Standard Test Method for Rubber Property—Effect of Liquids 6. ASTM D-1149 - Standard Test Methods for Rubber Deterioration—Cracking in an Ozone Controlled Environment 7. ASTM C-1549 - Standard Test Method for Determination of Solar Reflectance Near Ambient Temperature Using a Portable Solar Reflectometer 8. ASTM C-1371 - Standard Test Method for Determination of Emittance of Materials Near Room Temperature Using Portable Emissometers 9. ASTM E 903 – Standard Test Method for Solar Absorptance, Reflectance, and Transmission of Materials Using Integrating Spheres B. Sheet Metal and Air Conditioning Contractors National Association, Inc. (SMACNA) - Architectural Sheet Metal Manual C. National Roofing Contractors Association (NRCA) D. American Society of Civil Engineers (ASCE) E. U.S. Green Building Council (USGBC) 1. Leadership in Energy and Environmental Design (LEED) F. Factory Mutual (FM Global) - Approval Guide G. Underwriters Laboratories (UL) - Roofing Systems and Materials Guide (TGFU R1306) H. California Title 24 Energy Efficient Standards 07540-1 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS I. ENERGY STAR J. Cool Roof Rating Council (CRRC) K. Miami Dade County 1.03 DEFINITIONS A. Roofing Terminology: Refer to ASTM D1079 and the glossary of the National Roofing Contractors Association (NRCA) Roofing and Waterproofing Manual for definitions of roofing terms related to this section. 1.04 SUBMITTALS A. Product Data: Provide product data sheets for each type of product indicated in this section. B. Shop Drawings: Provide manufacturers standard details and approved shop drawings for the roof system specified. C. Samples: Provide samples of insulations, fasteners, membrane materials and accessories for verification of quality. D. Certificates: Installer shall provide written documentation from the manufacturer of their authorization to install the roof system, and eligibility to obtain the warranty specified in this section. 1.05 QUALITY ASSURANCE A. Manufacturer’s Qualifications: GAF® shall provide a roofing system that meets or exceeds all criteria listed in this section. B. Installer’s Qualifications: 1. Installer shall be classified as a Master or Master Select contractor as defined and certified by GAF®. 2. Installer shall be classified as a Master Select contractor as defined and certified by GAF®. 3. Installer shall be classified as a Master contractor as defined and certified by GAF®. 4. Installer shall be classified as a Certified Maintenance Professional as defined and certified by GAF®. C. Source Limitations: All components listed in this section shall be provided by a single manufacturer or approved by the primary roofing manufacturer. D. Final Inspection Manufacturer’s representative shall provide a comprehensive final inspection after completion of the roof system. All application errors must be addressed and final punch list completed. 1.06 QUALITY ASSURANCE A. For a start-up and/or an interim inspection contact a Field Service Representative of GAF. B. Upon completion of the installation, an inspection will be conducted by a Field Service Representative of GAF to ascertain the roofing system has been installed according to GAF’s specifications and details. 07540-2 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS C. Regulations of the Occupational Safety and Health Administration (OSHA), Environmental Protection Agency (EPA), the U.S. Department of Agriculture (USDA), and other standards must also be followed. 1.07 PRE-INSTALLATION CONFERENCE A. Prior to scheduled commencement of the roofing installation and associated work, conduct a meeting at the project site with the installer, architect, owner, GAF® representative and any other persons directly involved with the performance of the work. The installer shall record conference discussions to include decisions and agreements reached (or disagreements), and furnish copies of recorded discussions to each attending party. The main purpose of this meeting is to review foreseeable methods and procedures related to roofing work. 1.08 PERFORMANCE REQUIREMENTS A. Provide an installed roofing membrane and base flashing system that does not permit the passage of water, and will withstand the design pressures calculated in accordance with the most current revision of ASCE 7. B. Provide an installed roofing membrane and base flashing system that does not permit the passage of water, and will withstand the design pressures determined in FM Global Loss Prevention Data Sheet 1-28, to meet a 1-60 or greater wind uplift rating as required by location. C. GAF® shall provide all primary roofing materials that are physically and chemically compatible when installed in accordance with manufacturers current application requirements. 1.09 REGULATORY REQUIREMENTS A. All work shall be performed in a safe, professional manner, conforming to all federal, state and local codes. B. Exterior Fire Test Exposure: Provide a roofing system achieving a UL Class A Rating for roof slopes indicated. C. Windstorm Classification: Provide a roofing system which will achieve a Factory Mutual 1-60 1-75 1- 90 1-120 wind uplift rating, as listed in the current FM Approval Guide. 1.10 DELIVERY, STORAGE AND HANDLING A. Deliver all roofing materials to the site in original containers, with factory seals intact. All products are to carry a GAF® label. B. Store all pail goods in their original undamaged containers in a clean, dry location within their specified temperature range. Reference data sheets for product storage requirements. C. Do not expose materials to moisture in any form before, during or after delivery to the site. Reject delivery of materials that show evidence of contact with moisture. D. Use “breathable” type covers such as canvas tarpaulins to allow venting and protection from weather and moisture. Cover and protect materials at the end of each work day. Do not remove any protective tarpaulins until immediately before the material will be installed. 07540-3 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 1.11 PROJECT CONDITIONS A. Weather 1. Proceed with roofing only when existing and forecasted weather conditions permit. 2. Ambient temperatures must be above 45°F (7.2°C) when applying hot asphalt or water based adhesives. 1.12 JOB CONDITIONS A. All steel beams, columns, and large pipes that project through the insulation should be vapor-sealed and insulated with a 4-foot high wrap of insulation. The height of insulation at conduits, small pipes, and rods should be four times the regular wall insulation thickness. In both cases, the thickness of insulation on the projection should be half that on the regular wall or ceiling. B. Temperature Pulldown 1. The first stage of temperature reduction should be from ambient down to 35° F at whatever rate of reduction the refrigeration system can achieve. 2. The room should then be held at that temperature until it is dry. Finishes are especially subject to damage when temperatures are lowered too rapidly. Portland cement plaster should be fully cured before the room is refrigerated. 3. If there is a possibility that the room is airtight (most likely for small rooms, 20 feet by 20 feet maximum), swinging doors should be partially open during pulldown to relieve the internal vacuum caused by the cooling of the air, or vents should be provided. Permanent air relief vents are needed for continual operation of defrosts in small rooms with only swinging doors. Both conditions of possible air heating during defrost and cooling should be considered in design of air vents and reliefs. 4. The concrete slab will contract during pulldown, causing slab/wall joints, contraction joints, and other construction joints to open. At the end of the holding period (i.e., at 35° F), any necessary caulking should be done. 5. An average time for achieving dryness is 72 hours. However, there are indicators that may be used, such as watching the rate of frost formation on the coils or measuring the rate of moisture removal by capturing the condensation during defrost. 1.13 WARRANTY/GUARANTEE Provide manufacturers standard WeatherStopper® Diamond Pledge™ Guarantee 1. Single source coverage and no monetary limitation where the manufacturer agrees to repair or replace components in the roofing system, which cause a leak due to a failure in materials or workmanship. a) Duration: Twenty (20) years from the date of completion. b) WELL ROOF™ Extension. GAF® also guarantees to the original or first subsequent owner coverage extension by 25% of the original guarantee length, provided that the roof in inspected and maintained in accordance with the MAINTAINENCE section of this specification. B. Provide manufacturers standard WeatherStopper® System Pledge Guarantee 1. Single source coverage and a monetary limitation of one (1) dollar per square foot where the manufacturer agrees to repair or replace components in the roof system, which cause a leak due to failure in materials or workmanship. a) Duration: Twenty (20) years from the date of completion. 07540-4 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS *Materials and workmanship of listed products within this section when installed in accordance with current GAF® application and specification requirements. Contact GAF® Contractor Services for the full terms and conditions of the guarantee. C. Provide manufacturers standard WeatherStopper® Integrated Roofing System Guarantee 1. The manufacturer agrees to repair or replace the portion of the roofing materials, which have resulted in a leak due to a manufacturing defect or defects caused by ordinary wear and tear. a) Duration: Twenty (20) years from the date of completion. D. Provide manufacturers Vapor Seal Addendum to the Diamond Pledge NDL Roof Guarantee 1. The manufacturer agrees to repair or replace roof to wall junctures of the roofing system that has been compromised due to a manufacturing defect or misapplication of the GAF Vapor Barrier Product. a) Duration: Five (5) years from the date of warranty issuance *This Guarantee does NOT cover conditions other than leaks, except to the extent of condensation or moisture intrusion issues due to a manufacturing defect or misapplication of the GAF Vapor Barrier Products installed on the roof. Contact GAF® Technical Support Services for the full terms and conditions. E. Provide manufacturers standard prorated material warranty 1. The manufacturer agrees to repair or replace the portion of the roofing materials that have resulted in a leak due to a manufacturing defect or defects caused by ordinary wear and tear. a) Duration: 2 years PART 2 PRODUCTS 2.01 ACCEPTABLE MANUFACTURER A. GAF® - 1 Campus Drive, Parsippany, NJ 07054 2.02 AIR AND VAPOR RETARDER SYSTEM A. Proprietary formulated elastomeric styrene-butadiene-styrene (SBS) polymer modified bitumen in combination with a high tack self-adhesive, GAF SA Vapor Retarder by GAF. 2.03 INSULATION 1. EnergyGuard™ Tapered Polyiso Insulation by GAF®, a) Board Thickness: tapered b) Thermal Resistance (LTTR value) of: c) Compressive Strength: 20 PSI, meets ASTM C1289, Type II, Class 1, Grade 2*. 2.04 ROOF COVER BOARD/RECOVER BOARD A. High-density polyisocyanurate cover board, with a coated glass facers on both major surfaces of the core foam meets ASTM C1289, Type II, Class 4, Grade 2. 1. EnergyGuard™ HD Polyiso Insulation by GAF®, a) Board Thickness: ½” or 12.7mm b) Minimum Compressive Strength: 80psi (551kPa) c) Thermal Resistance (LTTR value) of: >2.5 d) Recycle Content: Max 8% 07540-5 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 2.05 MEMBRANE MATERIALS A. A smooth type, polyester scrim reinforced thermoplastic polyolefin membrane, for use as a single ply roofing membrane. Meets or exceeds the minimum requirements of ASTM D-6878. UL Listed, FM Approved, Dade County Product Approval, Florida Building Code Approved. 1. EverGuard® Extreme TPO; EverGuard® Extreme TPO Fleece-Back Membrane a) Thickness: 60mil b) Half sheet size: i) 5’ x 100’, 500 sq.ft. c) Color: i) White - Energy Star Listed, CRRC Listed and Title 24 Compliant. 2.06 FLASHING MATERIALS A. Advanced heat and UV protected, smooth type, polyester scrim reinforced thermoplastic polyolefin membrane, for use as a single ply roofing membrane. Meets or exceeds the minimum requirements of ASTM D-6878. UL Listed, FM Approved, Dade County Product Approval, Florida Building Code Approved. 1. EverGuard® Extreme TPO; EverGuard® Extreme TPO Fleece-Back Membrane a) Thickness: 60mil b) Half sheet size: i) 5’ x 100’, 500 sq.ft. c) Color: i) White - Energy Star Listed, CRRC Listed and Title 24 Compliant. 2.07 ADHESIVES, SEALANTS and PRIMERS A. Low VOC solvent-based bonding adhesive for use with smooth TPO membranes, EverGuard® Low VOC Bonding Adhesive, by GAF®. B. Low VOC solvent based primer for preparing surfaces to receive butyl based adhesive tapes, EverGuard® TPO Low VOC Primer, by GAF®. C. Solvent based seam cleaner used to clean exposed or contaminated seam prior to heat welding, EverGuard® TPO Seam Cleaner, by GAF®. D. Solvent based, trowel grade synthetic elastomeric sealant. Durable and UV resistant suitable for use where caulk is typically used. Available in 10 oz. tubes, FlexSeal™ Caulk Grade Sealant by GAF®. E. Commercial grade roofing sealant suitable for sealing the upper lip of exposed termination bars and penetrations and around clamping rings and comes with a 20 yr. ltd warranty against leaks caused by manufacturing defects. Meets the performance criteria of ASTM D412, ASTM D2196, ASTM D1475 and ASTM D1644, FlexSeal™ Roof Sealant, by GAF®. F. Insulation Adhesive: Oly-Bond 500™ distributed by GAF®. 2.08 PLATES & FASTENERS A. Drill•Tec™ Standard Screws: Standard duty alloy steel insulation fastener with CR-10 coating with a .215” diameter thread. Factory Mutual Standard 4470 Approved, #3 Phillips head for use on steel and wood decks. 07540-6 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 2.09 ACCESSORIES A. GENERAL FLASHING ACCESSORIES 1. A smooth type, unreinforced thermoplastic polyolefin based membrane for use as an alternative flashing/reinforcing material for penetrations and corners. Required whenever preformed vent boots cannot be used, available in White, 0.055 inches (55 mils) nominal thickness and sheet size: 24in x 50ft. EverGuard Extreme® TPO Detailing Membrane, by GAF®. 2. An 8 inch (203 mm) wide smooth type, polyester scrim reinforced thermoplastic polyolefin membrane strip for use as a cover strip over coated metal and stripping-in coated metal flanges and general repairs: 0.045 inches (45 mils) nominal thickness with 100 foot length, available in White, EverGuard Extreme® TPO Flashing Membrane, by GAF®. B. PENETRATION ACCESSORIES 1. .070 thick molded penetration pocket to provide structure and foundation for the application of a pourable sealant for a variety of roof penetrations, weldable and 9" x 6" x 4" (l x w x h). EverGuard Extreme® TPO Pourable Sealer Pocket 2. 055” thick smooth type, unreinforced thermoplastic polyolefin membrane designed for use as a conforming membrane seal over T-joints in 60 and 80 mil membrane applications. EverGuard® TPO Drain by GAF® C. FIELD OF ROOF ACCESSORIES 1. .055” thick smooth type, unreinforced thermoplastic polyolefin membrane designed for use as a conforming membrane seal over T-joints in 60, 70 and 80 mil membrane applications. EverGuard Extreme® T-Joint Patches, by GAF®. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that the surfaces and site conditions are ready to receive work. B. Verify that the deck is supported and secured. C. Verify that the deck is clean and smooth, free of depressions, waves, or projections, and properly sloped to drains, valleys, eaves, scuppers or gutters. D. Verify that the deck surfaces are dry and free of ice or snow. E. Verify that all roof openings or penetrations through the roof are solidly set, and that all flashings are tapered. 3.02 SUBSTRATE PREPARATION A. Plywood Deck 07540-7 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 1. Plywood sheathing must be exterior grade, minimum 4 ply, and not less than 3/4” (19 mm) 19/32” (Miami Dade County) thick. 2. Preservatives or fire retardants used to treat the decking must be compatible with roofing materials. 3. The deck must be installed over joists that are spaced 24” (610 mm) o.c. or less. 4. The deck must be installed so that all four sides of each panel bear on and are secured to joist and cross blocking. The panels must be secured in accordance with APA–The Engineered Wood Association recommendations “H” clips are not acceptable. 5. Panels must be installed with a 1/8” to 1/4” (3mm – 6mm) gap between panels and must match vertically at joints to within 1/8” (3mm). 6. Decking should be kept dry and roofed promptly after installation. 7. Deck shall be attached with approved fasteners at required spacing. Consult local building codes for specific requirements B. Oriented Strand Board (OSB) Deck 1. Oriented Strand Board must carry a Structural 1 rating if it is to be used as a decking material. 2. Preservatives or fire retardants used to treat decking must be compatible with roofing materials. 3. The deck must be installed over joists that are spaced 24” (610 mm) o.c. or less. 4. The deck must be installed so that all four sides of each panel bear on and are secured to joist and cross blocking; the APA/Engineered Wood Association (APA) recommendations. “H” clips are not acceptable. 5. Panels must be installed with a 1/8” to 1/4” (3mm – 6mm) gap between panels and must match vertically at joints to within (1/8” (3mm). 6. Decking should be kept dry and roofed promptly after installation. 7. LWIC should not be poured during rainy periods. Deck areas that have frozen before they have cured must be removed and replaced. Decks which receive precipitation prior to installation of the roof membrane must be checked for moisture content and dryness. 8. Where the mean January temperature (Reference current ASHRAE Fundamentals Handbook) is below 40oF (4.4oC), lightweight insulating concrete decks must be poured and roofed between April 1st and October 31st. This type of deck is unacceptable in Alaska. 9. Cellular lightweight insulating concrete decks can be installed over non-slotted, galvanized metal decking designed for cellular lightweight insulating concrete or structural concrete. 3.02 NAILER INSTALLATION A. Acceptable Material 1. Solid Blocking: Non-pressure treated wood as required, #2 Grade or better, nominal 1 1 /4" (30 mm) x 4" (102 mm) with a minimum thickness of 3 1 /2" (88 mm). 2. Shim Material: Plywood, 1 /2" (13 mm) x width to match solid blocking. 3. Verify the condition of existing roof nailers and anchor to resist 250 lb. per ft. (550 kg) load applied in any direction. New nailers should meet same load requirements. 4. DRILL-TEC™ HD screws 18" (457 mm) o.c. attachment to structural wood, steel decks with a 1" (25 mm) thread embedment. 5. DRILL-TEC™ spikes or HD screws 18" (457 mm) o.c. attachment to concrete decks. Min. 1" (25 mm) shank or thread penetration. 6. Wood nailers attached to gypsum, concrete, cellular concrete and cementitious wood fiber must be fastened 12" (305 mm) o.c., through the nailer into the substrate with substrate approved DRILL-TEC™ fasteners. 7. Three anchors per length of wood nailer minimum. 07540-8 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 3.03 INSTALLATION - GENERAL A. Install GAF®’s EverGuard® TPO roofing system according to all current application requirements in addition to those listed in this section. B. GAF® EverGuard® TPO Specification #: C. Start the application of membrane plies at the low point of the roof or at the drains, so that the flow of water is over or parallel to, but never against the laps. 3.03 AIR/VAPOR BARRIER A. GENERAL 1. Air/vapor retarder components must typically be installed when required by design professional to address internal building air pressure or humidity conditions on the structural deck or directly over a minimal layer of EnergyGuard™ insulation or fire barrier. 2. EnergyGuard™ insulation must be installed over the vapor retarder to raise the location of the dew point temperature above the level of the vapor retarder. 3. Designers should consider requiring air retarders: a) On all air porous decks, with openings in the walls or area directly below the roof deck that exceeds 10% of the total wall area. b) When the internal pressurization of the building is in excess of 5 lbs. per sq. ft. (239 Pa). c) When the building height exceeds 50 ft. (30.5 m). d) When buildings have large openings or overhangs. e) In conditions where positive internal pressure is applied suddenly, as may be the case at aircraft hangers or distribution centers—otherwise, the roofing system may fail due to pressure impact. 4. Refer to FM Global Loss Prevention Data Sheets 1-28 and 1-29 for specific installation procedures for all roofs with large openings. 5. For roofs to be guaranteed by GAF: a) Air retarders are required for all extended-length guarantees on buildings where large wall openings greater than 10% of the total wall area can be open during a windstorm, including opening due to storm damage. B. APPLICATION – LOOSE-APPLIED 1. Install air/vapor barrier sheet loose-applied to the deck or fire board so that wrinkles and buckles are not formed. 2. Overlap air/vapor barrier sheets a minimum of 6" for side and end laps. Tape laps together with duct tape or double sided tape. 3. Seal perimeter and penetration areas with foam sealant. 4. Seal all perimeter nailers with adhered roof membrane placed over the nailer and covering the exterior face of the nailer by 1" (25 mm). 5. Install insulation boards over the air/vapor retarder and mechanically attach the boards to the deck. C. APPLICATION – ADHERED 1. Apply compatible adhesive to the structural deck or fire barrier board per air vapor retarder manufacturers’ recommendations. 2. Install the air/vapor retarder components loose applied to the deck or fire barrier board so that wrinkles and buckles are not formed. Broom air/vapor barrier components to ensure embedment into the adhesive. 07540-9 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 3. Overlap air/vapor retarder components a minimum of 6" (152 mm) for side and end laps. Adhere laps together with compatible adhesive. 4. Seal perimeter and penetration areas with foam sealant. 5. Install insulation boards over the air/vapor barrier and mechanically attach the boards to the deck or adhere the boards to the air/vapor retarder with compatible adhesive to achieve the desired roof system uplift resistance. D. APPLICATION 1. In cold storage and freezer facilities the moisture drive is generally downward where the roofing membrane serves as a vapor barrier. 2. In new construction, when working in colder temperatures, curing of concrete floors and the use of propane heaters to accelerate dehydration will cause construction-generated moisture to be driven upward into the roofing assembly due to the lack of ventilation. In this case, the use of a vapor retarder/barrier beneath the roofing insulation is strongly recommended to reduce the potential for condensation and the possible phenomenon of frozen blocks of insulation that may occur during temperature pull down. 3. If a vapor retarder is specified to safeguard against construction generated moisture, GAF Air and Vapor retarder may be used 4. A continuous vapor seal is essential around roof edges, parapets, roof-to-wall transitions, and directly above interior dividers/partitions separating between cold and warmer controlled environments. 5. Where applicable, ensure the insulated wall panel cap is set in EverGuard® Water Block Sealant and secured to the wall panel at 6" on center maximum. 6. Fill panel lows with trowel grade polyurethane sealant to achieve a level, smooth surface approximately 4" to 6" from the top of the panel. 7. Secure cured membrane flashing through the area of the panel that was leveled using generous application of EverGuard® Water-Block Sealant and the DRILL-TEC™ Termination Bar fastened to achieve constant compression against the panel. 8. The transition vapor seal can be completed by turning the cured flashing over the roofing membrane setting each layer in generous beads of EverGuard® Water-Block Sealant as outlined in the applicable GAF detail. 9. Refer to applicable Cold Storage Details for alternative methods by which a vapor seal can be achieved. 3.04 FIRE BARRIER/PROTECTION LAYER A. GENERAL 1. Slip sheet protection layer must typically be installed when required by design professional or code authority to address code or approval requirements. 2. Fire resistant fiberglass sheet protection layer shall typically be installed when required by design professionals or code authority to address code or approval requirements or as a separator layer. 3. Install fiberglass sheet or polymat protection layer loose-applied over substrate surface so that wrinkles and buckles are not formed. 4. Overlap sheets a minimum of 6" (152 mm) for side and end laps. 5. The substrate must be clean, dry, and free of foreign matter. 6. Install GAF FireOut™ Fire Barrier coating at an application rate of one gallon per 100 sq. ft. (9.2 sq. m) via spray, brush, or roller. 3.04 INSULATION A. GENERAL 1. Do not apply roof insulation or roofing until all other work trades have completed jobs that require them to traverse the deck on foot or with equipment. A vapor retarder coated lightly with asphalt may be applied to protect the inside of the structure prior to the insulation and 07540-10 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS final roofing installation. Before the application of the insulation, any damage or deterioration to the vapor retarder must be repaired. 2. Do not install wet, damaged or warped insulation boards. 3. Install insulation boards with staggered board joints in one direction (unless taping joint). 4. Install insulation boards snug. Gaps between board joints must not exceed ¼” (6 mm). All gaps in excess of ¼” (6 mm) must be filled with like insulation material. 5. Wood nailers must be 3-1/2” (89 mm) minimum width or 1” (25.4 mm) wider than metal flange. They shall be of equal thickness as the insulation, and be treated for rot resistance. All nailers must be securely fastened to the deck. 6. Do not kick insulation boards into place. 7. Miter and fill the edges of the insulation boards at ridges, valleys and other changes in plane to prevent open joints or irregular surfaces. Avoid breaking or crushing of the insulation at the corners. 8. Insulation should not be installed over new lightweight insulating concrete. 9. Roof tape, if required over insulation joints, must be laid evenly, smoothly and embedded in a uniform coating of hot steep asphalt with 4” (102 mm) end laps. Care must be taken to assure smooth application of tape, and full embedment of the tape in the asphalt. 10. Do not install any more insulation than will be completely waterproofed each day. 1. Overlay/re-cover boards may be installed using all full-size overlay boards in a staggered pattern. Overlay/re-cover boards include gypsum, DensDeck® and SECUROCK® roof board. If plywood or OSB is specified, it must be a minimum thickness of ¾" (19 mm). Overlay/re- cover boards are required when using EPS or XPS as the insulation system. 2. When installing the DRILL-TEC™ RhinoBond® Attachment System over tapered insulation, RhinoBond® plates are to be flat or flush against the insulation surface to ensure proper welding of the plate to the membrane. For this reason, it is preferable to install the tapered insulation first and cover the tapered system with an overlay/re-cover board. 3. Do NOT install insulation boards that are wet, warped, or buckled; they must be discarded. Insulation boards that are broken, cracked, or crushed shall not be installed unless the damaged area is first removed and discarded. 4. Remove and replace insulation boards that become wet or damaged after installation. 5. Install no more insulation than can be properly covered by the end of each day with roofing membrane. B. INSULATION PLACEMENT AND ATTACHMENT 1. Efforts shall be made so the top layer of insulation is at least 2" thick polyiso or an approved ½” minimum cover board in order to reduce the number of fasteners without jeopardizing the performance of the roofing assembly. 2. Where the steel deck flutes are perpendicular to the perimeter wall, fill the flutes minimum 12" away from the wall with spray foam insulation. C. THERMAL SHORTS/THERMAL BRIDGING 1. To reduce the effects of thermal shorts, roof insulation should be installed in at least two layers with offset joints to minimize air leakage and movement. 2. To reduce the effects of thermal bridging, the roof membrane and upper layer(s) of rigid board insulation should be adhered. Mechanical fasteners as the securement method for a roof membrane or the upper layer(s) of rigid board insulation allows thermal bridging to occur and is less energy efficient. 3. When the substrate is a steel roof deck, the first layer of insulation (i.e., the layer in direct contact with the roof deck) may be mechanically attached. Subsequent layers should be installed with adhesives. B. INSULATION APPLICATION 1. The insulation must be securely attached to the roof deck. A minimum FMRC 1-60 attachment is recommended. Refer to FMRC Approval Guide for FM fastening patterns. Factory Mutual requires fastener density increased in corner areas for FM 1-60 as well as 07540-11 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS perimeter and corner area fastener density increases for FM 1-90 or greater. Refer to FM Loss Prevention Data Sheets 1-7, 1-28, and 1-49. 2. Use only fasteners with a minimum 3 inch (76 mm) stress plate when mechanically attaching insulation. Do not attach insulation with nails. 3. Apply LRF O Adhesive directly to the substrate using a ribbon pattern. Space beads as required by job specification, typically 6” or 12” (152 mm or 305 mm) o.c. 4. LRF O Adhesive should be approximately 70°F (22°C) when being dispensed. As adhesive is applied, allow the adhesive to begin rising, then place board. 5. The substrate must be free of and debris, dust, dirt, oil, grease, and standing water before applying the adhesive. 6. OlyBond 500 must be applied using the specially designed PaceCart dispenser. OlyBond 500 SpotShot shall be applied using one of the specially designed dual cartridge dispensers. 7. Install insulation layers applied with bands of OlyBond 500 spaced 12” o.c. Approximate coverage rate is ½ to 1 gallon per 100 square feet, depending on the substrate. Allow the foam to rise ¾” to 1” (25.4 mm). Walk each board firmly into place. Stagger the joints of additional layers in relation to the insulation joints in the layer(s) below by a minimum of 6” (152 mm) to eliminate continuous vertical gaps. 8. The substrate must be free of debris, dust, dirt, oil, grease, and standing water before applying the adhesive. 9. Install insulation layers applied with 3/4” beads of Insta-Stik spaced 12” o.c. Press each board firmly into place. Stagger the joints of additional layers in relation to the insulation joints in the layer(s) below by a minimum of 6” (152 mm) to eliminate continuous vertical gaps. 10. Loose apply the base layer of insulation for subsequent layers to be simultaneously attached or for ballast applications. Minimal fastening should be performed to avoid movement of the boards. 11. Fill all flutes with a loose applied base layer of insulation. Insulation must be of equal height as metal ribs, seams or flutes to allow for subsequent layers to be applied without interference. Minimal fastening should be performed to avoid movement of the boards. 12. If subsequent layers of insulation are to be attached with insulation adhesive, the base layer must be mechanically attached with a minimum fastener density of 1 fastener every 2 square feet. 3.01 MEMBRANE APPLICATION A. GENERAL 1. Substrates must be inspected and accepted by the contractor as suitable to receive and hold roof membrane materials. 2. Place roof membrane so that wrinkles and buckles are not formed. Any wrinkles or buckles must be removed from the sheet prior to permanent securement. 3. Membrane that has been exposed for more than 12 hours or has become contaminated will require additional cleaning methods. a) Light Contamination - Membrane that has been exposed overnight up to a few days to debris, foot traffic, or dew or light precipitation can usually be cleaned with a white cloth moistened with EverGuard® TPO Cleaner (or EverGuard® CleanWeld™ Conditioner, a low-VOC cleaner) for TPO membranes. b) Dirt-Based Contamination - Membrane that is dirt encrusted will require the use of a low- residue cleaner, such as Formula 409® and a mildly abrasive scrubbing pad to remove the dirt. This must be followed by cleaning with a white cloth moistened with EverGuard® TPO Cleaner (or EverGuard® CleanWeld™ Conditioner) for TPO membranes. Be sure to wait for solvent to flash off prior to welding. c) Exposure-Based Contamination - Membrane that is weathered or oxidized will require the use of EverGuard® TPO Cleaner, EverGuard® CleanWeld™ Conditioner, and a mildly abrasive scrubbing pad to remove the weathered/oxidized top surface layer. This must be followed by cleaning with a white cloth moistened with EverGuard® TPO Cleaner (or EverGuard® CleanWeld™ Conditioner) for TPO membranes. Unexposed membrane left 07540-12 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS in inventory for a year or more may need to be cleaned as instructed above. Be sure to wait for solvent to flash off prior to welding. d) Chemical-Based Contamination - Membrane that is contaminated with bonding adhesive, asphalt, flashing cement, grease and oil, and most other contaminants usually cannot be cleaned sufficiently to allow an adequate heat weld to the membrane surface. These membranes should be removed and replaced. A. FULLY ADHERED 1. All work surfaces should be clean, dry, and free of dirt, dust, debris, oils, loose and/or embedded gravel, un-adhered coatings, deteriorated membrane, and other contaminants that may result in a surface that is not sound or is uneven. 2. Full-width rolls can be installed throughout the field and perimeter of the roof. Half sheets are not necessary. 3. Overlap roof membrane a minimum of 3" (76 mm) for end laps. For fleece-back membrane, butt ends together and cover joint with 8” (203 mm) wide EverGuard Flashing Strip heat- welded. Membranes are provided with lap lines along the side laps. 4. Best practice is to install membrane so that the side laps run across the roof slope lapped toward drainage points. 5. All exposed sheet corners must be rounded a minimum of 1" (25 mm). 6. Use full-width rolls throughout the field and perimeter of the roof. Half sheets are not necessary. 7. Membrane laps shall be heat-welded together. All welds shall be continuous, without voids or partial welds. Welds shall be free of burns and scorch marks. 8. Weld shall be a minimum of 1” (25.4 mm) in width for automatic machine welding and a minimum 2” in width for hand welding, 9. Roof membrane must be mechanically attached along the base of walls with screws and plates 6” (152 mm) on center. 10. Adhesives should be applied to membrane at the rates listed on the pail. 11. Use appropriate bonding adhesive for substrate surface, applied with a solvent-resistant roller, brush or squeegee 12. Adhere approximately one half of the membrane sheet at a time. One half of the sheet's length shall be folded back in turn to allow for adhes ive application. Lay membrane into adhesive once the bonding adhesive is tacky to the touch. 13. Roll membrane with a weighted roller to ensure complete bonding between adhesive and membrane. 14. Prevent seam contamination by keeping the adhesive application a few inches back from the seam area. 15. Reference the Adhesive securement tables in the EverGuard® Application and Specifications Manuals for substrate adhesion and compatibility. 16. Apply LRF Adhesive directly to the substrate using a ribbon pattern. Space beads as required by job specification, typically 6” or 12” (152 mm or 305 mm) o.c. 17. Apply low rise foam in canisters should be applied in “spatter method” for fleece‐back membrane applications ONLY. 18. Roll in membrane using a 150 lb. membrane roller or equivalent. 19. To reduce thermal bridging, a full spray of approved Low Rise Foam Adhesive may be used to attach individual insulation layers or adhere the top layer to a mechanically fastened bottom layer 3.02 FLASHINGS A. GENERAL 1. All penetrations must be at least 24” (610 mm) from curbs, walls, and edges to provide adequate space for proper flashing. 07540-13 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 2. Flash all perimeter, curb, and penetration conditions with coated metal, membrane flashing, and flashing accessories as appropriate to the site condition. 3. All coated metal and membrane flashing corners shall be reinforced with preformed corners or non-reinforced membrane. 4. Heat-weld all flashing membranes, accessories, and coated metal. A minimum 2” (52 mm) wide hand weld or minimum 1” (25 mm) to 1-1/2" (39 mm) automatic machine weld is required. 5. Consult the EverGuard® Application and Specifications Manual or GAF® Technical Support Services for more information on specific construction details, or those not addressed in this section. 6. EverGuard Extreme® flashings and accessories are required for use with EverGuard Extreme® membranes. 7. Prior to placement of insulation boards, completely fill transition space between roof and any penetrations with foam pack a minimum of 12” from transition and up to level of cover board as shown in cold storage details to seal against moisture vapor drive B. COATED METAL FLASHINGS 1. Coated metal flashings shall be formed in accordance with current EverGuard® construction details and SMACNA guidelines. 2. Coated metal sections used for roof edging, base flashing and coping shall be butted together with a ¼” (7 mm) gap to allow for expansion and contraction. Heat-weld a 6” (152 mm) wide reinforced membrane flashing strip to both sides of the joint, with approximately 1” (25.4 mm) on either side of the joint left un-welded to allow for expansion and contraction. 2” (52 mm) wide aluminum tape can be installed over the joint as a bond-breaker, to prevent welding in this area. 3. Coated metal used for sealant pans, scupper inserts, corners of roof edging, base flashing and coping shall be overlapped or provided with separate metal pieces to create a continuous flange condition, and pop-riveted securely. Heat-weld a 6” (152 mm) wide reinforced membrane flashing strip over all seams that will not be sealed during subsequent flashing installation. 4. Provide a ½” (13 mm) hem for all exposed metal edges to provide corrosion protection and edge reinforcement for improved durability. 5. Provide a ½” (13 mm) hem for all metal flange edges whenever possible to prevent wearing of the roofing and flashing membranes at the flange edge. 6. Coated metal flashings shall be nailed to treated wood nailers or otherwise mechanically attached to the roof deck, wall or curb substrates, in accordance with construction detail requirements. C. REINFORCED MEMBRANE FLASHINGS 1. The thickness of the flashing membrane shall be the same as the thickness of the roofing membrane. 2. Membrane flashing may either be installed loose or fully adhered to the substrate surface in accordance with “Construction Detail Requirements”. 3. Apply the adhesive only when outside temperature is above 40°F. Recommended minimum application temperature is 50°F to allow for easier adhesive application. Water-based adhesives are approved for use with smooth TPO membranes for flashings only 4. The membrane flashing shall be carefully positioned prior to application to avoid wrinkles and buckles. 5. Please note that solvent-based adhesives must be allowed to dry until tacky to the touch before mating flashing membrane. Water-based adhesive must be allowed to flash off completely. 6. Heat-weld all laps in EverGuard® smooth-reinforced flashing membrane in accordance with heat-welding guidelines. All seams in fleece-back membrane and smooth field sheet must be stripped in with 8" (203 mm) flashing strip. 07540-14 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 7. For extended length guarantees, separate counter flashing is required; exposed termination bars are not acceptable D. UN-REINFORCED MEMBRANE FLASHINGS 1. Un-reinforced membrane is used to field-fabricate penetration or reinforcement flashings in locations where preformed corners and pipe boots cannot be properly installed. 2. Penetration flashings constructed of un-reinforced membrane are typically installed in two sections, a horizontal piece that extends onto the roofing membrane and a vertical piece that extends up the penetration. The two pieces are overlapped and hot-air welded together. 3. Apply the adhesive only when outside temperature is above 40°F. Recommended minimum application temperature is 50°F to allow for easier adhesive application. Water-based adhesives are approved for use with smooth TPO membranes for flashings only 4. The membrane flashing shall be carefully positioned prior to application to avoid wrinkles and buckles. 5. Please note that solvent-based adhesives must be allowed to dry until tacky to the touch before mating flashing membrane. Water-based adhesive must be allowed to flash off completely. E. ROOF EDGES 1. Roof edge flashings are applicable for gravel stop and drip edge conditions as well as for exterior edges of parapet walls. 2. Flash roof edges with coated metal flanged edging with a minimum 3" (76 mm) wide flange nailed 4" (102 mm) on center to wood nailers, and heat weld 8” (203 mm) membrane strip to metal flanges. 3. When the fascia width exceeds 4” (102 mm), coated metal roof edging must be attached with a continuous cleat to secure the lower fascia edge. The cleat must be secured to the building no less than 12” (305 mm) o.c. 4. Flash roof edge scuppers with a coated metal insert that is mechanically attached to the roof edge and integrated as a part of the metal edging. 5. Alternatively, roof edges may be flashed with a 2-piece snap on fascia system, adhering the roof membrane to a metal cant and face nailing the membrane 8” (152 mm) on center prior to installing a snap-on fascia. a) Submit design drawings for review and approval to Architect or Specifier before fabrication. b) Installing contractor shall check as-built conditions and verify the manufacturer’s roof edging details for accuracy to fit the wall assembly prior to fabrication. The installer shall comply with the roof edging manufacturer’s installation guide when setting edging. F. PARAPET AND BUILDING WALLS 1. Flash walls with EverGuard® TPO membrane adhered to the substrate with bonding adhesive, loose applied or with coated metal flashing nailed 4” (102 mm) on center to pressure-treated wood nailers. 2. Maximum flashing height without intermediate fastening is 24" (610 mm) for loose-applied flashing and 54" (1.4 m) for adhered flashing 3. Secure membrane flashing at the top edge with a termination bar. EverGuard® Water Block shall be applied between the wall surface and membrane flashing underneath all exposed termination bars. Exposed termination bars shall be mechanically fastened 6” (152 mm) on center for guarantees less than 20 years and 12” (305 mm) on center for guarantees greater than 20 years or that are counter-flashed. 4. Exposed termination bars must be sealed with Flexseal™ Caulk Grade Sealant. 5. Roof membrane must be mechanically attached along the base of walls with screws and plates 12” (305 mm) on center [6” (152 mm) on center for Ballasted Systems] 6. Metal cap flashings must have continuous cleats or be face fastened 12" (305 mm) o.c. on both the inside and outside of the walls. 07540-15 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 7. Flash wall scuppers with a coated metal insert that is mechanically attached to the wall and integrated as part of the wall flashing. 8. Roof Transition Anchor (R.T.A.) Strip may be installed as the alternate method of base attachment detail G. CURBS AND DUCTS 1. Flash curbs and ducts with EverGuard® TPO membrane adhered to the curb substrate with bonding adhesive, loose applied or with coated metal flashing nailed 4” on center to pressure-treated wood nailers. 2. Maximum flashing height without intermediate fastening is 24" (610 mm) for loose-applied flashing and 54" (1.4 m) for adhered flashing 3. Secure membrane flashing at the top edge with a termination bar. EverGuard® Water Block shall be applied between the wall surface and membrane flashing underneath all exposed termination bars. Exposed termination bars shall be mechanically fastened 6” (152 mm) on center for guarantees less than 20 years and 12” (305 mm) on center for guarantees greater than 20 years or that are counter-flashed. 4. Exposed termination bars must be sealed with Flexseal™ Caulk Grade Sealant. 5. Roof membrane must be mechanically attached along the base of walls with screws and plates 12” (305 mm) on center [6” (152 mm) on center for Ballasted Systems] 6. Metal counterflashing may be optional with fully adhered flashings depending on guarantee requirements. Exposed termination bars must be sealed with Flexseal™ Roofing Cement. 7. All coated metal curb flashings and loose applied membrane flashings must be provided with separate metal counterflashings, or metal copings H. ROOF DRAINS 1. Roof drains must be fitted with compression type clamping rings and strainer baskets. Original-type cast iron and aluminum drains, as well as retrofit-type cast iron, aluminum or molded plastic drains are acceptable. 2. Roof drains must be provided with a minimum 36” x 36” (914 mm x 914 mm) sump if applicable. Slope of tapered insulation within the sump shall not exceed 4” in 12”. 3. Extend the roofing membrane over the drain opening. Locate the drain and cut a hole in the roofing membrane directly over the drain opening. Provide a ½” (13 mm) of membrane flap extending past the drain flange into the drain opening. Punch holes through the roofing membrane at drain bolt locations. 4. For cast iron and aluminum drains, the roofing membrane must be set in a full bed of FlexSeal™ Caulk Grade Sealant on the drain flange prior to securement with the compression clamping ring. Typical application is one 10.5 ounce cartridge of FlexSeal™ Caulk Grade Sealant per drain. 5. Lap seams shall not be located within the sump area. Where lap seams will be located within the sump area, a separate smooth membrane drain flashing a minimum of 12” (305 mm) larger than the sump area must be installed. The membrane flashing must be heat-welded to the roof membrane. Alternately, if the seam does not run under the clamping ring, it can be covered with a 6" (152 mm) wide reinforced-membrane strip heat-welded to the membrane. 6. Tighten the drain compression ring in place. I. EXPANSION JOINTS 1. Any prefabricated expansion joint metal nailing strips must be fastened to wood nailers, curbs or secured to walls with appropriate nails or EverGuard® DRILL-TEC™ Fasteners. 2. Roof membrane must be mechanically attached along the base of raised curb-expansion joints with screws and plates a minimum of 12" (305 mm) o.c. The expansion joint cover bellows shall be at least 2 times the expansion joint opening. 3. Metal nailing strip must be set in FlexSeal™ Caulk Grade Sealant and secured with fasteners and neoprene washers fastened 6" (152 mm) o.c 4. Expansion joints may be field fabricated. Reference appropriate Construction Detail. 07540-16 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS J. SCUPPERS 1. Coated-metal roof-edge scuppers must be provided with a min. 4" (102 mm) wide flange nailed to wood nailers, with hemmed edges and secured with continuous clips in accordance with the gravel stop assembly. 2. Coated-metal wall scuppers must be provided with 4" (102 mm) wide flanges, with additional corner pieces pop-riveted to the flanges to create a continuous flange. All flange corners must be rounded. 3. Install wall scuppers over the roof and flashing membrane and secure to the roof deck/wall with DRILL-TEC™ Fasteners 6" (152 mm) o.c., a minimum of 2 fasteners per side. 4. All corners must be reinforced with EverGuard® PVC or EverGuard® TPO Universal Corners or field-fabricated from EverGuard® non-reinforced materials. 5. Strip-in scupper with flashing membrane target sheet. 6. Alternately, a wall scupper box may be field-flashed using non-reinforced flashing membrane heat-welded to membrane on the wall face and roof deck. Fully adhere to the scupper box and terminate on the outside wall face with a termination bar and FlexSeal™ Caulk Grade sealant. 7. EverGuard® TPO has prefabricated scuppers in standard and custom sizes available. K. WOOD SUPPORT BLOCKING 1. Wood support blocking, typically 4" x 4" (102 mm x 102 mm), is usually installed under light- duty or temporary roof-mounted equipment, such as electrical conduit, gas lines, condensation and drain lines. 2. Install wood support blocking over a protective layer of EverGuard® TPO walkway rolls or PVC walkway pads. Place wood blocking on oversized slip sheet, fold two sides vertically, and fasten with roofing nails into the blocking. 3.03 ROOF PROTECTION A. Protect all partially and fully completed roofing work from other trades until completion. B. Whenever possible, stage materials in such a manner that foot traffic is minimized over completed roof areas. C. When it is not possible to stage materials away from locations where partial or complete installation has taken place, temporary walkways and platforms shall be installed in order to protect all completed roof areas from traffic and point loading during the application process. D. Temporary tie-ins shall be installed at the end of each workday and removed prior to commencement of work the following day. 3.04 CLEAN-UP A. All work areas are to be kept clean, clear and free of debris at all times. B. Do not allow trash, waste, or debris to collect on the roof. These items shall be removed from the roof on a daily basis. C. All tools and unused materials must be collected at the end of each workday and stored properly off of the finished roof surface and protected from exposure to the elements. D. Dispose of or recycle all trash and excess material in a manner conforming to current EPA regulations and local laws. 07540-17 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS E. Properly clean the finished roof surface after completion, and make sure the drains and gutters are not clogged. F. Clean and restore all damaged surfaces to their original condition. 3.05 MAINTENANCE A. Inspections to the roof shall be performed annually by a GAF® Master Select contractor. B. An annual roofing system maintenance program shall be performed by a Master Select contractor in accordance with GAF®’s 10 Point Maintenance Program provided with your Diamond Pledge guarantee. C. Submit copies of the roof inspection form, accompanying photographs (a minimum of 6 photos showing the condition of the roof and critical details), and a record of all roofing system maintenance to the GAF® Technical Support Services Department within sixty (60) days of the anniversary date of the completion of the roofing system. Annual roof inspections must be started within the first two (2) years of the guarantee term. END OF SECTION CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 076200 - 1 SECTION 076200 - SHEET METAL FLASHING AND TRIM PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Formed low-slope roof sheet metal fabrications. 2. Formed wall sheet metal fabrications. 3. Formed equipment support flashing. 1.2 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1.3 ACTION SUBMITTALS A. Product Data: For each of the following 1. Underlayment materials. 2. Elastomeric sealant. 3. Butyl sealant. B. Shop Drawings: For sheet metal flashing and trim. 1. Include plans, elevations, sections, and attachment details. 2. Detail fabrication and installation layouts, expansion-joint locations, and keyed details. Distinguish between shop- and field-assembled Work. 3. Include identification of material, thickness, weight, and finish for each item and location in Project. 4. Include details for forming, including profiles, shapes, seams, and dimensions. 5. Include details for joining, supporting, and securing, including layout and spacing of fasteners, cleats, clips, and other attachments. Include pattern of seams. 6. Include details of termination points and assemblies. 7. Include details of expansion joints and expansion-joint covers, including showing direction of expansion and contraction from fixed points. 8. Include details of roof-penetration flashing. 9. Include details of edge conditions, including eaves, ridges, valleys, rakes, crickets, flashings, and counter flashings. 10. Include details of special conditions. 11. Include details of connections to adjoining work. 12. Detail formed flashing and trim at scale of not less than 1-1/2 inches per 12 inches (1:10). C. Samples for Verification: For each exposed product and for each color and texture specified, 12 inches (300 mm) long by actual width. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 076200 - 2 1.4 INFORMATIONAL SUBMITTALS A. Product Certificates: For each type of coping and roof edge flashing that is ANSI/SPRI/FM 4435/ES-1 tested and FM Approvals approved. B. Evaluation Reports: For copings and roof edge flashing, from ICC-ES or an agency acceptable to authority having jurisdiction showing compliance with ANSI/SPRI/FM 4435/ES-1. C. Sample warranty. 1.5 CLOSEOUT SUBMITTALS A. Maintenance data. B. Special warranty. 1.6 QUALITY ASSURANCE A. Fabricator Qualifications: Employs skilled workers who custom fabricate sheet metal flashing and trim similar to that required for this Project and whose products have a record of successful in-service performance. 1. For copings and roof edge flashings that are ANSI/SPRI/FM 4435/ES-1 tested and FM Approvals approved, shop shall be listed as able to fabricate required details as tested and approved. 1.7 WARRANTY A. Special Warranty on Finishes: Manufacturer agrees to repair finish or replace sheet metal flashing and trim that shows evidence of deterioration of factory-applied finishes within specified warranty period. 1. Exposed Panel Finish: Deterioration includes, but is not limited to, the following: a. Color fading more than 5 Delta E units when tested in accordance with ASTM D2244. b. Chalking in excess of a No. 8 rating when tested in accordance with ASTM D4214. c. Cracking, checking, peeling, or failure of paint to adhere to bare metal. 2. Finish Warranty Period: 20 years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Sheet metal flashing and trim assemblies, including cleats, anchors, and fasteners, shall withstand wind loads, structural movement, thermally induced movement, and exposure to weather without failure due to defective manufacture, fabrication, installation, or other defects in construction. Completed sheet metal flashing and trim shall not rattle, leak, or loosen, and shall remain watertight. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 076200 - 3 B. Sheet Metal Standard for Flashing and Trim: Comply with NRCA's "The NRCA Roofing Manual: Architectural Metal Flashing, Condensation and Air Leakage Control, and Reroofing" and SMACNA's "Architectural Sheet Metal Manual" requirements for dimensions and profiles shown unless more stringent requirements are indicated. C. Sheet Metal Standard for Copper: Comply with CDA's "Copper in Architecture Handbook." Conform to dimensions and profiles shown unless more stringent requirements are indicated. D. SPRI Wind Design Standard: Manufacture and install copings tested in accordance with ANSI/SPRI/FM 4435/ES-1 and capable of resisting the following design pressure: 1. Design Pressure: As indicated on Drawings. E. FM Approvals Listing: Manufacture and install copings that are listed in FM Approvals' "RoofNav" and approved for windstorm classification, Class 1-90. Identify materials with name of fabricator and design approved by FM Approvals. F. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes to prevent buckling, opening of joints, overstressing of components, failure of joint sealants, failure of connections, and other detrimental effects. Base calculations on surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss. 1. Temperature Change: 120 deg F (67 deg C), ambient; 180 deg F (100 deg C), material surfaces. 2.2 SUSTAINABILITY REQUIREMENTS A. Comply with applicable provisions in the CGBC. 2.3 SHEET METALS A. Protect mechanical and other finishes on exposed surfaces from damage by applying strippable, temporary protective film before shipping. B. Copper Sheet: ASTM B370, cold-rolled copper sheet, H00 or H01 temper. 1. Nonpatinated, Exposed Finish: Mill. C. Metallic-Coated Steel Sheet: Provide zinc-coated (galvanized) steel sheet in accordance with ASTM A653/A653M, G90 (Z275) coating designation or aluminum-zinc alloy-coated steel sheet in accordance with ASTM A792/A792M, Class AZ50 (Class AZM150) coating designation, Grade 40 (Grade 275); prepainted by coil-coating process to comply with ASTM A755/A755M. 1. Surface: Smooth, flat. 2. Exposed Coil-Coated Finish: a. Two-Coat Fluoropolymer: AAMA 621. Fluoropolymer finish containing not less than 70 percent polyvinylidene fluoride (PVDF) resin by weight in color coat. Prepare, pretreat, and apply coating to exposed metal surfaces to comply with coating and resin manufacturers' written instructions. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 076200 - 4 3. Color: As indicated on Drawings or, if not indicated, as selected by Architect from manufacturer's full range. 4. Concealed Finish: Pretreat with manufacturer's standard white or light-colored acrylic or polyester backer finish, consisting of prime coat and wash coat with minimum total dry film thickness of 0.5 mil (0.013 mm). D. Zinc Sheet: Zinc, 99 percent pure, alloyed with 0.08 to 1.00 percent copper, 0.06 to 0.20 percent titanium, and up to 0.015 percent aluminum; with manufacturer's standard factory-applied, flexible, protective back coating. 1. Finish: Bright rolled. 2.4 UNDERLAYMENT MATERIALS A. Self-Adhering, High-Temperature Sheet Underlayment: Not less than 30 mils (0.76 mm) thick, consisting of a slip-resistant polyethylene- or polypropylene-film top surface laminated to a layer of butyl- or SBS-modified asphalt adhesive, with release-paper backing; specifically designed to withstand high metal temperatures beneath metal roofing. Provide primer in accordance with underlayment manufacturer's written instructions. 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. Carlisle WIP Products; a brand of Carlisle Construction Materials. b. GCP Applied Technologies Inc. c. Henry Company. d. Metal-Fab Manufacturing, a Drexel Metals Company. e. Owens Corning. f. Protecto Wrap Company. g. SDP Advanced Polymer Products Inc. 2. Thermal Stability: ASTM D1970/D1970M; stable after testing at 240 deg F (116 deg C) or higher. 3. Low-Temperature Flexibility: ASTM D1970/D1970M; passes after testing at minus 20 deg F (29 deg C) or lower. B. Slip Sheet: Rosin-sized building paper, not less than 3 lb/100 sq. ft. (0.16 kg/sq. m). 2.5 MISCELLANEOUS MATERIALS A. Provide materials and types of fasteners, protective coatings, sealants, and other miscellaneous items as required for complete sheet metal flashing and trim installation and as recommended by manufacturer of primary sheet metal unless otherwise indicated. B. Fasteners: Wood screws, annular threaded nails, self-tapping screws, self-locking rivets and bolts, and other suitable fasteners designed to withstand design loads and recommended by manufacturer of primary sheet metal. 1. General: Blind fasteners or self-drilling screws, gasketed, with hex-washer head. a. Exposed Fasteners: Heads matching color of sheet metal using plastic caps or factory-applied coating. Provide metal-backed EPDM or PVC sealing washers under heads of exposed fasteners bearing on weather side of metal. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 076200 - 5 b. Blind Fasteners: High-strength aluminum or stainless steel rivets suitable for metal being fastened. 2. Fasteners for Copper Sheet: Copper, hardware bronze or passivated Series 300 stainless steel. 3. Fasteners for Zinc-Coated (Galvanized) and Aluminum-Zinc Alloy-Coated Steel Sheet: Series 300 stainless steel or hot-dip galvanized steel in accordance with ASTM A153/A153M or ASTM F2329. 4. Fasteners for Zinc Sheet: Series 300 stainless steel or hot-dip galvanized steel according to ASTM A 153/A 153M or ASTM F 2329. C. Sealant Tape: Pressure-sensitive, 100 percent solids, polyisobutylene compound sealant tape with release- paper backing. Provide permanently elastic, nonsag, nontoxic, nonstaining tape 1/2 inch (13 mm) wide and 1/8 inch (3 mm) thick. D. Elastomeric Sealant: ASTM C920, elastomeric silicone polymer sealant; of type, grade, class, and use classifications required to seal joints in sheet metal flashing and trim and remain watertight. E. Butyl Sealant: ASTM C1311, single-component, solvent-release butyl rubber sealant; polyisobutylene plasticized; heavy bodied for hooked-type expansion joints with limited movement. 2.6 FABRICATION, GENERAL A. Custom fabricate sheet metal flashing and trim to comply with details indicated and recommendations in cited sheet metal standard that apply to design, dimensions, geometry, metal thickness, and other characteristics of item required. 1. Fabricate sheet metal flashing and trim in shop to greatest extent possible. 2. Fabricate sheet metal flashing and trim in thickness or weight needed to comply with performance requirements, but not less than that specified for each application and metal. 3. Verify shapes and dimensions of surfaces to be covered and obtain field measurements for accurate fit before shop fabrication. 4. Form sheet metal flashing and trim to fit substrates without excessive oil-canning, buckling, and tool marks; true to line, levels, and slopes; and with exposed edges folded back to form hems. 5. Conceal fasteners and expansion provisions where possible. Do not use exposed fasteners on faces exposed to view. B. Fabrication Tolerances: 1. Fabricate sheet metal flashing and trim that is capable of installation to a tolerance of 1/4 inch in 20 feet (6 mm in 6 m) on slope and location lines indicated on Drawings and within 1/8 inch (3 mm) offset of adjoining faces and of alignment of matching profiles. C. Expansion Provisions: Form metal for thermal expansion of exposed flashing and trim. 1. Form expansion joints of intermeshing hooked flanges, not less than 1 inch (25 mm) deep, filled with butyl sealant concealed within joints. 2. Use lapped expansion joints only where indicated on Drawings. D. Sealant Joints: Where movable, nonexpansion-type joints are required, form metal in accordance with cited sheet metal standard to provide for proper installation of elastomeric sealant. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 076200 - 6 E. Fabricate cleats and attachment devices from same material as accessory being anchored or from compatible, noncorrosive metal. F. Fabricate cleats and attachment devices of sizes as recommended by cited sheet metal standard and by FM Global Property Loss Prevention Data Sheet 1-49 for application, but not less than thickness of metal being secured. G. Seams: 1. Fabricate nonmoving seams with flat-lock seams. Form seams and seal with elastomeric sealant unless otherwise recommended by sealant manufacturer for intended use. Rivet joints where necessary for strength. 2.7 LOW-SLOPE ROOF SHEET METAL FABRICATIONS A. Copings: Fabricate in not less than 96 inch (2400 mm) long, but not more than 12 foot (3.6 m) long, sections. Fabricate joint plates of same thickness as copings. Furnish with continuous cleats to support edge of external leg and drill elongated holes for fasteners on interior leg. Miter corners, fasten and seal watertight. Shop fabricate interior and exterior corners. 1. Fabricate from one of the following materials: a. Galvanized Steel: 0.0396 inch (1.01 mm) thick, (20 gage nominal). b. Aluminum-Zinc Alloy-Coated Steel: 0.0396 inch (1.01 mm) thick, (20 gage nominal). B. Base Flashing: Shop fabricate interior and exterior corners. 1. Fabricate from one of the following materials: a. Galvanized Steel: 0.0276 inch (0.70 mm) thick, (24 gage nominal). b. Aluminum-Zinc Alloy-Coated Steel: 0.0276 inch (0.70 mm) thick, (24 gage nominal). C. Counterflashing: Shop fabricate interior and exterior corners. 1. Fabricate from one of the following materials: a. Galvanized Steel: 0.0217 inch (0.55 mm) thick, (26 gage nominal). b. Aluminum-Zinc Alloy-Coated Steel: 0.0217 inch (0.55 mm) thick, (26 gage nominal). D. Roof-Penetration Flashing: 1. Fabricate from one of the following materials: a. Galvanized Steel: 0.0276 inch (0.70 mm) thick, (24 gage nominal). b. Aluminum-Zinc Alloy-Coated Steel: 0.0276 inch (0.70 mm) thick, (24 gage nominal). E. Roof-Drain Flashing: 1. Fabricate from one of the following materials: a. Copper: 12 oz./sq. ft. (0.41 mm thick). CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 076200 - 7 b. Zinc: 0.0320 inch (0.81 mm) thick, (13 gage nominal). 2.8 WALL SHEET METAL FABRICATIONS A. Opening Flashings in Frame Construction: Fabricate head, sill, jamb, and similar flashings to extend 4 inches (100 mm) beyond wall openings. Form head and sill flashing with 2 inch (50 mm) high, end dams. 1. Fabricate from one of the following materials: a. Galvanized Steel: 0.0217 inch (0.55 mm) thick, (26 gage nominal). b. Aluminum-Zinc Alloy-Coated Steel: 0.0217 inch (0.55 mm)] thick, (26 gage nominal). 2.9 MISCELLANEOUS SHEET METAL FABRICATIONS A. Equipment Support Flashing: 1. Fabricate from the following materials: a. Galvanized Steel: 0.0276 inch (0.70 mm) thick, (24 gage nominal). b. Aluminum-Zinc Alloy-Coated Steel: 0.0276 inch (0.70 mm) thick, (24 gage nominal). PART 3 - EXECUTION 3.1 INSTALLATION OF UNDERLAYMENT A. Self-Adhering, High-Temperature Sheet Underlayment: 1. Install self-adhering, high-temperature sheet underlayment to comply with manufacturer's written instructions. 2. Install self-adhering, high-temperature sheet underlayment; wrinkle free. 3. Prime substrate if recommended by self-adhering, high-temperature sheet underlayment manufacturer. 4. Comply with temperature restrictions of self-adhering, high-temperature sheet underlayment manufacturer for installation; use primer for installing self-adhering, high-temperature sheet underlayment at low temperatures. 5. Apply in shingle fashion to shed water, with end laps of not less than 6 inches (150 mm) staggered 24 inches (600 mm) between courses. 6. Overlap side edges not less than 3-1/2 inches (90 mm). 7. Roll laps and edges with roller. 8. Cover self-adhering, high-temperature sheet underlayment within 14 days. B. Install slip sheet, wrinkle free, over self-adhering, high-temperature sheet underlayment before installing sheet metal flashing and trim. 1. Install in shingle fashion to shed water. 2. Lap joints not less than 4 inches (100 mm). CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 076200 - 8 3.2 INSTALLATION, GENERAL A. Install sheet metal flashing and trim to comply with details indicated and recommendations of cited sheet metal standard that apply to installation characteristics required unless otherwise indicated on Drawings. 1. Install fasteners, protective coatings, separators, sealants, and other miscellaneous items as required to complete sheet metal flashing and trim system. 2. Install sheet metal flashing and trim true to line, levels, and slopes. Provide uniform, neat seams with minimum exposure of sealant. 3. Anchor sheet metal flashing and trim and other components of the Work securely in place, with provisions for thermal and structural movement. 4. Install sheet metal flashing and trim to fit substrates and to result in watertight performance. 5. Provide continuous cleats. Attach each cleat as indicated on Drawings but not more than 6 inches (150 mm) o.c. Attach each cleat with not less than two fasteners. Bend tabs over fasteners. 6. Install exposed sheet metal flashing and trim with limited oil-canning, and free of buckling and tool marks. 7. Do not field cut sheet metal flashing and trim by torch. B. Metal Protection: Where dissimilar metals contact each other, or where metal contacts pressure-treated wood or other corrosive substrates, protect against galvanic action or corrosion by painting contact surfaces with bituminous coating or by other permanent separation as recommended by sheet metal manufacturer or cited sheet metal standard. 1. Underlayment: Where installing sheet metal flashing and trim directly on cementitious or wood substrates, install underlayment and cover with slip sheet. C. Expansion Provisions: Provide for thermal expansion of exposed flashing and trim. 1. Space movement joints not more than 10 feet (3 m) o.c. with no joints within 24 inches (600 mm) of corner or intersection. 2. Form expansion joints of intermeshing hooked flanges, not less than 1 inch (25 mm) deep, filled with sealant concealed within joints. 3. Use lapped expansion joints only where indicated on Drawings. D. Fasteners: Use fastener sizes that penetrate wood blocking or sheathing not less than 1-1/4 inches (32 mm) for nails and not less than 3/4 inch (19 mm) for wood screws and other substrates not less than recommended by fastener manufacturer to achieve maximum pull-out resistance. E. Conceal fasteners and expansion provisions where possible in exposed work and locate to minimize possibility of leakage. Cover and seal fasteners and anchors as required for a tight installation. F. Seal joints as required for watertight construction. 1. Use sealant-filled joints unless otherwise indicated. a. Embed hooked flanges of joint members not less than 1 inch (25 mm) into sealant. b. Form joints to completely conceal sealant. c. When ambient temperature at time of installation is between 40 and 70 deg F (4 and 21 deg C), set joint members for 50 percent movement each way. d. Adjust setting proportionately for installation at higher ambient temperatures. 1) Do not install sealant-type joints at temperatures below 40 deg F (4 deg C). CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 076200 - 9 2. Prepare joints and apply sealants to comply with requirements in Section 079200 "Joint Sealants." G. Rivets: Rivet joints where necessary for strength. 3.3 INSTALLATION OF ROOF FLASHINGS A. Install sheet metal flashing and trim to comply with performance requirements, sheet metal manufacturer's written installation instructions, and cited sheet metal standard. 1. Provide concealed fasteners where possible, and set units true to line, levels, and slopes. 2. Install work with laps, joints, and seams that are permanently watertight and weather resistant. B. Copings: 1. Install roof edge flashings in accordance with ANSI/SPRI/FM 4435/ES-1. 2. Anchor to resist uplift and outward forces in accordance with recommendations in cited sheet metal standard unless otherwise indicated. a. Interlock exterior bottom edge of coping with continuous cleat anchored to substrate as indicated on Drawings but not more than 6 inches (150 mm) o.c. Attach each cleat with not less than two fasteners. Bend tabs over fasteners. b. Anchor interior leg of coping with washers and screw fasteners through slotted holes as indicated on Drawings but not more than 16 inches (400 mm) o.c. Attach each coping with not less than two fasteners. 3. Anchor to resist uplift and outward forces in accordance with recommendations in FM Global Property Loss Prevention Data Sheet 1-49 for specified FM Approvals' listing for required windstorm classification. C. Pipe or Post Counterflashing: Install counterflashing umbrella with close-fitting collar with top edge flared for elastomeric sealant, extending not less than 4 inches (100 mm) over base flashing. Install stainless steel draw band and tighten. D. Counterflashing: Coordinate installation of counterflashing with installation of base flashing. 1. Insert counterflashing in reglets or receivers and fit tightly to base flashing. 2. Extend counterflashing not less than 4 inches (100 mm) over base flashing. 3. Lap counterflashing joints not less than 4 inches (100 mm). E. Roof-Penetration Flashing: Coordinate installation of roof-penetration flashing with installation of roofing and other items penetrating roof. Seal with elastomeric or butyl sealant and clamp flashing to pipes that penetrate roof. 3.4 INSTALLATION OF WALL FLASHINGS A. Install sheet metal wall flashing to intercept and exclude penetrating moisture in accordance with cited sheet metal standard unless otherwise indicated. Coordinate installation of wall flashing with installation of wall- opening components such as windows, doors, and louvers. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 076200 - 10 B. Opening Flashings in Frame Construction: Install continuous head, sill, jamb, and similar flashings to extend not less than 4 inches (100 mm) beyond wall openings. 3.5 INSTALLATION TOLERANCES A. Installation Tolerances: Shim and align sheet metal flashing and trim within installed tolerance of 1/4 inch in 20 feet (6 mm in 6 m) on slope and location lines indicated on Drawings and within 1/8 inch (3 mm) offset of adjoining faces and of alignment of matching profiles. 3.6 CLEANING A. Clean exposed metal surfaces of substances that interfere with uniform oxidation and weathering. B. Clean off excess sealants. 3.7 PROTECTION A. Remove temporary protective coverings and strippable films as sheet metal flashing and trim are installed unless otherwise indicated in manufacturer's written installation instructions. B. Replace sheet metal flashing and trim that have been damaged or that have deteriorated beyond successful repair by finish touchup or similar minor repair procedures, as determined by Architect. END OF SECTION 076200 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 079200 - 1 SECTION 079200 - JOINT SEALANTS PART 1 - GENERAL 1.1 • SUMMARY A. • Section Includes: • Silicone joint sealants. • Nonstaining silicone joint sealants. • Urethane joint sealants. • Mildew-resistant joint sealants. • Butyl joint sealants. • Latex joint sealants. 1.2 • • PREINSTALLATION MEETINGS A. • Preinstallation Conference: Conduct conference at Project site. 1.3 • • ACTION SUBMITTALS A. • Product Data: For each joint-sealant product. B. • Samples for Verification: For each kind and color of joint sealant required. C. • Joint-Sealant Schedule: Include the following information: • Joint-sealant application, joint location, and designation. • Joint-sealant manufacturer and product name. • Joint-sealant formulation. • Joint-sealant color. 1.4 • • INFORMATIONAL SUBMITTALS A. • Product test reports. B. • Preconstruction laboratory test reports. C. • Field-adhesion-test reports. D. • Sample warranties. 1.5 • • QUALITY ASSURANCE A. • Testing Agency Qualifications: Qualified according to ASTM C1021 to conduct the testing indicated. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 079200 - 2 1.6 WARRANTY A. Special Installer's Warranty: Installer agrees to repair or replace joint sealants that do not comply with performance and other requirements specified in this Section within specified warranty period. 1. Warranty Period: Two years from date of Substantial Completion. B. Special Manufacturer's Warranty: Manufacturer agrees to furnish joint sealants to repair or replace those joint sealants that do not comply with performance and other requirements specified in this Section within specified warranty period. 1. Warranty Period: Five years from date of Substantial Completion. PART 2 - PRODUCTS 2 . 1 MANUFACTURERS A . Source Limitations: Obtain each kind of joint sealant from single source from single manufacturer. 2 . 2 SUSTAINABILITY REQUIREMENTS A . Comply with applicable provisions in the CGBC. 2 . 3 JOINT SEALANTS, GENERAL A . Colors of Exposed Joint Sealants: As indicated on Drawings or, if not indicated, as selected by Architect from manufacturer's full range. 2.4 SILICONE JOINT SEALANTS A. Silicone, S, NS, 100/50, NT: Single-component, nonsag, plus 100 percent and minus 50 percent movement capability, nontraffic-use, neutral-curing silicone joint sealant; ASTM C920, Type S, Grade NS, Class 100/50, Use NT. 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. Dow Corning Corporation. b. GE Construction Sealants; Momentive Performance Materials Inc. c. May National Associates, Inc.; a subsidiary of Sika Corporation. d. Sika Corporation; Joint Sealants. e. Tremco Incorporated. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 079200 - 3 B. Silicone, S, NS, 100/50, T, NT: Single-component, nonsag, plus 100 percent and minus 50 percent movement capability, traffic- and nontraffic-use, neutral-curing silicone joint sealant; ASTM C920, Type S, Grade NS, Class 100/50, Uses T and NT. 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. Dow Corning Corporation. b. GE Construction Sealants; Momentive Performance Materials Inc. c. May National Associates, Inc.; a subsidiary of Sika Corporation. d. Sika Corporation; Joint Sealants. e. Tremco Incorporated. 2.5 NONSTAINING SILICONE JOINT SEALANTS A. Nonstaining Joint Sealants: No staining of substrates when tested according to ASTM C1248. B. Silicone, Nonstaining, S, NS, 100/50, NT: Nonstaining, single-component, nonsag, plus 100 percent and minus 50 percent movement capability, nontraffic-use, neutral-curing silicone joint sealant; ASTM C920, Type S, Grade NS, Class 100/50, Use NT. 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. Dow Corning Corporation. b. GE Construction Sealants; Momentive Performance Materials Inc. c. May National Associates, Inc.; a subsidiary of Sika Corporation. d. Sika Corporation; Joint Sealants. e. Tremco Incorporated. C. Silicone, Nonstaining, S, NS, 100/50, T, NT: Nonstaining, single-component, nonsag, plus 100 percent and minus 50 percent movement capability, traffic- and nontraffic-use, neutral- curing silicone joint sealant; ASTM C920, Type S, Grade NS, Class 100/50, Uses T and NT. 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. Dow Corning Corporation. b. GE Construction Sealants; Momentive Performance Materials Inc. c. May National Associates, Inc.; a subsidiary of Sika Corporation. d. Sika Corporation; Joint Sealants. e. Tremco Incorporated. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 079200 - 4 2.6 URETHANE JOINT SEALANTS A. Urethane, S, NS, 100/50, T, NT: Single-component, nonsag, plus 100 percent and minus 50 percent movement capability, traffic- and nontraffic-use, urethane joint sealant; ASTM C920, Type S, Grade NS, Class 100/50, Uses T and NT. 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. Dow Corning Corporation. b. GE Construction Sealants; Momentive Performance Materials Inc. c. May National Associates, Inc.; a subsidiary of Sika Corporation. d. Sika Corporation; Joint Sealants. e. Tremco Incorporated. 2.7 MILDEW-RESISTANT JOINT SEALANTS A. Mildew-Resistant Joint Sealants: Formulated for prolonged exposure to humidity with fungicide to prevent mold and mildew growth. B. Silicone, Mildew Resistant, Acid Curing, S, NS, 25, NT: Mildew-resistant, single- component, nonsag, plus 25 percent and minus 25 percent movement capability, nontraffic-use, acid-curing silicone joint sealant; ASTM C920, Type S, Grade NS, Class 25, Use NT. 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. Dow Corning Corporation. b. GE Construction Sealants; Momentive Performance Materials Inc. c. May National Associates, Inc.; a subsidiary of Sika Corporation. d. Sika Corporation; Joint Sealants. e. Tremco Incorporated. 2.8 BUTYL JOINT SEALANTS A. Butyl-Rubber-Based Joint Sealants: ASTM C1311. 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. Bostik, Inc. b. Pecora Corporation. 2.9 LATEX JOINT SEALANTS CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 079200 - 5 A. Acrylic Latex: Acrylic latex or siliconized acrylic latex, ASTM C834, Type OP, Grade NF. 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. Everkem Diversified Products, Inc. b. Franklin International. c. May National Associates, Inc.; a subsidiary of Sika Corporation. d. Pecora Corporation. e. Sherwin-Williams Company (The). f. Tremco Incorporated. 2.10 JOINT-SEALANT BACKING A. Cylindrical Sealant Backings: ASTM C1330, Type C (closed-cell material with a surface skin), Type O (open-cell material), Type B (bicellular material with a surface skin), or any of the preceding types, as approved in writing by joint-sealant manufacturer for joint application indicated, and of size and density to control sealant depth and otherwise contribute to producing optimum sealant performance. B. Bond-Breaker Tape: Polyethylene tape or other plastic tape recommended by sealant manufacturer. 2.11 MISCELLANEOUS MATERIALS A. Primer: Material recommended by joint-sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint-sealant- substrate tests and field tests. B. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of sealants and sealant backing materials. C. Masking Tape: Nonstaining, nonabsorbent material compatible with joint sealants and surfaces adjacent to joints. PART 3 - EXECUTION 3.1 PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint- sealant manufacturer's written instructions and the following requirements: 1. Remove laitance and form-release agents from concrete. 2. Clean nonporous joint substrate surfaces with chemical cleaners or other means that do not stain, harm substrates, or leave residues capable of interfering with adhesion. B. Joint Priming: Prime joint substrates where recommended by joint-sealant manufacturer or as indicated by preconstruction joint-sealant-substrate tests or prior experience. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 079200 - 6 C. Masking Tape: Use masking tape where required to prevent contact of sealant or primer with adjoining surfaces. 3.2 INSTALLATION OF JOINT SEALANTS A. General: Comply with ASTM C1193 and joint-sealant manufacturer's written installation instructions for products and applications indicated, unless more stringent requirements apply. B. Install sealant backings of kind indicated to support sealants during application and at position required to produce cross-sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. C. Install bond-breaker tape behind sealants where sealant backings are not used between sealants and backs of joints. D. Install sealants using proven techniques that comply with the following and at the same time backings are installed: 1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses in each joint configuration. 3. Produce uniform, cross-sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. E. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants to form smooth, uniform beads of configuration indicated. 1. Use tooling agents that are approved in writing by sealant manufacturer and that do not discolor sealants or adjacent surfaces. 2. Provide concave joint profile per Figure 8A in ASTM C1193 unless otherwise indicated. 3.3 FIELD QUALITY CONTROL A. Field-Adhesion Testing: Field test joint-sealant adhesion to joint substrates as follows: 1. Extent of Testing: Test completed and cured sealant joints as follows: a. Perform not less than 10 tests for the first 1000 feet (300 m) of joint length for each kind of sealant and joint substrate. b. Perform not less than one test for each 1000 feet (300 m) of joint length thereafter or one test per each floor per elevation. 2. Test Method: Test joint sealants according to Method A, Field-Applied Sealant Joint Hand Pull Tab, in Appendix X1 in ASTM C1193 or Method A, Tail Procedure, in ASTM C1521. B. Evaluation of Field-Adhesion-Test Results: Sealants not evidencing adhesive failure from testing or noncompliance with other indicated requirements will be considered satisfactory. Remove sealants that fail to adhere to joint substrates during testing or to comply with other requirements. Retest failed applications until test results prove sealants comply with indicated requirements. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 079200 - 7 3.4 JOINT-SEALANT SCHEDULE A. Joint-Sealant Application: Exterior joints in horizontal traffic surfaces. 1. Joint locations include, but are not limited to, the following: a. Control and expansion joints in brick pavers. b. Isolation and contraction joints in cast-in-place concrete slabs. c. Joints between plant-precast architectural concrete paving units. d. Joints in stone paving units, including steps. e. Tile control and expansion joints. f. Joints between different materials listed above. g. Other joints as indicated on Drawings. 2. Joint Sealant: a. Silicone, S, NS, 100/50, T, NT unless otherwise indicated. b. Silicone, Nonstaining, S, NS, 100/50, T, NT where in contact with porous substances. 3. Joint-Sealant Color: As indicated on Drawings or, if not indicated, as selected by Architect from manufacturer's full range. B. Joint-Sealant Application: Exterior joints in vertical surfaces and horizontal nontraffic surfaces. 1. Joint locations include, but are not limited to, the following: a. Construction joints in cast-in-place concrete. b. Joints between plant-precast architectural concrete units. c. Control and expansion joints in unit masonry. d. Joints in dimension stone cladding. e. Other joints as indicated on Drawings. 2. Joint Sealant: a. Silicone, S, NS, 100/50, NT unless otherwise indicated. b. Silicone, Nonstaining, S, NS, 100/50, NT where in contact with porous substances. 3. Joint-Sealant Color: As indicated on Drawings or, if not indicated, as selected by Architect from manufacturer's full range. C. Joint-Sealant Application: Exterior joints in vertical surfaces and horizontal nontraffic surfaces. 1. Joint locations include, but are not limited to, the following: a. Joints between tilt-up concrete panels. b. Joints where sealant will be painted. 2. Joint Sealant: Urethane, S, NS, 100/50, T, NT unless otherwise indicated. 3. Joint-Sealant Color: As indicated on Drawings or, if not indicated, as selected by Architect from manufacturer's full range. D. Joint-Sealant Application: Interior joints in horizontal traffic surfaces. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 079200 - 8 1. Joint locations include, but are not limited to, the following: a. Isolation joints in cast-in-place concrete slabs. b. Control and expansion joints in stone flooring. c. Control and expansion joints in brick flooring. d. Control and expansion joints in tile flooring. e. Other joints as indicated on Drawings. 2. Joint Sealant: a. Silicone, S, NS, 100/50, T, NT unless otherwise indicated. b. Silicone, Nonstaining, S, NS, 100/50, T, NT where in contact with porous substances. 3. Joint-Sealant Color: As indicated on Drawings or, if not indicated, as selected by Architect from manufacturer's full range. E. Joint-Sealant Application: Interior joints in vertical surfaces and horizontal nontraffic surfaces. 1. Joint locations include, but are not limited to, the following: a. Control and expansion joints on exposed interior surfaces of exterior walls. b. Tile control and expansion joints. c. Vertical joints on exposed surfaces of unit masonry, concrete, walls, and partitions. d. Joints on underside of plant-precast structural concrete beams and planks. e. Other joints as indicated on Drawings. 2. Joint Sealant: a. Silicone, S, NS, 100/50, NT unless otherwise indicated. b. Silicone, Nonstaining, S, NS, 100/50, NT where in contact with porous substances. 3. Joint-Sealant Color: As indicated on Drawings or, if not indicated, as selected by Architect from manufacturer's full range. F. Joint-Sealant Application: Interior joints in vertical surfaces and horizontal nontraffic surfaces not subject to significant movement. 1. Joint locations include, but are not limited to, the following: a. Control joints on exposed interior surfaces of exterior walls where sealant will be painted. b. Perimeter joints between interior wall surfaces and frames of interior doors, windows, and elevator entrances. c. Other joints as indicated on Drawings. 2. Joint Sealant: Acrylic latex. 3. Joint-Sealant Color: As indicated on Drawings or, if not indicated, as selected by Architect from manufacturer's full range. G. Joint-Sealant Application: Mildew-resistant interior joints in vertical surfaces and horizontal nontraffic surfaces. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 079200 - 9 1. Joint locations include, but are not limited to, the following: a. Joints between plumbing fixtures and adjoining walls, floors, and counters. b. Tile control and expansion joints where indicated. c. Other joints as indicated on Drawings. 2. Joint Sealant: Silicone, mildew resistant, acid curing, S, NS, 25, NT. 3. Joint-Sealant Color: As indicated on Drawings or, if not indicated, as selected by Architect from manufacturer's full range. H. Joint-Sealant Application: Concealed mastics. 1. Joint locations include, but are not limited to, the following: a. Aluminum thresholds. b. Sill plates. c. Other joints as indicated on Drawings. 2. Joint Sealant: Butyl-rubber based. 3. Joint-Sealant Color: Black unless otherwise indicated. END OF SECTION 079200 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 081113- 1 SECTION 081113 - HOLLOW METAL DOORS PART 1 - GENERAL 1. 1 SUMMARY A. Section includes: 1. Interior standard steel doors and frames. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: Include the following: 1. Elevations of each door type. 2. Details of doors, including vertical- and horizontal-edge details and metal thicknesses. C. Product Schedule: For hollow-metal doors, prepared by or under the supervision of supplier, using same reference numbers for details and openings as those on Drawings. Coordinate with final door hardware schedule. 1. Indicating door location, type, size, fire protection rating, and swing. 1.3 INFORMATIONAL SUBMITTALS A. Product test reports. B. Field quality control reports. 1.4 CLOSEOUT SUBMITTALS A. Record Documents: For fire-rated doors, list of door numbers and applicable room name and number to which door accesses. 1.5 QUALITY ASSURANCE A. Fire-Rated Door Inspector Qualifications: Inspector for field quality control inspections of fire- rated door assemblies shall meet the qualifications set forth in NFPA 80, Section 5.2.3.1 and the following: 1. Door and Hardware Institute Fire and Egress Door Assembly Inspector (FDAI) certification. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 081113- 2 B. Egress Door Inspector Qualifications: Inspector for field quality control inspections of egress door assemblies shall meet the qualifications set forth in NFPA 101, Section 7.2.1.15.4 and the following: 1. Door and Hardware Institute Fire and Egress Door Assembly Inspector (FDAI) certification. PART 2 - PRODUCTS 2.1 MANUFACTURERS 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. Airtec Corporation. 2. Apex Industries, Inc. 3. Baron Metal Industries Inc.; an Assa Abloy Group company. 4. Black Mountain Door, LLC. 5. Ceco Door; ASSA ABLOY. 6. Concept Frames, Inc. 7. Curries Company; ASSA ABLOY. 8. Custom Metal Products. 9. Daybar Industries, Ltd. 10. DE LA FONTAINE. 11. Deansteel Manufacturing Company, Inc. 12. Deronde Products. 13. DKS Steel Door & Frame Systems, Inc. 14. Door Components, Inc. 15. Fleming Door Products Ltd.; Assa Abloy Group Company. 16. Gensteel Doors, Inc. 17. HMF Express, LLC. 18. Hollow Metal Inc. 19. Hollow Metal Xpress. 20. JR Metal Frames Manufacturing, Inc. 21. Karpen Steel Custom Doors & Frames. 22. L.I.F. Industries, Inc. 23. LaForce, Inc. 24. Megamet Industries, Inc. 25. Mesker Door Inc. 26. Metropolitan Door Industries Corp. 27. Michbi Doors Inc. 28. MPI Group, LLC (The). 29. National Custom Hollow Metal Doors & Frames. 30. North American Door Corp. 31. Philipp Manufacturing Co (The). 32. Pioneer Industries. 33. Premier Products, Inc. 34. Republic Doors and Frames. 35. Rocky Mountain Metals, Inc. 36. Security Metal Products; a brand of ASSA ABLOY. 37. Shanahan's Manufacturing Limited. 38. Steelcraft; an Allegion brand. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 081113- 3 39. Steward Steel Door & Frame Division. 40. Stiles Custom Metal, Inc. 41. Trillium Steel Doors Limited. 42. West Central Manufacturing, Inc. B. Source Limitations: Obtain hollow-metal work from single source from single manufacturer. 2.2 ACCESSIBILITY REQUIREMENTS A. Comply with applicable provisions in the CBC and the 2019 ADA Standards for Accessible Design. 2.3 PERFORMANCE REQUIREMENTS A. Fire-Rated Door Assemblies: Assemblies complying with NFPA 80 that are listed and labeled by a qualified testing agency acceptable to authorities having jurisdiction for fire-protection ratings and temperature-rise limits indicated on Drawings, based on testing at positive pressure according to NFPA 252 or UL 10C. 1. Smoke- and Draft-Control Door Assemblies: Listed and labeled for smoke and draft control by a qualified testing agency acceptable to authorities having jurisdiction, based on testing according to UL 1784 and installed in compliance with NFPA 105. 2. Temperature-Rise Limit: Where indicated on Drawings and at vertical exit enclosures and exit passageways, provide doors that have a maximum transmitted temperature end point of not more than 450 deg F (250 deg C) above ambient after 30 minutes of standard fire-test exposure. B. Fire-Rated, Borrowed-Lite Assemblies: Assemblies complying with NFPA 80 and listed and labeled by a qualified testing agency acceptable to authorities having jurisdiction, for fire- protection ratings indicated, based on testing according to NFPA 257 or UL 9. C. Thermally Rated Door Assemblies: Provide door assemblies with U-factor of not more than 0.50 deg Btu/F x h x sq. ft. (2.84 W/K x sq. m) when tested according to ASTM C518. 2.4 REGULATORY REQUIREMENTS A. All insulation provided for use on this project shall be identified as required by Section 12-13- 1557 of the California Referenced Standards Code (Part 12, Title 24, C.C.R.); Chapter 12-13 "Standards For Insulating Material", (See Part 6, Title 24, C.C.R.); Department Of Consumer Affairs, Bureau of Home Furnishings and Thermal Insulation; Article 3: "Standards for Insulating Material". 2.5 SUSTAINABILITY REQUIREMENTS A. Comply with applicable provisions in the CGBC. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 081113- 4 2.6 INTERIOR STANDARD STEEL DOORS A. Construct hollow-metal doors to comply with standards indicated for materials, fabrication, hardware locations, hardware reinforcement, tolerances, and clearances, and as specified. B. Extra-Heavy-Duty Doors: ANSI/SDI A250.8, Level 3; ANSI/SDI A250.4, Level A. 1. Doors: a. Type: As indicated in the Door and Frame Schedule. b. Thickness: 1-3/4 inches (44.5 mm). c. Face: Metallic-coated steel sheet, not less than 0.053 inch (1.34 mm) thick, (16 gage nominal), with not less than A40 (ZF120) coating. d. Edge Construction: Model 2, Seamless. e. Edge Bevel: Bevel lock and hinge edges 1/8 inch in 2 inches (3.2 mm in 51 mm). f. Top Edge Closures: Close top edges of doors with flush closures of same material as face sheets. Seal joints against water penetration. g. Bottom Edges: Close bottom edges of doors with end closures or channels of same material as face sheets. Provide weep-hole openings in bottoms of exterior doors to permit moisture to escape. h. Core: Manufacturer's standard polystyrene, polyurethane, or polyisocyanurate. i. Fire-Rated Core: Manufacturer's standard laminated mineral board core for fire-rated doors. 2. Exposed Finish: Prime. 2.7 MATERIALS A. Cold-Rolled Steel Sheet: ASTM A1008/A1008M, Commercial Steel (CS), Type B; suitable for exposed applications. B. Hot-Rolled Steel Sheet: ASTM A1011/A1011M, Commercial Steel (CS), Type B; free of scale, pitting, or surface defects; pickled and oiled. C. Metallic-Coated Steel Sheet: ASTM A653/A653M, Commercial Steel (CS), Type B. D. Inserts, Bolts, and Fasteners: Hot-dip galvanized according to ASTM A153/A153M. E. Mineral-Fiber Insulation: ASTM C665, Type I (blankets without membrane facing); consisting of fibers manufactured from slag or rock wool; with maximum flame-spread and smoke-developed indexes of 25 and 50, respectively; passing ASTM E136 for combustion characteristics. F. Glazing: Comply with requirements in Section 088000 "Glazing." 2.8 FABRICATION A. Hardware Preparation: Factory prepare hollow-metal doors to receive templated mortised hardware, and electrical wiring; include cutouts, reinforcement, mortising, drilling, and tapping according to ANSI/SDI A250.6, the Door Hardware Schedule, and templates. 1. Reinforce doors and frames to receive non-templated, mortised, and surface-mounted door hardware. 2. Comply with BHMA A156.115 for preparing hollow-metal doors and frames for hardware. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 081113- 5 2.9 STEEL FINISHES A. Prime Finish: Clean, pretreat, and apply manufacturer's standard primer. 1. Shop Primer: Manufacturer's standard, fast-curing, lead- and chromate-free primer complying with ANSI/SDI A250.10; recommended by primer manufacturer for substrate; compatible with substrate and field-applied coatings despite prolonged exposure. 2.10 LOUVERS A. Provide louvers for interior doors, where indicated, which comply with SDI 111, with blades or baffles formed of 0.059 inch (1.51 mm) thick, (16 gage nominal), cold-rolled steel sheet, with not less than A40 (ZF120) coating, set into frame formed of 0.059 inch (1.51 mm) thick, (16 gage nominal), cold- rolled steel sheet, with not less than A40 (ZF120) coating. 1. Sight proof Louver: Stationary louvers constructed with inverted-V or inverted-Y blades. B. Form corners of moldings with hairline joints. Provide fixed frame moldings on outside of exterior and on secure side of interior doors and frames. PART 3 - EXECUTION 3.1 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. Touch up factory- applied finishes where spreaders are removed. B. Drill and tap doors and frames to receive non templated, mortised, and surface-mounted door hardware. 3.2 INSTALLATION A. Hollow-Metal Frames: 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 without damage to completed Work. a. Where frames are fabricated in sections, field splice at approved locations by welding face joint continuously; grind, fill, dress, and make splice smooth, flush, and invisible on exposed faces. Touch-up finishes. b. Install frames with removable stops located on secure side of opening. 2. Fire-Rated Openings: Install frames according to NFPA 80. 3. Floor Anchors: Secure with post installed expansion anchors. 4. Solidly pack mineral-fiber insulation inside frames. 5. Installation Tolerances: Adjust hollow-metal frames to the following tolerances: a. Squareness: Plus or minus 1/16 inch (1.6 mm), measured at door rabbet on a line 90 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 081113- 6 degrees from jamb perpendicular to frame head. b. Alignment: Plus or minus 1/16 inch (1.6 mm), measured at jambs on a horizontal line parallel to plane of wall. c. Twist: Plus or minus 1/16 inch (1.6 mm), measured at opposite face corners of jambs on parallel lines, and perpendicular to plane of wall. d. Plumbness: Plus or minus 1/16 inch (1.6 mm), measured at jambs at floor. B. Hollow-Metal Doors: Fit and adjust hollow-metal doors accurately in frames, within clearances specified below. 1. Non-Fire-Rated Steel Doors: Install according to ANSI/SDI A250.8. 2. Fire-Rated Doors: Install according to NFPA 80. 3. Smoke- and Draft-Control Doors: Install according to NFPA 105. C. Glazing: Comply with installation requirements in Section 088000 "Glazing" and with hollow- metal manufacturer's written instructions. 3.3 FIELD QUALITY CONTROL A. Inspection Agency: Owner will engage a qualified inspector to perform inspections and to furnish reports to Architect. B. Inspections: 1. Fire-Rated Door Inspections: Inspect each fire-rated door according to NFPA 80, Section 5.2. 2. Egress Door Inspections: Inspect each door equipped with panic hardware, each door equipped with fire exit hardware, each door located in an exit enclosure, each electrically controlled egress door, and each door equipped with special locking arrangements according to NFPA 101, Section 7.2.1.15. C. Repair or remove and replace installations where inspections indicate that they do not comply with specified requirements. D. Reinspect repaired or replaced installations to determine if replaced or repaired door assembly installations comply with specified requirements. E. Prepare and submit separate inspection report for each fire-rated door assembly indicating compliance with each item listed in NFPA 80 and NFPA 101. 3.4 ADJUSTING A. Adjust operating door hardware to function smoothly as recommended by manufacturer. 1. For doors accessible to people with disabilities, adjust closers so that from an open position of 90 degrees, the time required to move the door to a position 12 degrees from the latch is not less than 5 seconds. 2. For doors accessible to people with disabilities, adjust spring hinges so that from an open position of 70 degrees, the time required to move the door to the closed position is not less than 1.5 seconds. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 081113- 7 B. 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. C. Operation: Rehang or replace doors that do not swing or operate freely. 3.5 CLEANING AND TOUCHUP A. Prime-Coat Touchup: Immediately after erection, sand smooth rusted or damaged areas of prime coat and apply touchup of compatible air-drying, rust-inhibitive primer. B. Metallic-Coated Surface Touchup: Clean abraded areas and repair with galvanizing repair paint according to manufacturer's written instructions. END OF SECTION 081113 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 084100-1 SECTION 081400 - WOOD DOORS PART 1 GENERAL 1.1 SECTION INCLUDES A. Wood doors of the following types: 1. Wood veneer faced doors. (Commercial Series) 2. Light frames 1.2 RELATED SECTIONS A. Section 08100 - Metal Doors and Frames. B. Section 08710 - Security Door Hardware. C. Section 08813 - Glass Glazing. 1.3 REFERENCES A. ASTM International (ASTM): 1. ASTM D 1037 - Methods for Evaluating the Properties of Wood-Based Fiber and Particle Board 2. ASTM E 90 - Standard Test Method for Laboratory Measurement of Airborne Sound Transmission Loss of Building Partitions and Elements. 3. ASTM E 152 - Methods of Fire Tests of Door Assemblies. B. American National Standards Institute (ANSI): 1. ANSI A 208.1 - Standard for Particleboard. 2. ANSI A 208.2 - Standard for Medium Density Fiberboard for Interior Use. C. Window and Door Manufacturers Association (WDMA): 1. WDMA I.S. 1A-13 - Industry Standard for Interior Architectural Wood Flush Doors. 2. WDMA I.S. 6A-13 - Industry Standard for Interior Architectural Stile and Rail Doors. D. Architectural Woodwork Standards (AWS): 1. Architectural Woodwork Institute (AWI): Quality Standards Illustrated (QSI). 2. Woodwork Institute (WI): Manual of Millwork (MM). E. National Fire Protection Association (NFPA): 1. NFPA 80 - Standard for Fire Doors and Other Opening Protectives. 2. NFPA 252 - Standard Methods of Fire Tests of Door Assemblies. F. Underwriters' Laboratories (UL): 1. UL 10B - Fire Tests of Door Assemblies. 2. UL 10C - Positive Pressure Fire Tests of Door Assemblies. 3. UL 752 - Bullet-Resisting Equipment. G. ITS (Warnock Hersey): Certification Listings for Fire Doors. H. Forest Stewardship Council (FSC): Guidelines for environmentally certified wood doors. I. US Green Building Council (USGBC): LEED - Leadership in Energy and Environmental Design rating system. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 084100-2 1.4 SUBMITTALS A. Submit under provisions of Section 013300 - Administrative Requirements. B. Product Data: Manufacturer's product construction data, hardware attachment performance data, specifications and installation instructions for each type of wood door, including details of core, raised panel (if applicable) and edge construction, trim for lite openings and similar components: 1. Preparation instructions and recommendations. 2. Storage and handling requirements and recommendations. 3. Cleaning methods. C. Product Certification: Provide documents showing compliance to the following WDMA door attributes, validating the specified WDMA Performance Duty Level: 1. Adhesive Bonding Durability: WDMA TM-6. 2. Cycle Slam: WDMA TM-7. 3. Hinge Loading: WDMA TM-8. 4. Screw Holding: WDMA TM-10. a. Door Face. b. Vertical Door Edge. c. Horizontal Door Edge (applies when hardware is attached). D. Shop Drawings: Indicate location, size, and hand of each door; elevation of each kind of door; construction details and the following: 1. Dimensions and locations of blocking. 2. Dimensions and locations of mortises and holes for hardware. 3. Dimensions and locations of cutouts. 4. Undercuts. 5. Requirements for veneer matching. 6. Doors to be factory finished and finish requirements. 7. Fire-protection ratings for fire-rated doors. E. Verification Samples: 1. Factory finishes applied to actual door face materials, approximately 8 by 10 inches (200 by 250 mm), for each material and finish. 2. For each wood species and transparent finish, provide set of three samples showing typical range of color and grain to be expected in finished work. 3. Provide construction samples of doors, approximately 5 by 5 inches (125 by 125 mm), with door faces and vertical edges representing actual construction to be used. a. Provide unfinished samples for each species of veneer and required if factory furnishing is not required, approximately 8 by 10 inches (200 by 250 mm). 1.5 QUALITY ASSURANCE A. Manufacturer's Qualifications: Company specializing in manufacturing products specified herein with a minimum of five years documented experience. 1. A qualified manufacturer that is a member in good standing of the Window and Door Manufacturers Association. 2. A qualified manufacturer that is certified for chain of custody by an FSC-accredited certification body. a. Doors requiring environmental certification will be marked with Forest Stewardship Council (FSC) Chain of Custody Certificate Code to ensure wood components come from certified forests and are processed by certified chain- of-custody manufacturers. b. Vendor Qualifications: A vendor that is certified for chain of custody by an FSC- CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 084100-3 accredited certification body. Vendors installing FSC doors are not required to be FSC COC certified unless modifying the product beyond what is required for installation purposes. B. Single Source Requirements: Doors shall be supplied from a single manufacturing organization. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver, store and handle materials and products in strict compliance with manufacturer's instructions and recommendations of industry standards. B. Store materials in manufacturer's original sealed, labeled packaging until ready for installation and in accordance with manufacturer's instructions. Protect from damage. C. Store and protect doors in accordance with manufacturer's recommendations including but not limited to the following. 1. Compliance: WDMA Standards. 2. Store doors flat and off the floor on a level surface in a dry, well-ventilated building. Do not store on edge. Protect/cover doors from dirt, water and abuse. 3. Certain wood species are light sensitive. Protect doors from exposure to light (artificial or natural) after delivery. 4. When handling doors, always lift and carry. Do not drag across other doors or surfaces. Handle with clean hands or gloves. 5. Each door will be marked on top rail with opening number. 1.7 PROJECT CONDITIONS A. Maintain environmental conditions (temperature, humidity and ventilation) within limits recommended by manufacturer for optimum results. Do not install products under environmental conditions outside manufacturer's recommended limits. 1. Environmental Limits: Do not deliver or install doors until spaces are enclosed and weather tight, wet work in spaces is complete and dry, and HVAC system is operating and maintaining temperature between 60 and 90 degrees F (16 and 32 degrees C) and relative humidity between 25 and 55 percent during remainder of construction period. 1.8 WARRANTY A. Special Warranty: Manufacturer agrees to repair or replace doors that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: a. Warping (bow, cup, or twist) more than 1/4 inch (6.4 mm) in a 42-by-84-inch (1067-by-2134-mm) section. b. Telegraphing of core construction in face veneers exceeding 0.01 inch in a 3- inch (0.25 mm in a 76.2-mm) span. B. Architectural Series Solid Core Doors: 1. Door Warranty - Life of the Original Installation. C. Commercial Series Solid Core Doors: 1. Door Warranty - Life of the Original Installation PART 2 PRODUCTS 2.1 MANUFACTURERS A. Acceptable Manufacturer: Mohawk, Trudoor CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 084100-4 B. Requests for substitutions will be considered in accordance with provisions of Section 012500 - Product Requirements. 2.2 DOORS - GENERAL A. Quality Standard: 1. Stile and Rail Wood Doors: Comply with WDMA I.S. 6A-13, "Industry Standard for Interior Architectural Stile and Rail Doors." 2. Flush Wood Doors: Comply with WDMA I.S. 1A-13, "Industry Standard for Interior Architectural Wood Flush Doors." a. Grade LD-1. b. Grade LD-2. B. Wood-Based Particleboard-Core Doors: 1. Provide wood-based particleboard core doors with a minimum density per ANSI A208.1, C. Structural-Composite-Lumber-Core Doors: 1. Provide Structural Composite Lumber core as required to meet WDMA Performance Duty Level required. 2. Provide Structural Composite Lumber core for doors with glass openings as required to meet stile dimensions shown on door schedule and elevations. 3. Provide Structural Composite Lumber core for all doors with the exception of 45 to 90 minute fire rated and sound rated doors. 4. Top and Bottom Rails: Mill Option including; Softwood, Hardwood, or SCL. MDF rails are not acceptable. Rails are not required per WDMA standards. 5. Structural Composite Lumber: WDMA T.M.10. a. Screw Withdrawal, Face: Per standard. b. Screw Withdrawal, Edge: Per standard. D. Stave Lumber Core Doors: 1. Mill option finger jointed or butt glued wood block pine, fir, or poplar. Lumber density is 25 to 27 lbs per cubic foot. 2. FSC/No UF Stave Lumber Core. E. AgriFiber Core: LD-1 produced from Rapidly Renewable wheat straw. F. Sustainability Requirements: 1. Regional Materials: Where available based on inclusive list of approved manufacturers, flush wood doors shall be manufactured within 500 miles (800 km) of Project site from materials that have been extracted, harvested, or recovered, as well as manufactured, within 500 miles (800 km) of Project site. 2. Certified Wood: Flush wood doors shall be certified according to FSC STD-01-001, "FSC Principles and Criteria for Forest Stewardship," and to FSC STD-40-004, "FSC Standard for Chain of Custody Certification." FSC claims are to be based on "new" wood contribution only. All recycled, reclaimed, and recovered material, even if it is FSC Recycled, shall be applied towards the MR 4 credit. 3. Low-Emitting Materials: Fabricate doors with adhesives and composite wood products that do not contain added urea formaldehyde. 4. Low-Emitting Materials: Fabricate doors that 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 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 084100-5 Environmental Chambers." All composite wood and agrifiber products shall meet this requirement. Prefer products that are third party certified through SCS Indoor Advantage Gold. G. Fire-Rated Wood Doors: Doors 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 according to NFPA 252 or UL 10C required by Authority Having Jurisdiction (AHJ). 1. Label Certification: Doors requiring fire-rating will carry either UL or ITS (Warnock Hersey) label. Manufacturer's certification labels may be used for door size variations if approved by AHJ (Authority Having Jurisdiction). 2. Temperature-Rise Limit: Where indicated and at vertical exit enclosures and exit passageways, provide doors that have a maximum transmitted temperature end point of not more than 250 degrees F (121 degrees C) above ambient after 30 minutes of standard fire-test exposure. 3. 20 Minute Rated Door Lite Openings: Maximum 1296 sq/in (8361 sq/cm) 36 inches W and 54 inches - H (914 mm and 1372 mm) with approved intumescent lined cut- out. 4. Cores: 45 Minute Particleboard-Core. Extra Heavy Duty 1-3/4 inches (44 mm) door only. 5. Cores: 45, 60, 90 Minute Mineral Core. Non-Asbestos material. 6. Cores: 20 and 45 Minute AgriFiber. 7. Blocking: Provide composite blocking approved for use in doors of fire-protection ratings indicated as needed to maintain WDMA performance level and eliminate through-bolting hardware. 8. Edge Construction: Category A - intumescent included in door construction where required. 9. Edge Construction: Category B - intumescent applied to frames by door installer where required. 10. Pairs: Provide fire-retardant stiles that are listed and labeled for applications indicated without formed-steel edges and astragals. 11. Pairs: Provide formed-steel edges and astragals with intumescent seals as required. a. Provide steel edges and astragals primed for field painting. b. Provide veneer wrapped steel edges and astragals. Veneer shall be same specie as face. c. Finish steel edges and astragals with baked enamel, color as selected from manufacturer's standard offering. d. Provide stainless steel edges and astragals. H. Smoke and Draft Control Door Assemblies: Listed and labeled for smoke and draft control, based on testing according to UL 1784. 2.3 WOOD VENEER FACED DOORS A. Commercial Interior Doors: 1. Basis-of-Design Product: Subject to compliance with requirements, provide Mohawk; "Commercial Series" or a comparable product by one of the following: a. Algoma. b. Marshfield. c. Trudoor d. Baillargeon. 2. Veneer Grade: A (best suited for most commercial applications). 3. Veneer Cut: Match Existing 4. Veneer Matching: Match Existing 5. Assembly of Veneer Leaves on Faces: Match Existing 6. Pair and Set Match: Provide matching for door hung in same opening or separated only by mullions. Provide sets up to four doors. 7. Species: Match Existing CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 084100-6 8. Transom Match: Continuous Match. 9. WDMA I.S.1A-13 Performance Grade: Heavy Duty. 10. WDMA I.S.1A-13 Glue Bond: Type II. 11. WDMA I.S.1A-13 Glue Bond: Type I. 12. Exposed Vertical Edges: Mill option softwood. 13. Exposed Vertical Edges: Compatible/Matching Veneer. 14. Exposed Rail Edges: Mill option softwood or SCL. 15. Core: As specified or required by schedule. 16. Floating Construction: 5-ply, Loose-lay, stiles and rails not bonded to core. 17. Bonded Construction: 5-ply, edges bonded to core, and then entire unit abrasive planed before veneering. 18. Door Thickness 1-3/4 inch (44mm). 19. Finishing: Factory Finish. 20. All doors shall meet specified WDMA Performance Duty Level, including face screw holding requirement. Surface applied hardware shall be installed with screws; through bolts are not acceptable. 21. All doors shall meet specified WDMA Performance Duty Level, with the exception of face screw holding requirement. Surface applied hardware shall be installed with through bolts. 2.4 LIGHT FRAMES A. Factory Glazing: Refer to Section 08830 - Mirrored Glass Glazing for glass view panels in doors. 1. Factory install glass as required. 2. Factory install glass in fire rated doors only. 3. Fill glazing bead nail holes in factory finished doors. 4. Wood Beads for Light Openings in Wood Doors: a. Wood Species: Provide manufacturer's standard flush wood beads unless otherwise indicated. b. Wood Species: Same species as door faces. c. Wood Species: Species compatible with door faces. d. Wood Species: Any closed-grain hardwood. e. Profile: Flush rectangular beads for 1/8 inch (3 mm) and 1/4 inch (6 mm) glazing, profile per Mohawk standard. f. Profile: Wood lip beads for 1/8 inch (3 mm) and 1/4 inch (6 mm) glazing, profile per Mohawk standard. g. Profile: Wood lite insert for 1/8 inch (3 mm), 1/4 inch (6 mm) and 1/2 inch (13 mm) glazing, profile per Mohawk standard. h. At wood-core doors with 20-minute fire-protection ratings, provide wood beads and metal glazing clips as required and approved for such use. 5. Light Openings in 20 Minute Fire-Rated Doors: Manufacturer's standard solid wood- beads matching veneer species of door faces and approved for use in doors of fire- protection rating indicated. Include concealed metal glazing clips where required for opening size and fire-protection rating indicated. a. Profile: Lip per Mohawk standard. b. Profile: Flush per Mohawk standard. 6. Light Openings in Fire-Rated Doors: Manufacturer's standard low profile narrow metal frame formed of 18 ga. cold rolled steel, cold-rolled steel sheet approved for use in doors of fire-protection rating indicated. Model 110 as manufactured by All Metal Stamping, Inc. a. Factory primed for paint. b. Wood veneer species matching door. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 084100-7 2.5 FABRICATION A. Factory machine doors for finish hardware in accordance with hardware requirements and dimensions. Do not machine doors for surface hardware. B. Factory pre-drill all pilot holes for installation of template hinges. C. Factory prefit doors for frame opening dimensions identified on shop drawings. 2.6 SHOP PRIMING A. Doors for Opaque Finish: Shop prime all faces and vertical edges with one coat offactory primer. 2.7 FACTORY FINISHING A. General: Comply with referenced quality standard for factory finishing. All doors to be finished at factory ( including faces, vertical edges, lite beads and moldings). Seal top and bottom rails as required for warranty purposes. 1. Finish System: a. Transparent Finish: Mohawk Premium 2000 Finish. WDMA I.S.1A-13 System TR-8. UV cured, acrylated polyester/urethane. b. Opaque Finish: Mohawk Premium 2000 Finish. WDMA I.S.1A-13 System OP-8, UV cured acrylated polyester/urethane. B. Transparent Finish: 1. Grade Premium. 2. Finish Stain: Match Existing 3. Sheen: Satin PART 3 EXECUTION 3.1 EXAMINATION AND PREPARATION A. Examine and prepare openings and substrates using the methods recommended by manufacturer for achieving best result for the substrates under project conditions. 1. Confirm that frames comply with type, size, location and swing requirements and that they are installed plumb and square. 2. Inspect doors for any damage, manufacturing defects or pre-finish inconsistency prior to installation, including but not limited to wrong color or poor finish. B. Do not proceed with installation until openings and substrates have been prepared using the methods recommended by manufacturer and deviations from manufacturer's recommended tolerances are corrected. Commencement of installation constitutes acceptance of conditions. C. If preparation is the responsibility of another installer, notify Architect in writing of deviations from manufacturer's recommended installation tolerances and conditions. 3.2 INSTALLATION A. Hardware: For installation, refer to Section 08710 - Security Door Hardware "Door Hardware." B. Installation Instructions: Install doors to comply with manufacturer's written instructions and referenced quality standard, and as indicated. 1. Install fire-rated doors according to NFPA 80. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 084100-8 2. Install smoke- and draft-control doors according to NFPA 105. C. Job-Fitted Doors: Align and fit doors in frames with uniform clearances and bevels as indicated below; do not trim stiles and rails in excess of limits set by manufacturer or permitted for fire-rated doors. Machine doors for hardware. Seal edges of doors, edges of cutouts, and mortises after fitting and machining. 1. Clearances: Provide 1/8 inch (3.2 mm) at heads, jambs, and between pairs of doors. Provide 1/8 inch (3.2 mm) from bottom of door to top of decorative floor finish or covering unless otherwise indicated. Where threshold is shown or scheduled, provide 1/4 inch (6.4 mm) from bottom of door to top of threshold unless otherwise indicated. a. Comply with NFPA 80 for fire-rated doors. 2. Bevel non-fire-rated doors 1/8 inch in 2 inches (3-1/2 degrees) at lock and hinge edges. 3. Trim bottom rail only to extent permitted by labeling agency. D. Factory-Fitted Doors: Align in frames for uniform clearance at each edge. E. Factory-Finished Doors: Do not trim factory finished doors for width. 3.3 ADJUSTING A. Operation: Correct any deficiency that prohibits the door from swinging or operating freely. Do not remove hinge screws after initial insertion. Shims used for alignment purposes shall be inserted between hinge and frame. Do not insert shims between hinge and door. B. To prevent stile failure, insure that door closers are properly adjusted and do not limit the door opening swing. Limit door opening swing only with a properly located stop. C. Finished Doors: Replace doors that are damaged or that do not comply with requirements. Doors may be repaired or refinished if Work complies with requirements and shows no evidence of repair or refinishing. END OF SECTION CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 084113 - 1 SECTION 084113 – ALUMINUM-FRAMED WINDOWS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Aluminum-framed storefront systems. 1.2 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: For aluminum-framed entrances and storefronts. Include plans, elevations, sections, full-size details, and attachments to other work. C. Samples for Verification: For each type of exposed finish required. D. Entrance Door Hardware Schedule: Prepared by or under supervision of supplier, detailing fabrication and assembly of entrance door hardware, as well as procedures and diagrams. E. Delegated-Design Submittal: For aluminum-framed entrances and storefronts, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation. 1.4 INFORMATIONAL SUBMITTALS A. Energy Performance Certificates: NFRC-certified energy performance values from manufacturer. B. Product test reports. C. Sample warranties. 1.5 CLOSEOUT SUBMITTALS A. Maintenance data. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 084113 - 2 1.6 QUALITY ASSURANCE A. Installer Qualifications: An entity that employs installers and supervisors who are trained and approved by manufacturer. B. Egress Door Inspector Qualifications: Inspector for field quality-control inspections of egress door assemblies shall comply with qualifications set forth in NFPA 101, Section 7.2.1.15.4 and the following: 1. DHI's Fire and Egress Door Assembly Inspector (FDAI) certification. C. Product Options: Information on Drawings and in Specifications establishes requirements for aesthetic effects and performance characteristics of assemblies. Aesthetic effects are indicated by dimensions, arrangements, alignment, and profiles of components and assemblies as they relate to sightlines, to one another, and to adjoining construction. 1. Do not change intended aesthetic effects, as judged solely by Architect, except with Architect's approval. If changes are proposed, submit comprehensive explanatory data to Architect for review. 1.7 WARRANTY A. Special Warranty: Manufacturer and Installer agree to repair or replace components of aluminum-framed entrances and storefronts that do not comply with requirements or that fail in materials or workmanship within specified warranty period. 1. Warranty Period: Two years from date of Substantial Completion. B. Special Finish Warranty, Anodized Finishes: Standard form in which manufacturer agrees to repair finishes or replace aluminum that shows evidence of deterioration of anodized finishes within specified warranty period. 1. Warranty Period: 10 years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Source Limitations: Obtain all components of aluminum-framed storefront system, including framing and accessories, from single manufacturer. 2.2 ACCESSIBILITY REQUIREMENTS A. Comply with applicable provisions in the CBC and the 2010 ADA Standards for Accessible Design. 2.3 PERFORMANCE REQUIREMENTS A. Delegated Design: Engage a qualified professional engineer, as defined in Section 014000 "Quality Requirements," to design aluminum-framed storefronts. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 084113 - 3 B. General Performance: Comply with performance requirements specified, as determined by testing of aluminum- framed entrances and storefronts representing those indicated for this Project without failure due to defective manufacture, fabrication, installation, or other defects in construction. 1. Aluminum-framed entrances and storefronts shall withstand movements of supporting structure, including, but not limited to, twist, column shortening, long-term creep, and deflection from uniformly distributed and concentrated live loads. 2. Failure also includes the following: a. Thermal stresses transferring to building structure. b. Glass breakage. c. Noise or vibration created by wind and thermal and structural movements. d. Loosening or weakening of fasteners, attachments, and other components. e. Failure of operating units. C. Energy Performance: Certified and labeled by manufacturer for energy performance as follows: 1. Air Leakage: a. Fixed Glazing and Framing Areas: Air leakage for the system of not more than 0.06 cfm/sq. ft. (0.30 L/s per sq. m) at a static-air-pressure differential of 6.24 lbf/sq. ft. (300 Pa) when tested according to ASTM E283. b. Entrance Doors: Air leakage of not more than 1.0 cfm/sq. ft. (5.08 L/s per sq. m) at a static-air- pressure differential of 1.57 lbf/sq. ft. (75 Pa). D. Interstory Drift: Accommodate design displacement of adjacent stories indicated. 1. Design Displacement: As indicated on Drawings. 2. Test Performance: Complying with criteria for passing based on building occupancy type when tested according to AAMA 501.4 at design displacement and 1.5 times the design displacement. E. Seismic Performance: Aluminum-framed entrances and storefronts shall withstand the effects of earthquake motions determined according to ASCE/SEI 7. 1. Seismic Drift Causing Glass Fallout: Complying with criteria for passing based on building occupancy type when tested according to AAMA 501.6 at design displacement and 1.5 times the design displacement. 2. Vertical Interstory Movement: Complying with criteria for passing based on building occupancy type when tested according to AAMA 501.7 at design displacement and 1.5 times the design displacement. F. Thermal Movements: Allow for thermal movements resulting from ambient and surface temperature changes. 1. Temperature Change: 120 deg F (67 deg C), ambient; 180 deg F (100 deg C), material surfaces. 2.4 SUSTAINABILITY REQUIREMENTS A. Comply with applicable provisions in the CGBC. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 084113 - 4 2.5 STOREFRONT SYSTEMS A. Basis-of-Design Product: Subject to compliance with requirements, provide Arcadia, Inc.; AG451T Series, Thermal, 2 inch by 4-1/2 inch, Center Glazed System For 1 inch Glass, or a comparable product by one of the following: 1. Avanti Systems, Inc. 2. Arcadia, Inc. 3. CMI Architectural. 4. Commercial Architectural Products, Inc. 5. Coral Industries, Inc. 6. EFCO Corporation. 7. Kawneer North America, an Arconic company. 8. Leed Himmel Industries, Inc. 9. Manko Window Systems, Inc. 10. Oldcastle BuildingEnvelope™. 11. Pittco Architectural Metals, Inc. 12. SAFTI FIRST Fire Rated Glazing Solutions. 13. Trulite Glass & Aluminum Solutions, LLC. 14. Tubelite Inc. 15. U.S. Aluminum; a brand of C.R. Laurence. 16. YKK AP America Inc. B. Framing Members: Manufacturer's extruded- or formed-aluminum framing members of thickness required and reinforced as required to support imposed loads. 1. Interior Framing Construction: Thermally broken. 2. Glazing System: Retained mechanically with gaskets on four sides. 3. Glazing Plane: Center. 4. Finish: Dark Bronze anodic finish. 5. Fabrication Method: Field-fabricated stick system. 6. Aluminum: Alloy and temper recommended by manufacturer for type of use and finish indicated. 7. Steel Reinforcement: As required by manufacturer. C. Backer Plates: Manufacturer's standard, continuous backer plates for framing members, if not integral, where framing abuts adjacent construction. D. Brackets and Reinforcements: Manufacturer's standard high-strength aluminum with nonstaining, nonferrous shims for aligning system components. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 084113 - 5 2.6 GLAZING A. Glazing: Comply with Section 088000 "Glazing." B. Glazing Gaskets: Manufacturer's standard sealed-corner pressure-glazing system of black, resilient elastomeric glazing gaskets, setting blocks, and shims or spacers. C. Glazing Sealants: As recommended by manufacturer. 2.7 MATERIALS A. Aluminum: Alloy and temper recommended by manufacturer for type of use and finish indicated. 1. Sheet and Plate: ASTM B209 (ASTM B209M). 2. Extruded Bars, Rods, Profiles, and Tubes: ASTM B221 (ASTM B221M). 3. Extruded Structural Pipe and Tubes: ASTM B429/B429M. 4. Structural Profiles: ASTM B308/B308M. B. Steel Reinforcement: 1. Structural Shapes, Plates, and Bars: ASTM A36/A36M. 2. Cold-Rolled Sheet and Strip: ASTM A1008/A1008M. 3. Hot-Rolled Sheet and Strip: ASTM A1011/A1011M. C. Steel Reinforcement Primer: Manufacturer's standard zinc-rich, corrosion-resistant primer complying with SSPC-PS Guide No. 12.00; applied immediately after surface preparation and pretreatment. Select surface preparation methods according to recommendations in SSPC-SP COM, and prepare surfaces according to applicable SSPC standard. 2.8 FABRICATION A. Form or extrude aluminum shapes before finishing. B. Weld in concealed locations to greatest extent possible to minimize distortion or discoloration of finish. Remove weld spatter and welding oxides from exposed surfaces by descaling or grinding. C. Fabricate components that, when assembled, have the following characteristics: 1. Profiles that are sharp, straight, and free of defects or deformations. 2. Accurately fitted joints with ends coped or mitered. 3. Physical and thermal isolation of glazing from framing members. 4. Accommodations for thermal and mechanical movements of glazing and framing to maintain required glazing edge clearances. 5. Provisions for field replacement of glazing from interior. 6. Fasteners, anchors, and connection devices that are concealed from view to greatest extent possible. D. Mechanically Glazed Framing Members: Fabricate for flush glazing without projecting stops. E. Entrance Door Frames: Reinforce as required to support loads imposed by door operation and for installing CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 084113 - 6 entrance door hardware. F. Entrance Doors: Reinforce doors as required for installing entrance door hardware. G. Entrance Door Hardware Installation: Factory install entrance door hardware to the greatest extent possible. Cut, drill, and tap for factory-installed entrance door hardware before applying finishes. H. After fabrication, clearly mark components to identify their locations in Project according to Shop Drawings. 2.9 ALUMINUM FINISHES A. Match Existing finish and color. PART 3 - EXECUTION 3.1 INSTALLATION A. General: 1. Comply with manufacturer's written instructions. 2. Do not install damaged components. 3. Fit joints to produce hairline joints free of burrs and distortion. 4. Rigidly secure nonmovement joints. 5. Install anchors with separators and isolators to prevent metal corrosion and electrolytic deterioration and to prevent impeding movement of moving joints. 6. Seal perimeter and other joints watertight unless otherwise indicated. B. Metal Protection: 1. Where aluminum is in contact with dissimilar metals, protect against galvanic action by painting contact surfaces with materials recommended by manufacturer for this purpose or by installing nonconductive spacers. 2. Where aluminum is in contact with concrete or masonry, protect against corrosion by painting contact surfaces with bituminous paint. C. Set continuous sill members and flashing in full sealant bed, as specified in Section 079200 "Joint Sealants," to produce weathertight installation. D. Install joint filler behind sealant as recommended by sealant manufacturer. E. Install components plumb and true in alignment with established lines and grades. 3.2 INSTALLATION OF GLAZING A. Install glazing as specified in Section 088000 "Glazing." 3.3 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified testing agency to perform tests and inspections. B. Egress Door Inspections: CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 084113 - 7 1. Inspect each door equipped with panic hardware, each door equipped with fire exit hardware, each door located in an exit enclosure, each electrically controlled egress door, and each door equipped with special locking arrangements according to NFPA 101, Section 7.2.1.15. 2. Repair or remove and replace installations where inspections indicate that they do not comply with specified requirements. 3. Reinspect repaired or replaced installations to determine if replaced or repaired door assembly installations comply with specified requirements. 4. Prepare and submit separate inspection report for each egress door assembly indicating compliance with each item listed in NFPA 101. C. Aluminum-framed storefronts will be considered defective if they do not pass tests and inspections. D. Prepare test and inspection reports. END OF SECTION 084113 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 087100-1 SECTION 08 71 00 – DOOR HARDWARE 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. Mechanical and electrified door hardware for: a. Swinging doors. B. Exclusions: Unless specifically listed in hardware sets, hardware is not specified in this section for: 1. Windows 2. Cabinets (casework), including locks in cabinets 3. Signage 4. Toilet accessories 5. Overhead doors 6. Installation. 7. Rough hardware. 8. Conduit, junction boxes & wiring. 9. Folding partitions, except cylinders where detailed. 10. Sliding aluminum doors, except cylinders where detailed. 11. Access doors and panels, except cylinders where detailed. C. Related Sections: 1. Division 01 Section “Alternates” for alternates affecting this section. 2. Division 07 Section “Joint Sealants” for sealant requirements applicable to threshold installation specified in this section. 3. Division 09 sections for touchup finishing or refinishing of existing openings modified by this section. 4. Division 26 sections for connections to electrical power system and for low-voltage wiring. 5. Division 28 sections for coordination with other components of electronic access control system. 1.3 REFERENCES A. UL - Underwriters Laboratories 1. UL 10B - Fire Test of Door Assemblies 2. UL 10C - Positive Pressure Test of Fire Door Assemblies 3. UL 1784 - Air Leakage Tests of Door Assemblies 4. UL 305 - Panic Hardware B. ANSI - American National Standards Institute CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 087100-2 1. ANSI/BHMA A156.1 - A156.29, and ANSI/BHMA A156.31 - Standards for Hardware and Specialties C. California Code of Regulations 1. Title 24: California Building Standards Code 1.4 SUBMITTALS A. General: 1. Submit in accordance with Conditions of Contract and Division 01 requirements. B. Action Submittals: 1. Product Data: Product data including manufacturers’ technical product data for each item of door hardware, installation instructions, maintenance of operating parts and finish, and other information necessary to show compliance with requirements. 2. Riser and Wiring Diagrams: After final approval of hardware schedule, submit details of electrified door hardware, indicating: a. Wiring Diagrams: For power, signal, and control wiring and including: 1) Details of interface of electrified door hardware and building safety and security systems. 2) Schematic diagram of systems that interface with electrified door hardware. 3) Point-to-point wiring. 4) Risers. 3. Samples for Verification: If requested by Architect, submit production sample or sample installations of each type of exposed hardware unit in finish indicated, and tagged with full description for coordination with schedule. a. Samples will be returned to supplier in like-new condition. Units that are acceptable to Architect may, after final check of operations, be incorporated into Work, within limitations of key coordination requirements. 4. Door Hardware Schedule: Submit schedule with hardware sets in vertical format as illustrated by Sequence of Format for the Hardware Schedule as published by the Door and Hardware Institute. Indicate complete designations of each item required for each door or opening, include: a. Door Index; include door number, heading number, and Architects hardware set number. b. Opening Lock Function Spreadsheet: List locking device and function for each opening. c. Type, style, function, size, and finish of each hardware item. d. Name and manufacturer of each item. e. Fastenings and other pertinent information. f. Location of each hardware set cross-referenced to indications on Drawings. g. Explanation of all abbreviations, symbols, and codes contained in schedule. h. Mounting locations for hardware. i. Door and frame sizes and materials. j. Name and phone number for local manufacturer's representative for each product. k. Operational Description of openings with any electrified hardware (locks, exits, electromagnetic locks, electric strikes, automatic operators, door position switches, magnetic holders or closer/holder units, and access control components). CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 087100-3 Operational description should include how door will operate on egress, ingress, and fire and smoke alarm connection. 1) Submittal Sequence: Submit door hardware schedule concurrent with submissions of Product Data, Samples, and Shop Drawings. Coordinate submission of door hardware schedule with scheduling requirements of other work to facilitate fabrication of other work that is critical in Project construction schedule. 5. Key Schedule: a. Initiate and conduct meeting(s) with Owner representatives and hardware supplier to determine system keyway(s), keybow styles, structure, stamping, degree of physical security and degree of geographic exclusivity. Furnish Owner’s written approval of the system; do not order keys or cylinders without written confirmation of actual requirements from the Owner. b. After Keying Conference, provide keying schedule listing levels of keying as well as explanation of key system's function, key symbols used and door numbers controlled. c. Use ANSI/BHMA A156.28 “Recommended Practices for Keying Systems” as guideline for nomenclature, definitions, and approach for selecting optimal keying system. d. Provide 3 copies of keying schedule for review prepared and detailed in accordance with referenced DHI publication. Include schematic keying diagram and index each key to unique door designations. e. Index keying schedule by door number, keyset, hardware heading number, cross keying instructions, and special key stamping instructions. f. Provide one complete bitting list of key cuts and one key system schematic illustrating system usage and expansion. 1) Forward bitting list, key cuts and key system schematic directly to Owner, by means as directed by Owner. 6. Templates: After final approval of hardware schedule, provide templates for doors, frames and other work specified to be factory prepared for door hardware installation. C. Informational Submittals: 1. Qualification Data: For Supplier and Installer. 2. Product Certificates for electrified door hardware, signed by manufacturer: a. Certify that door hardware approved for use on types and sizes of labeled fire-rated doors complies with listed fire-rated door assemblies. 3. Certificates of Compliance: a. Electrified Hardware Coordination Conference Certification: Letter of compliance, signed by Contractor, attesting to completion of electrified hardware coordination conference, specified in “QUALITY ASSURANCE” article, herein. 4. Warranty: Special warranty specified in this Section. D. Closeout Submittals: 1. Operations and Maintenance Data : Provide in accordance with Division 01 and include: a. Complete information on care, maintenance, and adjustment; data on repair and replacement parts, and information on preservation of finishes. b. Catalog pages for each product. c. Name, address, and phone number of local representative for each manufacturer. d. Final approved hardware schedule, edited to reflect conditions as-installed. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 087100-4 e. Final keying schedule f. As-installed wiring diagrams for each opening connected to power, both low voltage and 110 volts. g. Copy of warranties including appropriate reference numbers for manufacturers to identify project. 1.5 QUALITY ASSURANCE A. Product Substitutions: Comply with product requirements stated in Division 01 and as specified herein. 1. Where specific manufacturer’s product is named and accompanied by “No Substitute,” including make or model number or other designation, provide product specified. (Note: Certain products have been selected for their unique characteristics and particular project suitability.) a. Where no additional products or manufacturers are listed in product category, requirements for “No Substitute” govern product selection. 2. Where products indicate “acceptable manufacturers” or “acceptable manufacturers and products”, provide product from specified manufacturers, subject to compliance with specified requirements and “Single Source Responsibility” requirements stated herein. B. Supplier Qualifications and Responsibilities: Recognized architectural hardware supplier with record of successful in-service performance for supplying door hardware similar in quantity, type, and quality to that indicated for this Project. 1. Scheduling Responsibility: Preparation of door hardware and keying schedules. 2. Engineering Responsibility: Preparation of data for electrified door hardware, including Shop Drawings, based on testing and engineering analysis of manufacturer's standard units in assemblies similar to those indicated for this Project. 3. Coordination Responsibility: Coordinate installation of electronic security hardware with Architect and electrical engineers and provide installation and technical data to Architect and other related subcontractors. a. Upon completion of electronic security hardware installation, inspect and verify that all components are working properly. C. Installer Qualifications: Qualified tradesmen, skilled in application of commercial grade hardware with record of successful in-service performance for installing door hardware similar in quantity, type, and quality to that indicated for this Project. D. Single Source Responsibility: Obtain each type of door hardware from single manufacturer. 1. Provide electrified door hardware from same manufacturer as mechanical door hardware, unless otherwise indicated. 2. Manufacturers that perform electrical modifications and that are listed by testing and inspecting agency acceptable to authorities having jurisdiction are acceptable. E. Fire-Rated Door Openings: Provide door hardware for fire-rated openings that complies with NFPA 80 and requirements of authorities having jurisdiction. Provide only items of door hardware that are listed and are identical to products tested by Underwriters Laboratories, Intertek Testing Services, or other testing and inspecting organizations acceptable to authorities having jurisdiction for use on types and sizes of doors indicated, based on testing at positive pressure and according to NFPA 252 or UL 10C and in compliance with requirements of fire-rated door and door frame labels. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 087100-5 F. Smoke- and Draft-Control Door Assemblies: Where smoke- and draft-control door assemblies are required, provide door hardware that meets requirements of assemblies tested according to UL 1784 and installed in compliance with NFPA 105. 1. Air Leakage Rate: Maximum air leakage of 0.3 cfm/sq. ft. (3 cu. m per minute/sq. m) at tested pressure differential of 0.3-inch wg (75 Pa) of water. G. Electrified Door Hardware: Listed and labeled as defined in NFPA 70, Article 100, by testing agency acceptable to authorities having jurisdiction. H. Means of Egress Doors: Latches do not require more than 5 lbs (67 N) to release latch. Locks do not require use of key, tool, or special knowledge for operation. I. Accessibility Requirements: For door hardware on doors in an accessible route, comply with governing accessibility regulations cited in “REFERENCES” article, herein. 1. Provide operating devices that do not require tight grasping, pinching, or twisting of wrist and that operate with force of not more than 5 lbs (22.2 N). 2. Maximum opening-force requirements: a. Interior, Non-Fire-Rated Hinged Doors: 5 lbs (22.2 N) applied perpendicular to door. b. Sliding or Folding Doors: 5 lbs (22.2 N) applied parallel to door at latch. c. Fire Doors: The minimum opening force allowable by the appropriate administrative authority, not to exceed 15 lbs (66.7N). 3. Bevel raised thresholds with slope of not more than 1:2. Provide thresholds not more than 1/2 inch (13 mm) high. 4. Adjust closer so that the time required to move the door from the 90 degree position to 12 degrees from the latch is 5 seconds minimum. J. Pre-installation Conference: Conduct conference at Project site to comply with requirements in Division 01. 1. Review and finalize construction schedule and verify availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays. 2. Inspect and discuss preparatory work performed by other trades. 3. Inspect and discuss electrical roughing-in for electrified door hardware. 4. Review sequence of operation for each type of electrified door hardware. 5. Review required testing, inspecting, and certifying procedures. K. Coordination Conferences: 1. Installation Coordination Conference: Prior to hardware installation, schedule and hold meeting to review questions or concerns related to proper installation and adjustment of door hardware. a. Attendees: Door hardware supplier, door hardware installer, Contractor. b. After meeting, provide letter of compliance to Architect, indicating when meeting was held and who was in attendance. 2. Electrified Hardware Coordination Conference: Prior to ordering electrified hardware, schedule and hold meeting to coordinate door hardware with security, electrical, doors and frames, and other related suppliers. a. Attendees: electrified door hardware supplier, doors and frames supplier, electrified door hardware installer, electrical subcontractor, Owner, Owner’s security consultant, Architect and Contractor. b. After meeting, provide letter of compliance to Architect, indicating when coordination conference was held and who was in attendance. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 087100-6 1.6 DELIVERY, STORAGE, AND HANDLING A. Inventory door hardware on receipt and provide secure lock-up for hardware delivered to Project site. B. Tag each item or package separately with identification coordinated with final door hardware schedule, and include installation instructions, templates, and necessary fasteners with each item or package. 1. Deliver each article of hardware in manufacturer’s original packaging. C. Project Conditions: 1. Maintain manufacturer-recommended environmental conditions throughout storage and installation periods. 2. Provide secure lock-up for door hardware delivered to Project, but not yet installed. Control handling and installation of hardware items so that completion of Work will not be delayed by hardware losses both before and after installation. D. Protection and Damage: 1. Promptly replace products damaged during shipping. 2. Handle hardware in manner to avoid damage, marring, or scratching. Correct, replace or repair products damaged during Work. 3. Protect products against malfunction due to paint, solvent, cleanser, or any chemical agent. E. Deliver keys and permanent cores to Owner by registered mail or overnight package service. 1.7 COORDINATION A. Coordinate layout and installation of floor-recessed door hardware with floor construction. Cast anchoring inserts into concrete. Concrete, reinforcement, and formwork requirements are specified in Division 03. B. Installation Templates: Distribute for doors, frames, and other work specified to be factory prepared. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing door hardware to comply with indicated requirements. C. Security: Coordinate installation of door hardware, keying, and access control with Owner's security consultant. D. Electrical System Roughing-In: Coordinate layout and installation of electrified door hardware with connections to power supplies and building safety and security systems. E. Existing Openings: 1. Prior to submittal, carefully inspect existing conditions to verify finish hardware required to complete Work, including sizes, quantities, existing hardware scheduled for re-use, and sill condition material. If conflict between the specified/scheduled hardware and existing conditions, submit request for direction from Architect. Include date of jobsite visit in the submittal. 2. Submittals prepared without thorough jobsite visit by qualified hardware expert will be rejected as non-compliant. F. Direct shipments not permitted, unless approved by Contractor. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 087100-7 1.8 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of door hardware that fail in materials or workmanship within specified warranty period. 1. Warranty Period: Years from date of Substantial Completion, for durations indicated. a. Closers: 1) Mechanical: 30 years. b. Automatic Operators: 1 year. c. Exit Devices: 1) Mechanical: 3 years. d. Locksets: 1) Mechanical: 3 years. 2) Electrified: 1 year. e. Continuous Hinges: Lifetime warranty f. Key Blanks: Lifetime 2. Warranty does not cover damage or faulty operation due to improper installation, improper use or abuse. 1.9 MAINTENANCE A. Maintenance Tools: 1. Furnish complete set of special tools required for maintenance and adjustment of hardware, including changing of cylinders. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Where “No Substitute” is noted, submittals and substitution requests for other products will not be considered. B. Approval of manufacturers and/or products other than those listed as “Scheduled Manufacturer” or “Acceptable Manufacturer” in the individual article for the product category shall be in accordance with QUALITY ASSURANCE article, herein. C. Approval of products from manufacturers indicated in “Acceptable Manufacturers” is contingent upon those products providing all functions and features and meeting all requirements of scheduled manufacturer’s product. D. Hand of Door: Drawings show direction of slide, swing, or hand of each door leaf. Furnish each item of hardware for proper installation and operation of door movement as shown. E. Where specified hardware is not adaptable to finished shape or size of members requiring hardware, furnish suitable types having same operation and quality as type specified, subject to Architect's approval. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 087100-8 2.2 MATERIALS A. Fasteners 1. Provide hardware manufactured to conform to published templates, generally prepared for machine screw installation. 2. Furnish screws for installation with each hardware item. Finish exposed (exposed under any condition) screws to match hardware finish, or, if exposed in surfaces of other work, to match finish of this other work including prepared for paint surfaces to receive painted finish. 3. Provide concealed fasteners for hardware units exposed when door is closed except when no standard units of type specified are available with concealed fasteners. Do not use thru-bolts for installation where bolt head or nut on opposite face is exposed in other work unless thru-bolts are required to fasten hardware securely. Review door specification and advise Architect if thru-bolts are required. 4. Install hardware with fasteners provided by hardware manufacturer. B. Modification and Preparation of Existing Doors: Where existing door hardware is indicated to be removed and reinstalled. 1. Provide necessary fillers, Dutchmen, reinforcements, and fasteners, compatible with existing materials, as required for mounting new opening hardware and to cover existing door and frame preparations. 2. Use materials which match materials of adjacent modified areas. 3. When modifying existing fire-rated openings, provide materials permitted by NFPA 80 as required to maintain fire-rating. C. Provide screws, bolts, expansion shields, drop plates and other devices necessary for hardware installation. 1. Where fasteners are exposed to view: Finish to match adjacent door hardware material. 2.3 HINGES A. Manufacturers and Products: 1. Scheduled Manufacturer and Product: Ives 5BB series 2. Acceptable Manufacturers and Products: Hager BB series, McKinney TA/T4A series, Stanley FBB Series B. Requirements: 1. Provide five-knuckle ball bearing hinges conforming to ANSI/BHMA A156.1. 2. 1-3/4 inch (44 mm) thick doors, up to and including 36 inches (914 mm) wide: a. Exterior: Standard weight, bronze or stainless steel, 4-1/2 inches (114 mm) high b. Interior: Standard weight, steel, 4-1/2 inches (114 mm) high 3. 1-3/4 inch (44 mm) thick doors over 36 inches (914 mm) wide: a. Exterior: Heavy weight, bronze/stainless steel, 5 inches (127 mm) high b. Interior: Heavy weight, steel, 5 inches (127 mm) high 4. 2 inches or thicker doors: a. Exterior: Heavy weight, bronze or stainless steel, 5 inches (127 mm) high b. Interior: Heavy weight, steel, 5 inches (127 mm) high CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 087100-9 5. Provide three hinges per door leaf for doors 90 inches (2286 mm) or less in height, and one additional hinge for each 30 inches (762 mm) of additional door height. 6. Where new hinges are specified for existing doors or existing frames, provide new hinges of identical size to hinge preparation present in existing door or existing frame. 7. Hinge Pins: Except as otherwise indicated, provide hinge pins as follows: a. Steel Hinges: Steel pins b. Non-Ferrous Hinges: Stainless steel pins c. Out-Swinging Exterior Doors: Non-removable pins d. Out-Swinging Interior Lockable Doors: Non-removable pins e. Interior Non-lockable Doors: Non-rising pins 8. Width of hinges: 4-1/2 inches (114 mm) at 1-3/4 inch (44 mm) thick doors, and 5 inches (127 mm) at 2 inches (51 mm) or thicker doors. Adjust hinge width as required for door, frame, and wall conditions to allow proper degree of opening. 9. Doors 36 inches (914 mm) wide or less furnish hinges 4-1/2 inches (114 mm) high; doors greater than 36 inches (914 mm) wide furnish hinges 5 inches (127 mm) high, heavy weight or standard weight as specified. 10. Provide hinges with electrified options as scheduled in the hardware sets. Provide with sufficient number and wire gage to accommodate electric function of specified hardware. Locate electric hinge at second hinge from bottom or nearest to electrified locking component. 11. Provide mortar guard for each electrified hinge specified. 12. Provide spring hinges where specified. Provide two spring hinges and one bearing hinge per door leaf for doors 90 inches (2286 mm) or less in height. Provide one additional bearing hinge for each 30 inches (762 mm) of additional door height. 2.4 CONTINUOUS HINGES A. Aluminum Geared 1. Manufacturers: a. Scheduled Manufacturer: Ives. b. Acceptable Manufacturers: Markar, Stanley. 2. Requirements: a. Provide aluminum geared continuous hinges conforming to ANSI/BHMA A156.26, Grade 1. b. Provide aluminum geared continuous hinges, where specified in the hardware sets, fabricated from 6063-T6 aluminum, with 0.25-inch (6 mm) diameter Teflon coated stainless steel hinge pin. c. Provide split nylon bearings at each hinge knuckle for quiet, smooth, self-lubricating operation. d. Provide hinges capable of supporting door weights up to 450 pounds, and successfully tested for 1,500,000 cycles. e. On fire-rated doors, provide aluminum geared continuous hinges that are classified for use on rated doors by testing agency acceptable to authority having jurisdiction. f. Provide aluminum geared continuous hinges with electrified option scheduled in the hardware sets. Provide with sufficient number and wire gage to accommodate electric function of specified hardware. g. Install hinges with fasteners supplied by manufacturer. h. Provide hinges 1 inch (25 mm) shorter in length than nominal height of door, unless otherwise noted or door details require shorter length and with symmetrical hole pattern. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 087100-10 2.5 FLUSH BOLTS A. Manufacturers: 1. Scheduled Manufacturer: Ives 2. Acceptable Manufacturers: Rockwood, Trimco B. Requirements: 1. Provide automatic, constant latching, and manual flush bolts with forged bronze or stainless steel face plates, extruded brass levers, and with wrought brass guides and strikes. Provide 12 inch (305 mm) steel or brass rods at doors up to 90 inches (2286 mm) in height. For doors over 90 inches (2286 mm) in height increase top rods by 6 inches (152 mm) for each additional 6 inches (152 mm) of door height. Provide dust- proof strikes at each bottom flush bolt. 2.6 COORDINATORS A. Manufacturers: 1. Scheduled Manufacturer: Ives 2. Acceptable Manufacturers: Rockwood, Trimco B. Requirements: 1. Where pairs of doors are equipped with automatic flush bolts, an astragal, or other hardware that requires synchronized closing of the doors, provide bar-type coordinating device, surface applied to underside of stop at frame head. 2. Provide filler bar of correct length for unit to span entire width of opening, and appropriate brackets for parallel arm door closers and surface vertical rod exit device strikes. Factory-prep coordinators for vertical rod devices if required. 2.7 MORTISE LOCKS A. Manufacturers and Products: 1. Scheduled Manufacturer and Product: Schlage L9000 series B. Requirements: 1. Provide mortise locks conforming to ANSI/BHMA A156.13 Series 1000, Grade 1 Operational, Grade 1 Security, and manufactured from heavy gauge steel, containing components of steel with a zinc dichromate plating for corrosion resistance. Provide lock case that is multi-function and field reversible for handing without opening case. Cylinders: Refer to “KEYING” article, herein. 2. Provide locks with standard 2-3/4 inches (70 mm) backset with full 3/4 inch (19 mm) throw stainless steel mechanical anti-friction latchbolt. Provide deadbolt with full 1 inch (25 mm) throw, constructed of stainless steel. 3. Provide standard ASA strikes unless extended lip strikes are necessary to protect trim. 4. Provide electrified options as scheduled in the hardware sets. Where scheduled, provide a request to exit (RX) switch that is actuated with rotation of inside lever. 5. Provide motor based electrified locksets with electrified options as scheduled in the hardware sets and comply with the following requirements: a. Universal input voltage – single chassis accepts 12 or 24V DC to allow for changes in the field without changing lock chassis. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 087100-11 b. Fail Safe/Fail Secure – changing mode between electrically locked (fail safe) and electrically unlocked (fail secure) is field selectable without opening the lock case c. Low maximum current draw – maximum 0.4 amps to allow for multiple locks on a single power supply. d. Low holding current – maximum 0.01 amps to produce minimal heat, eliminate “hot levers” in electrically locked applications, and to provide reliable operation in wood doors that provide minimal ventilation and air flow. e. Request to Exit Switch (RX) – 1) Modular Design – provide electrified locks capable of using, adding, or changing a modular RX switch without opening the lock case. 2) Monitoring – where scheduled, provide a request to exit (RX) switch that detects rotation of the inside lever. f. Connections – provide quick-connect Molex system standard. g. UL Listed – 3 hour fire door 6. Lever Trim: Solid brass, bronze, or stainless steel, cast or forged in design specified, with wrought roses and external lever spring cages. Provide thru-bolted levers with 2-piece spindles. a. Lever Design: As scheduled. 2.8 EXIT DEVICES A. Manufacturers and Products: 1. Scheduled Manufacturer and Product: Von Duprin 98 series B. Requirements: 1. Provide exit devices tested to ANSI/BHMA A156.3 Grade 1, and UL listed for Panic Exit or Fire Exit Hardware. Cylinders: Refer to “KEYING” article, herein. 2. Provide touchpad type exit devices, fabricated of brass, bronze, stainless steel, or aluminum, plated to standard architectural finishes to match balance of door hardware. 3. Touchpad: Extend minimum of one half of door width. Match exit device finish, stainless steel for US26, US26D, US28, US32, and US32D finishes; and for all other finishes, provide compatible finish to exit device. No plastic inserts are allowed in touchpads. 4. Provide exit devices with dead-latching feature for security and for future addition of alarm kits and/or other electrified requirements. 5. Provide flush end caps for exit devices. 6. Provide exit devices with manufacturer’s approved strikes. 7. Provide exit devices cut to door width and height. Install exit devices at height recommended by exit device manufacturer, allowable by governing building codes, and approved by Architect. 8. Mount mechanism case flush on face of doors, or provide spacers to fill gaps behind devices. Where glass trim or molding projects off face of door, provide glass bead kits. 9. Provide cylinder dogging at non-fire-rated exit devices. 10. Removable Mullions: 2 inches (51 mm) x 3 inches (76 mm) steel tube. Where scheduled as keyed removable mullion, provide type that can be removed by use of a keyed cylinder, which is self-locking when re-installed. 11. Where lever handles are specified as outside trim for exit devices, provide heavy-duty lever trims with forged or cast escutcheon plates. Provide vandal-resistant levers that will travel to 90-degree down position when more than 35 pounds of torque are applied, and which can easily be re-set. a. Lever Style: Match lever style of locksets. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 087100-12 12. Accessibility: Maximum 5lbs force to retract latch bolt per CBC Chapter 11B. “AX” feature: touchpad directly retracts the latchbolt with 5 lb or less of force. Provide testing lab certification confirming that the mechanical device is independent third- party tested to meet this 5 lb requirement. 13. Provide UL labeled fire exit hardware for fire rated openings. 14. Provide factory drilled weep holes for exit devices used in full exterior application, highly corrosive areas, and where noted in hardware sets. 15. Provide electrified options as scheduled. 2.9 CYLINDERS A. Manufacturers: 1. Scheduled Manufacturer: Corbin-Russwin 77 Kwy 2. Acceptable Manufacturers: No Substitute B. Requirements: 1. Provide permanent cylinders/cores to match Owner’s existing key system, compliant with ANSI/BHMA A156.5; latest revision, Section 12, Grade 1; permanent cylinders; cylinder face finished to match lockset, manufacturer’s series as indicated. Refer to “KEYING” article, herein. 2. Replaceable Construction Cylinders a. Provide temporary construction cylinders replaceable by permanent cylinders, furnished in accordance with the following requirements. 1) 12 construction change (day) keys. b. Contractor will replace temporary construction cylinders with permanent cylinders. 2.10 KEYING A. Provide cylinders/cores keyed into Owner’s existing keying system managed by Owner’s locksmith, complying with guidelines in ANSI/BHMA A156.28, incorporating decisions made at keying conference. Contact: 1. Firm Name: 2. Contact Person: 3. Telephone: B. Requirements: 1. Provide permanent cylinders/cores keyed by the manufacturer according to the following key system. a. Master Keying system as directed by the Owner. 2. Forward bitting list and keys separately from cylinders, by means as directed by Owner. Failure to comply with forwarding requirements shall be cause for replacement of cylinders/cores involved at no additional cost to Owner. 3. Provide keys with the following features: a. Material: Nickel silver; minimum thickness of .107-inch (2.3mm) 4. Identification: CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 087100-13 a. Mark permanent cylinders/cores and keys with applicable blind code per DHI publication “Keying Systems and Nomenclature” for identification. Blind code marks shall not include actual key cuts. b. Identification stamping provisions must be approved by the Architect and Owner. c. Stamp cylinders/cores and keys with Owner’s unique key system facility code as established by the manufacturer; key symbol and embossed or stamped with “DO NOT DUPLICATE” along with the “PATENTED” or patent number to enforce the patent protection. d. Failure to comply with stamping requirements shall be cause for replacement of keys involved at no additional cost to Owner. e. Forward permanent cylinders/cores to Owner, separately from keys, by means as directed by Owner. 5. Quantity: Furnish in the following quantities. a. Change (Day) Keys: 3 per cylinder/core. b. Master Keys: 6. 2.11 KEY CONTROL SYSTEM A. Manufacturers: 1. Scheduled Manufacturer: Telkee 2. Acceptable Manufacturers: HPC, Lund B. Requirements: 1. Provide key control system, including envelopes, labels, tags with self-locking key clips, receipt forms, 3-way visible card index, temporary markers, permanent markers, and standard metal cabinet, all as recommended by system manufacturer, with capacity for 150% of number of locks required for Project. a. Provide complete cross index system set up by hardware supplier, and place keys on markers and hooks in cabinet as determined by final key schedule. b. Provide hinged-panel type cabinet for wall mounting. 2.12 DOOR CLOSERS A. Manufacturers and Products: 1. Scheduled Manufacturer and Product: LCN 4040XP series. B. Requirements: 1. Provide door closers conforming to ANSI/BHMA A156.4 Grade 1 requirements by BHMA certified independent testing laboratory. ISO 9000 certify closers. Stamp units with date of manufacture code. 2. Provide door closers with fully hydraulic, full rack and pinion action with high strength cast iron cylinder, and full complement bearings at shaft. 3. Cylinder Body: 1-1/2-inch (38 mm) diameter piston with 5/8-inch (16 mm) diameter double heat-treated pinion journal. QR code with a direct link to maintenance instructions. 4. Hydraulic Fluid: Fireproof, passing requirements of UL10C, and requiring no seasonal closer adjustment for temperatures ranging from 120 degrees F to -30 degrees F. 5. Spring Power: Continuously adjustable over full range of closer sizes, and providing reduced opening force as required by accessibility codes and standards. Provide snap-on cover clip, with plastic covers, that secures cover to spring tube. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 087100-14 6. Hydraulic Regulation: By tamper-proof, non-critical valves, with separate adjustment for latch speed, general speed, and backcheck. Provide graphically labelled instructions on the closer body adjacent to each adjustment valve. Provide positive stop on reg valve that prevents reg screw from being backed out. 7. Provide closers with solid forged steel main arms and factory assembled heavy-duty forged forearms for parallel arm closers. 8. Pressure Relief Valve (PRV) Technology: Not permitted. 9. Finish for Closer Cylinders, Arms, Adapter Plates, and Metal Covers: Powder coating finish which has been certified to exceed 100 hours salt spray testing as described in ANSI Standard A156.4 and ASTM B117, or has special rust inhibitor (SRI). 10. Provide special templates, drop plates, mounting brackets, or adapters for arms as required for details, overhead stops, and other door hardware items interfering with closer mounting. 2.13 DOOR TRIM A. Manufacturers: 1. Scheduled Manufacturer: Ives 2. Acceptable Manufacturers: Rockwood, Trimco B. Requirements: 1. Provide push plates 4 inches (102 mm) wide by 16 inches (406 mm) high by 0.050 inch (1 mm) thick and beveled 4 edges. Where width of door stile prevents use of 4 inches (102 mm) wide plate, adjust width to fit. 2. Provide push bars of solid bar stock, diameter and length as scheduled. Provide push bars of sufficient length to span from center to center of each stile. Where required, mount back to back with pull. 3. Provide offset pulls of solid bar stock, diameter and length as scheduled. Where required, mount back to back with push bar. 4. Provide flush pulls as scheduled. Where required, provide back-to-back mounted model. 5. Provide pulls of solid bar stock, diameter and length as scheduled. Where required, mount back to back with push bar. 6. Provide pull plates 4 inches (102 mm) wide by 16 inches (406 mm) high by 0.050 inch (1 mm) thick, beveled 4 edges, and prepped for pull. Where width of door stile prevents use of 4 inches (102 mm) wide plate, adjust width to fit. 7. Provide wire pulls of solid bar stock, diameter and length as scheduled. 8. Provide decorative pulls as scheduled. Where required, mount back to back with pull. 2.14 PROTECTION PLATES A. Manufacturers: 1. Scheduled Manufacturer: Ives 2. Acceptable Manufacturers: Rockwood, Trimco B. Requirements: 1. Provide kick plates, mop plates, and armor plates minimum of 0.050 inch (1 mm) thick, beveled four edges as scheduled. Furnish with sheet metal or wood screws, finished to match plates. 2. Sizes of plates: a. Kick Plates: 10 inches (254 mm) high by 2 inches (51 mm) less width of door on single doors, 1 inch (25 mm) less width of door on pairs CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 087100-15 b. Mop Plates: 4 inches (102 mm) high by 2 inches (51 mm) less width of door on single doors, 1 inch (25 mm) less width of door on pairs c. Armor Plates: 36 inches (914 mm) high by 2 inches (51 mm) less width of door on single doors, 1 inch (25 mm) less width of door on pairs 2.15 OVERHEAD STOPS AND OVERHEAD STOP/HOLDERS A. Manufacturers: 1. Scheduled Manufacturers: Glynn-Johnson 2. Acceptable Manufacturers: Rixson B. Requirements: 1. Provide heavy duty concealed mounted overhead stop or holder as specified for exterior and interior vestibule single acting doors. 2. Provide heavy duty concealed mounted overhead stop or holder as specified for double acting doors. 3. Provide heavy or medium duty and concealed or surface mounted overhead stop or holder for interior doors as specified. Provide medium duty surface mounted overhead stop for interior doors and at any door that swings more than 140 degrees before striking wall, open against equipment, casework, sidelights, and where conditions do not allow wall stop or floor stop presents tripping hazard. 4. Where overhead holders are specified provide friction type at doors without closer and positive type at doors with closer. 2.16 DOOR STOPS AND HOLDERS A. Manufacturers: 1. Scheduled Manufacturer: Ives 2. Acceptable Manufacturers: Rockwood, Trimco B. Provide door stops at each door leaf: 1. Provide wall stops wherever possible. Provide convex type where mortise type locks are used and concave type where cylindrical type locks are used. 2. Where a wall stop cannot be used, provide universal floor stops for low or high rise options. 3. Where wall or floor stop cannot be used, provide medium duty surface mounted overhead stop. 2.17 THRESHOLDS, SEALS, DOOR SWEEPS, AUTOMATIC DOOR BOTTOMS, AND GASKETING A. Manufacturers: 1. Scheduled Manufacturer: Zero International 2. Acceptable Manufacturers: National Guard, Pemko B. Requirements: 1. Provide thresholds, weather-stripping (including door sweeps, seals, and astragals) and gasketing systems (including smoke, sound, and light) as specified and per architectural details. Match finish of other items. 2. Size of thresholds: CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 087100-16 a. Saddle Thresholds: 1/2 inch (13 mm) high by jamb width by door width b. Bumper Seal Thresholds: 1/2 inch (13 mm) high by 5 inches (127 mm) wide by door width 3. Provide door sweeps, seals, astragals, and auto door bottoms only of type where resilient or flexible seal strip is easily replaceable and readily available. 2.18 SILENCERS A. Manufacturers: 1. Scheduled Manufacturer: Ives 2. Acceptable Manufacturers: Rockwood, Trimco B. Requirements: 1. Provide "push-in" type silencers for hollow metal or wood frames. 2. Provide one silencer per 30 inches (762 mm) of height on each single frame, and two for each pair frame. 3. Omit where gasketing is specified. 2.19 MAGNETIC HOLDERS A. Manufacturers: 1. Scheduled Manufacturer: LCN 2. Acceptable Manufacturers: Rixson B. Requirements: 1. Provide wall or floor mounted electromagnetic door release as specified with minimum of 25 pounds of holding force. Coordinate projection of holder and armature with other hardware and wall conditions to ensure that door sits parallel to wall when fully open. Connect magnetic holders on fire-rated doors into the fire control panel for fail-safe operation. 2.20 LATCH PROTECTORS A. Manufacturers: 1. Scheduled Manufacturer: Ives 2. Acceptable Manufacturers: Rockwood, Trimco B. Provide stainless steel latch protectors of type required to function with specified lock. 2.21 FINISHES A. Finish: BHMA 613/640 (US10B); except: 1. Continuous Hinges: US32D (BHMA 630). 2. Continuous Hinges: BHMA 710 (US10B) 3. Door Closers: Powder Coat to Match. 4. Latch Protectors: US32D (BHMA 630). 5. Weatherstripping: Dark Bronze Anodized Aluminum. 6. Thresholds: Extruded Architectural Bronze, Oil-Rubbed CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 087100-17 PART 3 - EXECUTION 3.1 EXAMINATION A. Prior to installation of hardware, examine doors and frames, with Installer present, for compliance with requirements for installation tolerances, labeled fire-rated door assembly construction, wall and floor construction, and other conditions affecting performance. B. Examine roughing-in for electrical power systems to verify actual locations of wiring connections before electrified door hardware installation. C. Proceed with installation only after unsatisfactory conditions have been corrected. D. Existing frames and doors to be retrofitted with new hardware: 1. Field-verify conditions and dimensions prior to ordering hardware. Fill existing hardware cut outs not being reused by the new hardware. Remove existing hardware not being reused, return to Owner unless directed otherwise. 2. Remove existing floor closers not scheduled for reuse, fill cavities with non-shrinking concrete and finish smooth. 3. Cut and weld existing steel frames currently prepared with 2.25 inch height strikes. Cut an approximate 8 inch section from the strike jamb and weld in a reinforced section to accommodate specified hardware’s strike. 4. Patch and weld flush filler pieces into existing door hardware preparations in steel doors and frames, leave surfaces smooth. 3.2 PREPARATION A. Where on-site modification of doors and frames is required: 1. Carefully remove existing door hardware and components being reused. Clean, protect, tag, and store in accordance with storage and handling requirements specified herein. 2. Field modify and prepare existing door and frame for new hardware being installed. 3. When modifications are exposed to view, use concealed fasteners, when possible. 4. Prepare hardware locations and reinstall in accordance with installation requirements for new door hardware and with: a. Steel Doors and Frames: For surface applied door hardware, drill and tap doors and frames according to ANSI/SDI A250.6. b. Wood Doors: DHI WDHS.5 "Recommended Hardware Reinforcement Locations for Mineral Core Wood Flush Doors." c. Doors in rated assemblies: NFPA 80 for restrictions on on-site door hardware preparation. 3.3 INSTALLATION A. Mounting Heights: Mount door hardware units at heights to comply with the following, unless otherwise indicated or required to comply with governing regulations. 1. Standard Steel Doors and Frames: ANSI/SDI A250.8. 2. Custom Steel Doors and Frames: HMMA 831. 3. Wood Doors: DHI WDHS.3, "Recommended Locations for Architectural Hardware for Wood Flush Doors." B. Install each hardware item in compliance with manufacturer’s instructions and recommendations, using only fasteners provided by manufacturer. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 087100-18 C. Do not install surface mounted items until finishes have been completed on substrate. Protect all installed hardware during painting. D. Set units level, plumb and true to line and location. Adjust and reinforce attachment substrate as necessary for proper installation and operation. E. Drill and countersink units that are not factory prepared for anchorage fasteners. Space fasteners and anchors according to industry standards. F. Install operating parts so they move freely and smoothly without binding, sticking, or excessive clearance. G. Hinges: Install types and in quantities indicated in door hardware schedule but not fewer than quantity recommended by manufacturer for application indicated or one hinge for every 30 inches (750 mm) of door height, whichever is more stringent, unless other equivalent means of support for door, such as spring hinges or pivots, are provided. H. Lock Cylinders: Install construction cores to secure building and areas during construction period. 1. Replace construction cores with permanent cores as indicated in keying section. I. Wiring: Coordinate with Division 26, ELECTRICAL sections for: 1. Conduit, junction boxes and wire pulls. 2. Connections to and from power supplies to electrified hardware. 3. Connections to fire/smoke alarm system and smoke evacuation system. 4. Connection of wire to door position switches and wire runs to central room or area, as directed by Architect. 5. Testing and labeling wires with Architect’s opening number. J. Key Control System: Tag keys and place them on markers and hooks in key control system cabinet, as determined by final keying schedule. K. Door Closers: Mount closers on room side of corridor doors, inside of exterior doors, and stair side of stairway doors from corridors. Closers shall not be visible in corridors, lobbies and other public spaces unless approved by Architect. L. Closer/Holders: Mount closer/holders on room side of corridor doors, inside of exterior doors, and stair side of stairway doors. M. Power Supplies: Locate power supplies as indicated or, if not indicated, above accessible ceilings or in equipment room, or alternate location as directed by Architect. 1. Coordination: Coordinate provision with the security systems provider to mitigate excessive or redundant purchase. 2. Configuration: Provide least number of power supplies required to adequately serve doors with electrified door hardware. N. Thresholds: Set thresholds in full bed of sealant complying with requirements specified in Division 07 Section "Joint Sealants." O. Stops: Provide floor stops for doors unless wall or other type stops are indicated in door hardware schedule. Do not mount floor stops where they may impede traffic or present tripping hazard. P. Perimeter Gasketing: Apply to head and jamb, forming seal between door and frame. Q. Meeting Stile Gasketing: Fasten to meeting stiles, forming seal when doors are closed. R. Door Bottoms: Apply to bottom of door, forming seal with threshold when door is closed. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 087100-19 S. Field-verify existing conditions and measurements prior to ordering hardware. Fill existing hardware cut outs not being used by the new hardware. T. Remove existing hardware not being reused. Tag and bag removed hardware, turn over to Owner. U. Where existing wall conditions will not allow door to swing using the scheduled hinges, provide wide-throw hinges and if needed, extended arms on closers. V. Provide manufacturer’s recommended brackets to accommodate the mounting of closers on doors with flush transoms. 3.4 ADJUSTING A. Initial Adjustment: Adjust and check each operating item of door hardware and each door to ensure proper operation or function of every unit. Replace units that cannot be adjusted to operate as intended. Adjust door control devices to compensate for final operation of heating and ventilating equipment and to comply with referenced accessibility requirements. 1. Spring Hinges: Adjust to achieve positive latching when door is allowed to close freely from an open position of 30 degrees. 2. Electric Strikes: Adjust horizontal and vertical alignment of keeper to properly engage lock bolt. 3. Door Closers: Adjust sweep period to comply with accessibility requirements and requirements of authorities having jurisdiction. B. Occupancy Adjustment: Approximately three months after date of Substantial Completion, Installer shall examine and readjust each item of door hardware, including adjusting operating forces, as necessary to ensure function of doors, door hardware, and electrified door hardware. 3.5 CLEANING AND PROTECTION A. Clean adjacent surfaces soiled by door hardware installation. B. Clean operating items as necessary to restore proper function and finish. C. Provide final protection and maintain conditions that ensure door hardware is without damage or deterioration at time of Substantial Completion. 3.6 DEMONSTRATION A. Provide training for Owner's maintenance personnel to adjust, operate, and maintain door hardware and door hardware finishes. Refer to Division 01 Section "Demonstration and Training." 3.7 DOOR HARDWARE SCHEDULE A. Locksets, exit devices, and other hardware items are referenced in the following hardware sets for series, type and function. Refer to the above-specifications for special features, options, cylinders/keying, and other requirements. B. Do not order material until submittal has been reviewed, stamped, and signed by Architect’s door hardware consultant. C. Hardware Sets: CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 087100-20 94191 OPT0330252 Version 1 HW SET: 01 Door(s): 101.1 101.2 101.3 101.4 101.5 2 EA CONT. HINGE 112XY  710 IVE 1 EA PANIC HARDWARE CD-3547A-EO  710 VON 1 EA PANIC HARDWARE CD-3547A-NL-OP-388  710 VON 2 EA MORTISE CYLINDER 20-001 114 XQ11-949 KA1  613 SCH 1 EA RIM CYLINDER 20-022 KA1  613 SCH 2 EA MORTISE CYLINDER CR1000 77 KWY CAM TO SUIT 613 C-R 1 EA RIM CYLINDER CR3000 77 KWY 613 C-R 2 EA DOOR PULL RE-USE EXISTING DOOR PULL B/O 2 EA SURFACE CLOSER 4040XP SCUSH PROVIDE MTG BRKT, SPCR & PLATE AS REQ'D  695 LCN 1 SET SEALS BY DOOR/FRAME MFR. B/O 2 EA DOOR SWEEP 39D  D ZER 1 EA THRESHOLD 102A OR AS DETAILED  A ZER VERIFY EXISTING CONDITIONS PRIOR TO ORDERING HARDWARE. HW SET: 02 Door(s): 102.1 102.2 102.3 102.4 130.3 130.4 132.2 2 EA CONT. HINGE 112XY  710 IVE 1 EA PANIC HARDWARE CD-3547A-EO  710 VON 1 EA PANIC HARDWARE CD-3547A-NL-OP-388  710 VON 2 EA MORTISE CYLINDER 20-001 114 XQ11-949 KA1  613 SCH 1 EA RIM CYLINDER 20-022 KA1  613 SCH 2 EA MORTISE CYLINDER CR1000 77 KWY CAM TO SUIT 613 C-R 1 EA RIM CYLINDER CR3000 77 KWY 613 C-R 2 EA 90 DEG OFFSET PULL 8190EZHD 12" STD  613 IVE 2 EA SURFACE CLOSER 4040XP SCUSH PROVIDE MTG BRKT, SPCR & PLATE AS REQ'D  695 LCN 1 SET SEALS BY DOOR/FRAME MFR. B/O 2 EA DOOR SWEEP 39D  D ZER 1 EA THRESHOLD 102A OR AS DETAILED  A ZER VERIFY EXISTING CONDITIONS PRIOR TO ORDERING HARDWARE. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 087100-21 HW SET: 03 Door(s): 102A.1 2 EA CONT. HINGE 112XY  710 IVE 1 EA PANIC HARDWARE CD-3547A-EO  710 VON 1 EA PANIC HARDWARE CD-3547A-NL-OP-388  710 VON 2 EA MORTISE CYLINDER 20-001 114 XQ11-949 KA1  613 SCH 1 EA RIM CYLINDER 20-022 KA1  613 SCH 2 EA MORTISE CYLINDER CR1000 77 KWY CAM TO SUIT 613 C-R 1 EA RIM CYLINDER CR3000 77 KWY 613 C-R 2 EA 90 DEG OFFSET PULL 8190EZHD 12" STD  613 IVE 1 EA SURFACE CLOSER 4040XP EDA  695 LCN 1 EA SURFACE CLOSER 4040XP SCUSH PROVIDE MTG BRKT, SPCR & PLATE AS REQ'D  695 LCN 1 EA FLOOR STOP FS18S/FS18L  BLK IVE 1 SET SEALS BY DOOR/FRAME MFR. B/O 2 EA DOOR SWEEP 39D  D ZER 1 EA THRESHOLD 102A OR AS DETAILED  A ZER VERIFY EXISTING CONDITIONS PRIOR TO ORDERING HARDWARE. HW SET: 04 Door(s): 118.2 118.3 134.1 1 EA CONT. HINGE 112XY  710 IVE 1 EA PANIC HARDWARE CD-35A-NL-OP-388  710 VON 1 EA MORTISE CYLINDER 20-001 114 XQ11-949 KA1  613 SCH 1 EA RIM CYLINDER 20-022 KA1  613 SCH 1 EA MORTISE CYLINDER CR1000 77 KWY CAM TO SUIT 613 C-R 1 EA RIM CYLINDER CR3000 77 KWY 613 C-R 1 EA 90 DEG OFFSET PULL 8190EZHD 12" STD  613 IVE 1 EA SURFACE CLOSER 4040XP SCUSH PROVIDE MTG BRKT, SPCR & PLATE AS REQ'D  695 LCN 1 SET SEALS BY DOOR/FRAME MFR. B/O 1 EA DOOR SWEEP 39D  D ZER 1 EA THRESHOLD 102A OR AS DETAILED  A ZER VERIFY EXISTING CONDITIONS PRIOR TO ORDERING HARDWARE. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 087100-22 HW SET: 05 Door(s): 134A.3 1 EA CONT. HINGE 112XY  710 IVE 1 EA PANIC HARDWARE CD-35A-NL-OP-388  710 VON 1 EA MORTISE CYLINDER 20-001 114 XQ11-949 KA1  613 SCH 1 EA RIM CYLINDER 20-022 KA1  613 SCH 1 EA MORTISE CYLINDER CR1000 77 KWY CAM TO SUIT 613 C-R 1 EA RIM CYLINDER CR3000 77 KWY 613 C-R 1 EA DOOR PULL RE-USE EXISTING DOOR PULL B/O 1 EA SURFACE CLOSER 4040XP EDA PROVIDE MTG BRKT, SPCR & PLATE AS REQ'D  695 LCN 1 EA FLOOR STOP FS18S/FS18L  BLK IVE 1 SET SEALS BY DOOR/FRAME MFR. B/O 1 EA DOOR SWEEP 39D  D ZER 1 EA THRESHOLD 102A OR AS DETAILED  A ZER VERIFY EXISTING CONDITIONS PRIOR TO ORDERING HARDWARE. HW SET: 06 Door(s): 148 1 EA SLIDING AUTOMATIC ENTRANCE,SEE SECTION 084229 SAT 1 EA MORTISE CYLINDER CR1000 77 KWY CAM TO SUIT 613 C-R HW SET: 07 Door(s): 100 EXISTING SLIDING DOOR TO REMAIN. HW SET: 08 Door(s): 105 EXISTING HARDWARE TO REMAIN CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 087100-23 HW SET: 09 Door(s): 106.3 107 EXISTING HARDWARE TO REMAIN HW SET: 10 Door(s): 100A 100B 104 116 136.2 138 4 EA HINGE 5BB1 4.5 X 4.5  640 IVE 1 EA STOREROOM LOCK L9080P 03A KA1  613 SCH 1 EA MORTISE CYLINDER CR1000 77 KWY CAM TO SUIT 613 C-R 1 EA SURFACE CLOSER 4040XP REG OR PA AS REQ  695 LCN 1 EA KICK PLATE 8400 10" X 1 1/2" LDW B-CS  613 IVE 1 EA FLOOR STOP FS439  704 IVE 1 EA GASKETING 188SBK PSA  BK ZER VERIFY EXISTING CONDITIONS PRIOR TO ORDERING HARDWARE. HW SET: 11 Door(s): 144 146 4 EA HINGE 5BB1 4.5 X 4.5 NRP  640 IVE 1 EA STOREROOM LOCK L9080P 03A KA1  613 SCH 1 EA MORTISE CYLINDER CR1000 77 KWY CAM TO SUIT 613 C-R 1 EA SURFACE CLOSER 4040XP SCUSH  695 LCN 1 EA KICK PLATE 8400 10" X 1 1/2" LDW B-CS  613 IVE 1 EA GASKETING 188SBK PSA  BK ZER VERIFY EXISTING CONDITIONS PRIOR TO ORDERING HARDWARE. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 087100-24 HW SET: 12 Door(s): 101.6 101.8 128 130.1 130.2 4 EA HINGE 5BB1HW 4.5 X 4.5 NRP  640 IVE 1 EA FIRE EXIT HARDWARE AX-98-L-F-03  710 VON 1 EA RIM CYLINDER 20-022 KA1  613 SCH 1 EA RIM CYLINDER CR3000 77 KWY 613 C-R 1 EA SURFACE CLOSER 4040XP REG OR PA AS REQ  695 LCN 1 EA KICK PLATE 8400 10" X 1 1/2" LDW B-CS  613 IVE 1 EA FLOOR STOP FS439  704 IVE 1 EA GASKETING 188SBK PSA  BK ZER VERIFY EXISTING CONDITIONS PRIOR TO ORDERING HARDWARE. HW SET: 12A Door(s): 118.1 1 EA CONT. HINGE 700CS  710 IVE 1 EA FIRE EXIT HARDWARE AX-98-L-F-03  710 VON 1 EA RIM CYLINDER 20-022 KA1  613 SCH 1 EA RIM CYLINDER CR3000 77 KWY 613 C-R 1 EA SURFACE CLOSER 4040XP REG OR PA AS REQ  695 LCN 1 EA KICK PLATE 8400 10" X 1 1/2" LDW B-CS  613 IVE 1 EA FLOOR STOP FS439  704 IVE 1 EA GASKETING 188SBK PSA  BK ZER VERIFY EXISTING CONDITIONS PRIOR TO ORDERING HARDWARE. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 087100-25 HW SET: 13 Door(s): 101.7 8 EA HINGE 5BB1HW 5 X 4.5 NRP  640 IVE 1 EA FIRE EXIT HARDWARE AX-9827-L-F-LBR-03-499F  710 VON 1 EA FIRE EXIT HARDWARE AX-9827-L-F-LBRAFL-03-499F  710 VON 2 EA RIM CYLINDER 20-022 KA1  613 SCH 2 EA RIM CYLINDER CR3000 77 KWY 613 C-R 2 EA SURFACE CLOSER 4040XP EDA  695 LCN 2 EA KICK PLATE 8400 10" X 1" LDW B-CS  613 IVE 2 EA WALL STOP WS406/407CCV REQUIRES BACKING @ WALL  613 IVE 1 EA GASKETING 188SBK PSA  BK ZER 1 SET MEETING STILE 328D-S  D ZER VERIFY EXISTING CONDITIONS PRIOR TO ORDERING HARDWARE. HW SET: 14 Door(s): 101.9 101.11 8 EA HINGE 5BB1HW 4.5 X 4.5 NRP  640 IVE 1 EA FIRE EXIT HARDWARE AX-9827-L-F-LBR-03-499F  710 VON 1 EA FIRE EXIT HARDWARE AX-9827-L-F-LBRAFL-03-499F  710 VON 2 EA RIM CYLINDER 20-022 KA1  613 SCH 2 EA RIM CYLINDER CR3000 77 KWY 613 C-R 1 EA SURFACE CLOSER 4040XP EDA  695 LCN 1 EA SURFACE CLOSER 4040XP SCUSH  695 LCN 2 EA KICK PLATE 8400 10" X 1" LDW B-CS  613 IVE 1 EA WALL STOP WS406/407CCV REQUIRES BACKING @ WALL  613 IVE 1 EA GASKETING 188SBK PSA  BK ZER 1 SET MEETING STILE 328D-S  D ZER VERIFY EXISTING CONDITIONS PRIOR TO ORDERING HARDWARE. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 087100-26 HW SET: 15 Door(s): 135.1 8 EA HINGE 5BB1HW 4.5 X 4.5 NRP  640 IVE 1 EA FIRE EXIT HARDWARE AX-9827-L-F-LBR-03-499F  710 VON 1 EA FIRE EXIT HARDWARE AX-9827-L-F-LBRAFL-03-499F  710 VON 2 EA RIM CYLINDER 20-022 KA1  613 SCH 2 EA RIM CYLINDER CR3000 77 KWY 613 C-R 2 EA SURFACE CLOSER 4040XP EDA  695 LCN 2 EA KICK PLATE 8400 10" X 1" LDW B-CS  613 IVE 2 EA WALL STOP WS406/407CCV REQUIRES BACKING @ WALL  613 IVE 1 EA GASKETING 188SBK PSA  BK ZER 1 SET MEETING STILE 328D-S  D ZER VERIFY EXISTING CONDITIONS PRIOR TO ORDERING HARDWARE. HW SET: 16 Door(s): 101.10 8 EA HINGE 5BB1HW 5 X 4.5 NRP  640 IVE 1 EA FIRE EXIT HARDWARE AX-9827-L-F-LBR-03-499F  710 VON 1 EA FIRE EXIT HARDWARE AX-9827-L-F-LBRAFL-03-499F  710 VON 2 EA RIM CYLINDER 20-022 KA1  613 SCH 2 EA RIM CYLINDER CR3000 77 KWY 613 C-R 2 EA SURFACE CLOSER 4040XP SCUSH  695 LCN 2 EA KICK PLATE 8400 10" X 1" LDW B-CS  613 IVE 1 EA GASKETING 188SBK PSA  BK ZER 1 SET MEETING STILE 328D-S  D ZER VERIFY EXISTING CONDITIONS PRIOR TO ORDERING HARDWARE. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 087100-27 HW SET: 17 Door(s): 106.1 106.2 1 EA CONT. HINGE 112XY  710 IVE 1 EA CLASSROOM LOCK L9070P 03A KA1  613 SCH 1 EA MORTISE CYLINDER CR1000 77 KWY CAM TO SUIT 613 C-R 1 EA SURFACE CLOSER 4040XP REG OR PA AS REQ  695 LCN 1 EA KICK PLATE 8402 24" X 1 1/2" LDW B-CS  613 IVE 1 EA MAGNET SEM7800 SERIES  695 LCN 1 EA GASKETING 188SBK PSA  BK ZER VERIFY EXISTING CONDITIONS PRIOR TO ORDERING HARDWARE. FOR OPENING 106.2, RELOCATE (E) MAGNETIC HOLD OPEN TO NEW DOOR. WIRE MAGNETIC-HOLDER INTO THE SMOKE/FIRE ALARM SYSTEM FOR IMMEDIATE RELEASE UPON ACTIVATION. HW SET: 18 Door(s): 106.4 4 EA HINGE 5BB1HW 4.5 X 4.5 NRP  613 IVE 1 EA CORRIDOR LOCK L9456P6 03A KA1 L583-363 L283- 711  613 SCH 1 EA MORTISE CYLINDER CR1000 77 KWY CAM TO SUIT 613 C-R 1 EA SURFACE CLOSER 4040XP SCUSH ST-1595  695 LCN 1 EA KICK PLATE 8400 10" X 1 1/2" LDW B-CS  613 IVE 1 SET GASKETING 429D-S  D ZER 1 EA DOOR SWEEP 39D  D ZER 1 EA THRESHOLD 102A OR AS DETAILED  A ZER VERIFY EXISTING CONDITIONS PRIOR TO ORDERING HARDWARE. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 087100-28 HW SET: 19 Door(s): 108 2 EA CONT. HINGE 112XY  710 IVE 1 SET CONST LATCHING BOLT FB51P  630 IVE 1 EA DUST PROOF STRIKE DP1/DP2 AS REQ'D  626 IVE 1 EA STOREROOM LOCK L9080P 03A KA1  613 SCH 1 EA MORTISE CYLINDER CR1000 77 KWY CAM TO SUIT 613 C-R 1 EA COORDINATOR COR X FL  711 IVE 1 EA OH STOP 100S  613 GLY 1 EA SURFACE CLOSER 4040XP REG OR PA AS REQ  695 LCN 1 EA SURFACE CLOSER 4040XP ST-1630  695 LCN 1 EA TOP JAMB MTG PLATE 4040XP-18TJ  695 LCN 2 EA KICK PLATE 8400 10" X 1" LDW B-CS  613 IVE 1 EA FLOOR STOP FS439  704 IVE 1 EA GASKETING 188SBK PSA  BK ZER 1 EA ASTRAGAL 383D  D ZER VERIFY EXISTING CONDITIONS PRIOR TO ORDERING HARDWARE. HW SET: 20 Door(s): 136.1 8 EA HINGE 5BB1HW 4.5 X 4.5 NRP  640 IVE 1 SET CONST LATCHING BOLT FB51P  630 IVE 1 EA DUST PROOF STRIKE DP1/DP2 AS REQ'D  626 IVE 1 EA STOREROOM LOCK L9080P 03A KA1 10-072 7/8" LIP  613 SCH 1 EA MORTISE CYLINDER CR1000 77 KWY CAM TO SUIT 613 C-R 1 EA COORDINATOR COR X FL  711 IVE 2 EA MOUNTING BRACKET MB  BLK IVE 2 EA SURFACE CLOSER 4040XP EDA ST-1754  695 LCN 2 EA KICK PLATE 8400 10" X 1" LDW B-CS  613 IVE 2 EA FLOOR STOP FS439  704 IVE 1 EA GASKETING 188SBK PSA  BK ZER 1 EA ASTRAGAL 383D  D ZER VERIFY EXISTING CONDITIONS PRIOR TO ORDERING HARDWARE. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 087100-29 HW SET: 21 Door(s): 110 112 140 142 4 EA HINGE 5BB1 4.5 X 4.5  640 IVE 1 EA PASSAGE SET L9010 03A  613 SCH 1 EA ELECTRIC STRIKE 6211 FSE 12/16/24/28 VAC/VDC  613 VON 1 EA AUTO OPERATOR & ACTUATORS RE-USE EXISTING B/O 1 EA KICK PLATE 8400 10" X 1 1/2" LDW B-CS  613 IVE 1 EA MOP PLATE 8400 4" X 1" LDW B-CS  613 IVE 1 EA FLOOR STOP FS439  704 IVE 1 EA GASKETING 188SBK PSA  BK ZER VERIFY EXISTING CONDITIONS PRIOR TO ORDERING HARDWARE. HW SET: 22 Door(s): 132.1 4 EA HINGE 5BB1HW 4.5 X 4.5  640 IVE 1 EA CLASSROOM LOCK L9070P 03A KA1  613 SCH 1 EA MORTISE CYLINDER CR1000 77 KWY CAM TO SUIT 613 C-R 1 EA OH STOP 100S  613 GLY 1 EA SURFACE CLOSER 4040XP ST-1630  695 LCN 1 EA TOP JAMB MTG PLATE 4040XP-18TJ  695 LCN 1 EA KICK PLATE 8400 10" X 1 1/2" LDW B-CS  613 IVE 1 EA GASKETING 188SBK PSA  BK ZER VERIFY EXISTING CONDITIONS PRIOR TO ORDERING HARDWARE. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 087100-30 HW SET: 23 Door(s): 134A.1 134A.2 148A 2 EA CONT. HINGE 112XY  710 IVE 1 EA FIRE EXIT HARDWARE AX-9827-EO-F-LBR-499F  710 VON 1 EA FIRE EXIT HARDWARE AX-9827-L-BE-F-LBRAFL-03-499F  710 VON 2 EA SURFACE CLOSER 4040XP EDA  695 LCN 2 EA KICK PLATE 8400 10" X 1" LDW B-CS  613 IVE 2 EA MAGNET SEM7800 SERIES  695 LCN 1 EA GASKETING 188SBK PSA  BK ZER 1 SET MEETING STILE 328D-S  D ZER VERIFY EXISTING CONDITIONS PRIOR TO ORDERING HARDWARE. (E) MAGNETIC HOLD OPEN TO REMAIN. WIRE MAGNETIC-HOLDER INTO THE SMOKE/FIRE ALARM SYSTEM FOR IMMEDIATE RELEASE UPON ACTIVATION. HW SET: 24 Door(s): 152.1 154 3 EA HINGE 5BB1 4.5 X 4.5  640 IVE 1 EA ELECTRIC HINGE 5BB1 4.5 X 4.5 CON TW8  640 IVE 1 EA EU MORTISE LOCK L9092PEU 03A KA1 CON 12/24 VDC  613 SCH 1 EA MORTISE CYLINDER CR1000 77 KWY CAM TO SUIT 613 C-R 1 EA SURFACE CLOSER 4040XP REG OR PA AS REQ  695 LCN 1 EA KICK PLATE 8400 10" X 1 1/2" LDW B-CS  613 IVE 1 EA FLOOR STOP FS439  704 IVE 1 EA GASKETING 188SBK PSA  BK ZER CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 087100-31 HW SET: 25 Door(s): 152.2 4 EA HINGE 5BB1 4.5 X 4.5  640 IVE 1 EA CLASSROOM LOCK L9070P 03A KA1  613 SCH 1 EA MORTISE CYLINDER CR1000 77 KWY CAM TO SUIT 613 C-R 1 EA SURFACE CLOSER 4040XP REG OR PA AS REQ  695 LCN 1 EA KICK PLATE 8400 10" X 1 1/2" LDW B-CS  613 IVE 1 EA FLOOR STOP FS439  704 IVE 1 EA GASKETING 188SBK PSA  BK ZER VERIFY EXISTING CONDITIONS PRIOR TO ORDERING HARDWARE. HW SET: 26 Door(s): 152.3 4 EA HINGE 5BB1 4.5 X 4.5  640 IVE 1 EA OFFICE/ENTRY LOCK L9050P6 03A L583-363  613 SCH 1 EA MORTISE CYLINDER CR1000 77 KWY CAM TO SUIT 613 C-R 1 EA SURFACE CLOSER 4040XP REG OR PA AS REQ  695 LCN 1 EA KICK PLATE 8400 10" X 1 1/2" LDW B-CS  613 IVE 1 EA FLOOR STOP FS439  704 IVE 1 EA GASKETING 188SBK PSA  BK ZER VERIFY EXISTING CONDITIONS PRIOR TO ORDERING HARDWARE. END OF SECTION CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 088000 - 1 SECTION 088000 - GLAZING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Glass for windows storefront framing. 2. Fire rated borrowed-light assemblies. 3. Glazing sealants and accessories. 1.2 COORDINATION A. Coordinate glazing channel dimensions to provide necessary bite on glass, minimum edge and face clearances, and adequate sealant thicknesses, with reasonable tolerances. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. B. Glass Samples: For each type of glass product other than clear monolithic vision glass; 12 inches (300 mm) square. C. Glazing Schedule: List glass types and thicknesses for each size opening and location. Use same designations indicated on Drawings. D. Delegated-Design Submittal: For glass indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation. 1.4 INFORMATIONAL SUBMITTALS A. Preconstruction adhesion and compatibility test report. 1.5 QUALITY ASSURANCE A. Sealant Testing Agency Qualifications: An independent testing agency qualified according to ASTM C1021 to conduct the testing indicated. 1.6 PRECONSTRUCTION TESTING A. Preconstruction Adhesion and Compatibility Testing: Test each glass product, tape sealant, gasket, glazing accessory, and glass-framing member for adhesion to and compatibility with elastomeric glazing sealants. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 088000 - 2 1. Testing is not required if data are submitted based on previous testing of current sealant products and glazing materials matching those submitted. 1.7 WARRANTY A. Manufacturer's Special Warranty for Insulating Glass: Manufacturer agrees to replace insulating-glass units that deteriorate within specified warranty period. Deterioration of insulating glass is defined as failure of hermetic seal under normal use that is not attributed to glass breakage or to maintaining and cleaning insulating glass contrary to manufacturer's written instructions. Evidence of failure is the obstruction of vision by dust, moisture, or film on interior surfaces of glass. 1. Warranty Period: 10 years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Basis-of-Design Product: Subject to compliance with requirements, provide product indicated or comparable product by one of the following: 1. Guardian Glass; SunGuard. 2. Hartung Glass Industries. 3. JE Berkowitz, LP. 4. Northwestern Industries, Inc. 5. Oldcastle BuildingEnvelope™. 6. Pilkington North America. 7. Schott North America, Inc. 8. Tecnoglass. 9. Trulite Glass & Aluminum Solutions, LLC. 10. Vetrotech Saint-Gobain. 11. Viracon, Inc. 12. Vitro Architectural Glass. B. Source Limitations for Glass: Obtain from single source from single manufacturer for each glass type. 1. Obtain insulated glass from single source from single manufacturer. C. Source Limitations for Glazing Accessories: Obtain from single source from single manufacturer for each product and installation method. 2.2 PERFORMANCE REQUIREMENTS A. Delegated Design: Engage a qualified professional engineer, as defined in Section 014000 "Quality Requirements," to design glazing. B. Structural Performance: Glazing shall withstand the following design loads within limits and under conditions indicated determined according to the CBC and ASTM E1300. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 088000 - 3 1. Differential Shading: Design glass to resist thermal stresses induced by differential shading within individual glass lites. C. Safety Glazing: Where safety glazing is indicated, provide glazing that complies with 16 CFR 1201, Category II. D. Fire-Rated glass refer to section 088813. E. Thermal and Optical Performance Properties: Provide glass with performance properties specified, as indicated in manufacturer's published test data, based on procedures indicated below: 1. U-Factors: Center-of-glazing values, according to NFRC 100 and based on LBL's WINDOW 5.2 computer program, expressed as Btu/sq. ft. x h x deg F (W/sq. m x K). 2. Solar Heat-Gain Coefficient and Visible Transmittance: Center-of-glazing values, according to NFRC 200 and based on LBL's WINDOW 5.2 computer program. 3. Visible Reflectance: Center-of-glazing values, according to NFRC 300. 2.3 SUSTAINABILITY REQUIREMENTS A. Comply with applicable provisions in the CGBC. 2.4 GLASS PRODUCTS, GENERAL A. Glazing Publications: Comply with published recommendations of glass product manufacturers and organizations below unless more stringent requirements are indicated. See these publications for glazing terms not otherwise defined in this Section or in referenced standards. 1. GANA Publications: "Glazing Manual." 2. IGMA Publication for Insulating Glass: SIGMA TM-3000, "North American Glazing Guidelines for Sealed Insulating Glass Units for Commercial and Residential Use." B. Safety Glazing Labeling: Where safety glazing is indicated, permanently mark glazing with certification label of the SGCC or another certification agency acceptable to authorities having jurisdiction. Label shall indicate manufacturer's name, type of glass, thickness, and safety glazing standard with which glass complies. C. Insulating-Glass Certification Program: Permanently marked either on spacers or on at least one component lite of units with appropriate certification label of IGCC. D. Thickness: Where glass thickness is indicated, it is a minimum. Provide glass that complies with performance requirements and is not less than the thickness indicated. E. Strength: 1. Where annealed float glass is indicated, provide annealed float glass, heat-strengthened float glass, or fully tempered float glass as needed to comply with "Performance Requirements" Article. 2. Where heat-strengthened float glass is indicated, provide heat-strengthened float glass or fully tempered float glass as needed to comply with "Performance Requirements" Article. 3. Where fully tempered float glass is indicated, provide fully tempered float glass. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 088000 - 4 2.5 GLASS PRODUCTS A. Clear Annealed Float Glass: ASTM C1036, Type I, Class 1 (clear), Quality-Q3. B. Fully Tempered Float Glass: ASTM C1048, Kind FT (fully tempered), Condition A (uncoated) unless otherwise indicated, Type I, Class 1 (clear) or Class 2 (tinted) as indicated, Quality-Q3. C. Heat-Strengthened Float Glass: ASTM C1048, Kind HS (heat strengthened), Type I, Condition A (uncoated) unless otherwise indicated, Type I, Class 1 (clear) or Class 2 (tinted) as indicated, Quality-Q3. 2.6 INSULATING GLASS A. Insulating-Glass Units: Factory-assembled units consisting of sealed lites of glass separated by a dehydrated interspace, qualified according to ASTM E2190. 1. Sealing System: Dual seals. 2. Perimeter Spacer: a. Basis-of-Design Product: Glasswerks G3 Super Spacer. Construction complying with the following requirements: 1) Spacer Material: G3 Tri-Seal Super Spacer. 2) Color: Black unless otherwise indicated. 3) Corner Construction: Manufacturer's standard corner construction. a) Thermoset structural silicone containing no-metal with integral 3A desiccant molecular sieve not less than 47 percent by weight. 4) PIB primary seal. 5) Silicone, Polyurethane, Polysulfide, DSE/DSA’s, or Hot Melt secondary seal. 6) Pressure-sensitive acrylic adhesive. 7) Pre-applied advanced multi-layer vapor barrier. b. Desiccant: Molecular sieve or silica gel, or a blend of both. 2.7 GLAZING SEALANTS A. General: 1. Compatibility: Compatible with one another and with other materials they contact, including glass products, seals of insulating-glass units, and glazing channel substrates, under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience. 2. Suitability: Comply with sealant and glass manufacturers' written instructions for selecting glazing sealants suitable for applications indicated and for conditions existing at time of installation. 3. Colors of Exposed Glazing Sealants: As indicated on Drawings or, if not indicated, as selected by Architect from manufacturer's full range. B. Glazing Sealant: CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 088000 - 5 1. Neutral-curing silicone glazing sealant complying with ASTM C920, Type S, Grade NS, Class 100/50, Use NT. a. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, thefollowing: 1) Dow Corning Corporation. 2) GE Construction Sealants; Momentive Performance Materials Inc. 3) May National Associates, Inc.; a subsidiary of Sika Corporation. 4) Sika Corporation. 5) Tremco Incorporated. 2.8 GLAZING TAPES A. Back-Bedding Mastic Glazing Tapes: Preformed, butyl-based, 100 percent solids elastomeric tape; nonstaining and nonmigrating in contact with nonporous surfaces; with or without spacer rod as recommended in writing by tape and glass manufacturers for application indicated; and complying with ASTM C1281 and AAMA 800 for products indicated below: 1. AAMA 806.3 tape, for glazing applications in which tape is subject to continuous pressure. 2. AAMA 807.3 tape, for glazing applications in which tape is not subject to continuous pressure. 2.9 MISCELLANEOUS GLAZING MATERIALS A. Cleaners, Primers, and Sealers: Types recommended by sealant or gasket manufacturer. B. Setting Blocks: 1. EPDM, silicone, neoprene, or santoprene with a Shore A durometer hardness of 85, plus or minus5. 2. Type recommended by sealant or glass manufacturer. C. Spacers: 1. Neoprene blocks or continuous extrusions of hardness required by glass manufacturer to maintain glass lites in place for installation indicated. 2. Type recommended by sealant or glass manufacturer. D. Edge Blocks: 1. EPDM, silicone, neoprene, or santoprene with a Shore A durometer hardness per manufacturer's written instructions. 2. Type recommended by sealant or glass manufacturer. E. Cylindrical Glazing Sealant Backing: ASTM C1330, Type O (open-cell material), of size and density to control glazing sealant depth and otherwise produce optimum glazing sealant performance. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 088000 - 6 PART 3 - EXECUTION 3.1 GLAZING, GENERAL A. Comply with combined written instructions of manufacturers of glass, sealants, gaskets, and other glazing materials, unless more stringent requirements are indicated, including those in referenced glazing publications. B. Protect glass edges from damage during handling and installation. Remove damaged glass from Project site and legally dispose of off Project site. Damaged glass includes glass with edge damage or other imperfections that, when installed, could weaken glass, impair performance, or impair appearance. C. Apply primers to joint surfaces where required for adhesion of sealants, as determined by preconstruction testing. D. Install setting blocks in sill rabbets, sized and located to comply with referenced glazing publications, unless otherwise required by glass manufacturer. Set blocks in thin course of compatible sealant suitable for heel bead. E. Do not exceed edge pressures stipulated by glass manufacturers for installing glass lites. F. Provide spacers for glass lites where length plus width is larger than 50 inches (1270 mm). G. Provide edge blocking where indicated or needed to prevent glass lites from moving sideways in glazing channel, as recommended in writing by glass manufacturer and according to requirements in referenced glazing publications. 3.2 TAPE GLAZING A. Position tapes on fixed stops so that, when compressed by glass, their exposed edges are flush with or protrude slightly above sightline of stops. B. Install tapes continuously, but not necessarily in one continuous length. Do not stretch tapes to make them fit opening. C. Cover vertical framing joints by applying tapes to heads and sills first, then to jambs. Cover horizontal framing joints by applying tapes to jambs, then to heads and sills. D. Place joints in tapes at corners of opening with adjoining lengths butted together, not lapped. Seal joints in tapes with compatible sealant approved by tape manufacturer. E. Apply heel bead of elastomeric sealant where indicated and where recommended by manufacturer. F. Center glass lites in openings on setting blocks, and press firmly against tape by inserting dense compression gaskets formed and installed to lock in place against faces of removable stops. Start gasket applications at corners and work toward centers of openings. G. Apply cap bead of elastomeric sealant over exposed edge of tape where indicated and where recommended by manufacturer. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 088000 - 7 3.3 GASKET GLAZING (DRY) A. Cut compression gaskets to lengths recommended by gasket manufacturer to fit openings exactly, with allowance for stretch during installation. B. Insert soft compression gasket between glass and frame or fixed stop so it is securely in place with joints miter cut and bonded together at corners. C. Installation with Drive-in Wedge Gaskets: Center glass lites in openings on setting blocks, and press firmly against soft compression gasket by inserting dense compression gaskets formed and installed to lock in place against faces of removable stops. Start gasket applications at corners and work toward centers of openings. Compress gaskets to produce a weathertight seal without developing bending stresses in glass. Seal gasket joints with sealant recommended by gasket manufacturer. D. Installation with Pressure-Glazing Stops: Center glass lites in openings on setting blocks, and press firmly against soft compression gasket. Install dense compression gaskets and pressure-glazing stops, applying pressure uniformly to compression gaskets. Compress gaskets to produce a weathertight seal without developing bending stresses in glass. Seal gasket joints with sealant recommended by gasket manufacturer. E. Install gaskets so they protrude past face of glazing stops. 3.4 SEALANT GLAZING (WET) A. Install continuous spacers, or spacers combined with cylindrical sealant backing, between glass lites and glazing stops to maintain glass face clearances and to prevent sealant from extruding into glass channel and blocking weep systems until sealants cure. Secure spacers or spacers and backings in place and in position to control depth of installed sealant relative to edge clearance for optimum sealant performance. B. Force sealants into glazing channels to eliminate voids and to ensure complete wetting or bond of sealant to glass and channel surfaces. C. Tool exposed surfaces of sealants to provide a substantial wash away from glass. 3.5 CLEANING AND PROTECTION A. Immediately after installation remove nonpermanent labels and clean surfaces. B. Protect glass from contact with contaminating substances resulting from construction operations. Examine glass surfaces adjacent to or below exterior concrete and other masonry surfaces at frequent intervals during construction, but not less than once a month, for buildup of dirt, scum, alkaline deposits, or stains. 1. If, despite such protection, contaminating substances do come into contact with glass, remove substances immediately as recommended in writing by glass manufacturer. Remove and replace glass that cannot be cleaned without damage to coatings. C. Remove and replace glass that is damaged during construction period. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 088000 - 8 3.6 INSULATING GLASS SCHEDULE A. Clear insulating glass. 1. Overall Unit Thickness: 1 inch (25 mm). 2. Minimum Thickness of Each Glass Lite: 6 mm. 3. Outdoor Lite: Tinted (color to match existing), heat-strengthened, float glass; provide clear, fully tempered, float glass where indicated and where required. 4. Interspace Content: Air. 5. Indoor Lite: Clear, heat-strengthened, float glass; provide clear, fully tempered, float glass where indicated and where required. 6. Provide safety glazing where indicated and where required. END OF SECTION 088000 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 088813 -- 1 SECTION 08 88 13 - FIRE-RATED GLASS – FIRELITE PLUS® PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Fire-rated glazing materials installed as vision lights in fire-rated doors. 2. Fire-rated glazing materials installed as transoms, borrowed lites, windows in fire-rated frames. B. Related Sections include the following: 1. Section 08 11 00 “Metal Doors and Frames” for vision panels in interior doors and interior vision panel (borrowed lites) frames. 2. Section 08 14 16 “Flush Wood Doors” for vision panels in interior doors. 3. Section 08 14 33 “Stile and Rail Wood Doors” for vision panels in interior doors. 1.2 REFERENCES A. American Society for Testing and Materials (ASTM): 1. ASTM E2010-01: Standard Test Method for Positive Pressure Fire Tests of Window Assemblies. B. American National Standards Institute (ANSI): 1. ANSI Z97.1: Standard for Safety Glazing Materials Used in Buildings C. Consumer Product Safety Commission (CPSC): 1. CPSC 16 CFR 1201: Safety Standard for Architectural Glazing Materials D. Glass Association of North America (GANA): 1. GANA – Glazing Manual. 2. FGMA – Sealant Manual. E. National Fire Protection Association (NFPA): 1. NFPA 80: Fire Doors and Windows. 2. NFPA 252 – Fire Tests of Door Assemblies. 3. NFPA 257 – Fire Tests of Window Assemblies. F. Underwriters Laboratories, Inc. (UL): 1. UL 9 – Fire Tests of Window Assemblies. 2. UL 10B – Fire Tests of Door Assemblies. 3. UL 10C – Positive Pressure Fire Tests of Door Assemblies. G. Standard Council of Canada: 1. CAN/ULC-S101 Standard Test of Fire Endurance Tests of Building Construction and Materials 2. CAN/ULC-S104 Standard Method of Fire Tests of Door Assemblies 3. CAN/ULC-S106 Standard Method of Fire Tests of Window and Glass Block Assemblies 1.3 DEFINITIONS CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 088813 -- 2 A. Manufacturer: A firm that produces primary glass, fabricated glass or framing as defined in referenced glazing publications. 1.4 SUBMITTALS A. Comply with requirements of Section 01 33 00 B. Product Data: Submit manufacturer’s technical data for each glazing material required, including installation and maintenance instructions. C. Certificates of compliance from glass and glazing materials manufacturers attesting that glass and glazing materials furnished for project comply with requirements. Separate certification will not be required for glazing materials bearing manufacturer’s permanent label designating type and thickness of glass, provided labels represent a quality control program involving a recognized certification agency or independent testing laboratory acceptable to authority having jurisdiction. D. Product Test Listings: From UL indicating fire-rated glass complies with requirements, based on comprehensive testing of current product. E. Samples: Submit, for verification purposes, approx. 8-inch by 10-inch sample for each type of glass indicated. 1.5 QUALITY ASSURANCE A. Glazing Standards: FGMA Glazing Manual and Sealant Manual. B. Fire Protective Rated Glass: Each lite shall bear permanent, non-removable label of UL certifying it for use in tested and rated fire protective assemblies. C. Fire Protective Glazing Products for Door Assemblies: Products identical to those tested per UL 10B, classified and labeled by UL. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle materials under provisions of Section 01 60 00<Insert Section #>. B. Deliver materials to specified destination in manufacturer or distributor’s packaging, undamaged, complete with installation instructions. C. Store off ground, under cover, protected from weather and construction activities. 1.7 WARRANTY A. Provide manufacturer's limited warranty. PART 2 - PRODUCTS 2.1 MANUFACTURERS- (ACCEPTABLE MANUFACTURER/PRODUCTS) CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 088813 -- 3 A. Manufacturer: FireLite Plus® as manufactured by Nippon Electric Glass Company, Ltd., and distributed by Technical Glass Products, 8107 Bracken Place SE, Snoqualmie, WA 98065 phone (800.426.0279) fax (425.396.8300) e-mail tgp.sales@allegion.com, web site http://www.fireglass.com 2.2 PERFORMANCE REQUIREMENTS A. Fire-rated glass ceramic clear and wireless glazing material listed for use in non-impact safety-rated locations such as transoms and borrowed lites with fire rating requirements ranging from 20 to 90 minutes with required hose stream test. B. Passes positive pressure test standards UL 10C. 2.3 MATERIALS-GLASS A. Properties: 1. Thickness: 5/16 inch [8 mm] overall. 2. Weight: 4 lbs./sq. ft. 3. Approximate Visible Transmission: 85 percent. 4. Approximate Visible Reflection: 9 percent. 5. Fire-rating: 20 minutes to 3 hours for doors; 20 minutes to 90 minutes for other applications. 6. Impact Safety Resistance: ANSI Z97.1 and CPSC 16CFR1201 (Cat. I and II). 7. STC Rating: Approximately 38 dB. 8. Surface Finish: a. Standard Grade is polished for a surface quality that is comparable to alternative fire-rated ceramics marketed as having a premium finish. b. Premium Grade is finish ground and polished on both surfaces to provide superior surface quality, improving overall clarity and providing a surface that is unmatched by alternative products. 9. Positive Pressure Test: UL 10C; passes. B. Maximum sheet sizes based on surface finish: 1. Premium: 48 inches by 96 inches. 2. Standard: 48 inches by 96 inches. C. Labeling: Permanently label each piece of FireLite Plus® with the FireLite Plus® logo, UL logo and fire rating in sizes up to 3,325 sq. in., and with the FireLite Plus® label only for sizes that exceed the listing (as approved by the local authority having jurisdiction). D. Fire Rating: Fire rating classified and labeled by UL for fire rating scheduled at opening locations on drawings, when tested in accordance with [ASTM E2010-01] [ULC Standards CAN4 S-104 and CAN4 S-106] [NPFA 252 and NFPA 257] [UL 9, UL 10B and UL 10C]. E. Substitutions: Requests for substitutions will be considered in accordance with provisions of Section 012500 - Product Requirements. 2.4 GLAZING COMPOUND FOR FIRE-RATED GLAZING MATERIALS CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 088813 -- 4 A. Glazing Tape: Closed cell polyvinyl chloride (PVC) foam, coiled on release paper over adhesive on two sides, maximum water absorption by volume of 2 percent. Glass panels that exceed 1,393 sq. inches for 90-minute ratings must be glazed with fire-rated glazing tape supplied by manufacturer. B. Glazing Compound: DAP 33 putty. C. Silicone Sealant: One-part neutral curing silicone, medium modulus sealant, Type S; Grade NS; Class 25 with additional movement capability of 50 percent in both extension and compression (total 100 percent); Use (Exposure) NT; Uses (Substrates) G, A, and O as applicable. Available Products: 1. Dow Corning 795 - Dow Corning Corp. 2. Silglaze-II 2800 - General Electric Co. 3. Spectrem 2 - Tremco Inc.] D. Setting Blocks: Neoprene, EPDM, or silicone; tested for compatibility with glazing compound; of 70 to 90 Shore A hardness. E. Cleaners, Primers, and Sealers: Type recommended by manufacturer of glass and gaskets. 2.5 FABRICATION A. Fabricate glass and other glazing products in sizes required to glaze openings indicated for Project, with edge and face clearances, edge and surface conditions, and bite complying with recommendations of product manufacturer and referenced glazing standard as required to comply with system performance requirements. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine glass framing, with glazier present, for compliance with the following: 1. Manufacturing and installation tolerances, including those for size, squareness, offsets at corners. 2. Minimum required face or edge clearances. 3. Observable edge damage or face imperfections. B. Do not proceed with glazing until unsatisfactory conditions have been corrected. C. Clean glazing channels and other framing members receiving glass immediately before glazing. Remove coatings that are not firmly bonded to substrates. 3.2 INSTALLATION (GLAZING) A. Comply with referenced FGMA standards and instructions of manufacturers of glass, glazing sealants, and glazing compounds. B. Protect glass from edge damage during handling and installation. Inspect glass during installation and discard pieces with edge damage that could affect glass performance. C. Set units of glass in each series with uniformity of pattern, draw, bow, and similar characteristics. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 088813 -- 5 D. Cut glazing tape to length and set against permanent stops, flush with sight lines to fit openings exactly, with stretch allowance during installation. E. Place setting blocks located at quarter points of glass with edge block no more than 6 inches from corners. F. Glaze vertically into labeled fire-rated metal frames or partition walls with same fire rating as glass and push against tape for full contact at perimeter of pane or unit. G. Place glazing tape on free perimeter of glazing in same manner described above. H. Install removable stop and secure without displacement of tape. I. [Use specified glazing compound, without adulteration; bed glazing material in glazing compound; entirely fill all recess and spaces. Provide visible glazing compound with smooth and straight edges.] J. Install in vision panels in fire-rated doors to requirements of NFPA 80. K. Install so that appropriate [UL] [FireLite Plus®] markings remain permanently visible. 3.3 PROTECTION AND CLEANING A. Protect glass from contact with contaminating substances resulting from construction operations. Remove any such substances by method approved by glass manufacturer. B. Wash glass on both faces not more than four days prior to date scheduled for inspections intended to establish date of substantial completion. Wash glass by method recommended by glass manufacturer. 3.4 GLAZING SCHEDULE Rating Assembly Max. Exposed Area (Sq. In.) Max. Width Of Exposed Glazing (In.) OR Max. Height Of Exposed Glazing (In.) Stop Height 20 min. Doors HMS or Wood* Fireframes D.S. Other than doors HMS or Wood Fireframes D.S. 3,204 3,204 3,325 3,325 36 36 95 95 89 89 95 95 5/8” 3/4" 5/8” 3/4" 45 min. Doors HMS or Wood Fireframes D.S. Other than doors HMS or Wood Fireframes D.S. 3,204 3,204 3,325 3,325 36 36 95 95 89 89 95 95 5/8” 3/4" 5/8” 3/4" 60 min. Doors (non-temp rise) HMS or Wood Fireframes D.S. Doors (temp rise) Other than doors HMS or Wood Fireframes D.S. 3,204 3,204 100 3,325 3,325 36 36 12 95 95 89 89 33 95 95 5/8” 3/4" 5/8” 5/8” 3/4" 90 min. Doors (non-temp rise) 2,034 36 56 ½” 3/4” CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 088813 -- 6 Doors (temp rise) Other than doors HMS Fireframes D.S. 100 2,627 2,627 12 56 ½” 56 ½” 33 56 ½” 56 ½” 1/2” 5/8” 3/4" 3 hours Doors 100 12 33 1/2” * HMS indicates hollow metal steel framing. Fireframes D.S. indicates Designer Series narrow profile framing. For wood frames, check with manufacturer for maximum tested glass sizes. END OF SECTION CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 092216 - 1 SECTION 092216 - NON-STRUCTURAL METAL FRAMING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Non-load-bearing steel framing systems for interior partitions. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product. 1.3 INFORMATIONAL SUBMITTALS A. Product certificates. B. Evaluation reports. 1.4 QUALITY ASSURANCE A. Code-Compliance Certification of Studs and Tracks: Provide documentation that framing members are certified according to the product-certification program of the Certified Steel Stud Association, the Steel Framing Industry Association, or the Steel Stud Manufacturers Association. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Seismic Performance: Suspended ceilings and soffits shall withstand the effects of earthquake motions determined according to ASCE/SEI 7. B. Fire-Test-Response Characteristics: For fire-resistance-rated assemblies that incorporate non-load- bearing steel framing, provide materials and construction identical to those tested in assembly indicated, according to ASTM E119 by an independent testing agency. C. STC-Rated Assemblies: For STC-rated assemblies, provide materials and construction identical to those tested in assembly indicated on Drawings, according to ASTM E90 and classified according to ASTM E413 by an independent testing agency. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 092216 - 2 2.2 REGULATORY REQUIREMENTS A. All insulation provided for use on this project shall be identified as required by Section 12-13-1557 of the California Referenced Standards Code (Part 12, Title 24, C.C.R.); Chapter 12-13 "Standards For Insulating Material", (See Part 6, Title 24, C.C.R.); Department Of Consumer Affairs, Bureau of Home Furnishings and Thermal Insulation; Article 3: "Standards for Insulating Material". 2.3 SUSTAINABILITY REQUIREMENTS A. Comply with applicable provisions in the CGBC. 2.4 FRAMING SYSTEMS A. Framing Members, General: Comply with ASTM C754 for conditions indicated. 1. Steel Sheet Components: Comply with ASTM C645 requirements for steel unless otherwise indicated. 2. Protective Coating: ASTM A653/A653M, G40 (Z120), hot-dip galvanized unless otherwise indicated. B. Studs and Tracks: ASTM C645. Use either conventional steel studs and tracks or embossed, high- strength steel studs and tracks. 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. CEMCO; California Expanded Metal Products Co. b. Custom Stud. c. MBA Building Supplies. d. MRI Steel Framing, LLC. e. Phillips Manufacturing Co. f. Telling Industries. 2. Minimum Base-Steel Thickness: As indicated on Drawings. 3. Depth: As indicated on Drawings. C. Slip-Type Head Joints: Where indicated, provide one of the following: 1. Single Long-Leg Track System: ASTM C645 top track with 2 inch (51 mm) deep flanges in thickness not less than indicated for studs, installed with studs friction fit into top track and with continuous bridging located within 12 inches (305 mm) of the top of studs to provide lateral bracing. 2. Double-Track System: ASTM C645 top outer tracks, inside track with 2 inch (51 mm) deep flanges in thickness not less than indicated for studs and fastened to studs, and outer track sized to friction-fit over inner track. 3. Deflection Track: Steel sheet top track manufactured to prevent cracking of finishes applied to interior partition framing resulting from deflection of structure above; in thickness not less than indicated for studs and in width to accommodate depth of studs. 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) CEMCO; California Expanded Metal Products Co 2) ClarkDietrich. 3) MBA Building Supplies. 4) Metal-Lite. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 092216 - 3 5) Perfect Wall, Inc. 6) Telling Industries. D. Firestop Tracks: Top track manufactured to allow partition heads to expand and contract with movement of structure while maintaining continuity of fire-resistance-rated assembly indicated; in thickness not less than indicated for studs and in width to accommodate depth of studs. 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. CEMCO; California Expanded Metal Products Co. b. ClarkDietrich. c. Fire Trak Corp. d. Metal-Lite. e. Perfect Wall, Inc. E. Flat Strap and Backing Plate: Steel sheet for blocking and bracing in length and width 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. ClarkDietrich. b. MRI Steel Framing, LLC. 2. Minimum Base-Steel Thickness: As indicated on Drawings but not less than 0.0329 inch (0.836 mm) (20 gage nominal). F. Cold-Rolled Channel Bridging: Steel, with not less than 1/2 inch (13 mm) wide flanges. 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. ClarkDietrich. b. MarinoWARE. c. MRI Steel Framing, LLC. d. SCAFCO Steel Stud Company. e. Steel Construction Systems. 2. Minimum Base-Steel Thickness: As indicated on Drawings but not less than 0.0538 inch (1.367 mm) (16 gage nominal). 3. Depth: As indicated on Drawings. 4. Clip Angle: Not less than 1-1/2 by 1-1/2 inches (38 by 38 mm), galvanized steel. a. Minimum Base-Steel Thickness: As indicated on Drawings but not less than 0.0677 inch (1.720 mm) (14 gage nominal). 2.5 AUXILIARY MATERIALS A. General: Provide auxiliary materials that comply with referenced installation standards. 1. Fasteners for Steel Framing: Of type, material, size, corrosion resistance, holding power, and other properties required to fasten steel members to substrates. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 092216 - 4 B. Isolation Strip at Exterior Walls: Provide one of the following: 1. Asphalt-Saturated Organic Felt: ASTM D226/D226M, Type I (No. 15 asphalt felt), nonperforated. 2. Foam Gasket: Adhesive-backed, closed-cell vinyl foam strips that allow fastener penetration without foam displacement, 1/8 inch (3.2 mm) thick, in width to suit steel stud . C. Acoustical Sealant: As specified in Section 079219 "Acoustical Joint Sealants." D. Sound Attenuation Blankets: As specified in Section 092900 "Gypsum Board." PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Installation Standard: ASTM C754. 1. Gypsum Board Assemblies: Also comply with requirements in ASTM C840 that apply to framing installation. B. Install framing and accessories plumb, square, and true to line, with connections securely fastened. C. Install supplementary framing, and blocking to support fixtures, equipment services, heavy trim, grab bars, toilet accessories, furnishings, or similar construction. D. Install bracing at terminations in assemblies. E. Do not bridge building control and expansion joints with non-load-bearing steel framing members. Frame both sides of joints independently. 3.2 INSTALLING FRAMED ASSEMBLIES A. Install framing system components according to spacings indicated, but not greater than spacings required by referenced installation standards for assembly types. 1. Single-Layer Application: 16 inches (406 mm) o.c. unless otherwise indicated. 2. Multilayer Application: 16 inches (406 mm) o.c. unless otherwise indicated. 3. Tile Backing Panels: 16 inches (406 mm) o.c. unless otherwise indicated. B. Where studs are installed directly against exterior masonry walls or dissimilar metals at exterior walls, install isolation strip between studs and exterior wall. C. Install studs so flanges within framing system point in same direction. D. Install tracks at floors and overhead supports. Extend framing full height to structural supports or substrates above suspended ceilings except where partitions are indicated to terminate at suspended ceilings. Continue framing around ducts that penetrate partitions above ceiling. 1. Slip-Type Head Joints: Where framing extends to overhead structural supports, install to produce joints at tops of framing systems that prevent axial loading of finished assemblies. 2. Door Openings: Screw vertical studs at jambs to jamb anchor clips on door frames; install track section (for cripple studs) at head and secure to jamb studs. a. Install two studs at each jamb unless otherwise indicated. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 092216 - 5 b. Install cripple studs at head adjacent to each jamb stud, with not less than 1/2 inch (13 mm) clearance from jamb stud to allow for installation of control joint in finished assembly. c. Extend jamb studs through suspended ceilings and attach to underside of overhead structure. 3. Other Framed Openings: Frame openings other than door openings the same as required for door openings unless otherwise indicated. Install framing below sills of openings to match framing required above door heads. 4. Fire-Resistance-Rated Partitions: Install framing to comply with fire-resistance-rated assembly indicated and support closures and to make partitions continuous from floor to underside of solid structure. a. Firestop Track: Where indicated, install to maintain continuity of fire-resistance-rated assembly indicated. 5. Sound-Rated Partitions: Install framing to comply with sound-rated assembly indicated. END OF SECTION 092216 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 09 24 00 - 1 SECTION 092400 – PORTLAND CEMENT PLASTER PART 1 - GENERAL 1.1 SECTION INCLUDES A. Supply and Installation of LaHabra FastWall® 100 Stucco Assemblies 1.2 RELATED SECTIONS A. Section 06 16 00 - Sheathing B. Section 07 25 00 - Weather Barriers C. Section 07 62 00 - Sheet Metal Flashing and Trim D. Section 07 90 00 - Joint Protection E. Section 08 50 00 - Windows F. Section 09 21 16 - Gypsum Board Assemblies 1.3 REFERENCES A. ASTM C144 - Standard Specification for Aggregate for Masonry Mortar B. ASTM C578 - Specification for Preformed, Cellular Polystyrene Thermal Insulation C. ASTM C847 - Standard Specification for Metal Lath D. ASTM C897 - Standard Specification for Aggregate for Job-Mixed Portland Cement-Based Plaster E. ASTM C926 - Standard Specification for Application of Portland Cement-Based Plaster F. ASTM C933 - Standard Specification for Welded Wire Lath G. ASTM C1032 - Standard Specification for Woven Wire Plaster Base H. ASTM C1063 - Standard Specification for Installation of Lathing and Furring for Portland Cement Based Plaster I. ASTM C1177 - Specification for Glass Mat Gypsum for Use as Sheathing J. ASTM C1278 - Specification for Fiber-Reinforced Gypsum Panel K. ASTM C1396 - Standard Specification for Gypsum Board L. ASTM E84 - Test Method for Surface Burning Characteristics of Building Materials M. ASTM E119 - Method for Fire Tests of Building Construction and Materials N. ASTM E330 - Test Method for Structural Performance of Windows, Curtain Walls, and Doors by Uniform Static air Pressure Difference O. ASTM G153 - Standard Practice for Operating Enclosed Carbon Arc Light Apparatus for Exposure of Nonmetallic Materials P. ICC Acceptance Criteria 219 - Acceptance Criteria for Exterior Insulation And Finish Systems Q. ICC Acceptance Criteria 11 - Acceptance Criteria for Cementitious Exterior Wall Coatings 1.1 ASSEMBLY DESCRIPTION A. LaHabra FastWall 100 Stucco Assembly: A code complying water resistive barrier, wire fabric or metal lath, Fastwall Stucco Base (Fastwall Stucco Base Concentrate or Fastwall Stucco Base Sanded) and an acrylic or elastomeric based finish coat. -OR- A. LaHabra FastWall 100 Krak-Shield™ Stucco Assembly: A code complying water resistive barrier, wire fabric or metal lath, Fastwall Stucco Base (Fastwall Stucco Base Concentrate or Fastwall Stucco Base Sanded), Parex USA reinforcing mesh embedded in Parex USA Stucco Level Coat, and an acrylic or CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 09 24 00 - 2 elastomeric based finish coat. 1.2 SUBMITTALS A. General: Submit Samples, Evaluation Reports and manufacturers product datasheets in accordance with Division 1 General Requirements Submittal Section. B. Samples: Submit samples for approval. Samples shall be of materials specified and of suitable size as required to accurately represent each color and texture used on project. Prepare each sample using same tools and techniques for actual project application. Maintain and make available, at job site, approved samples. C. Manufacturer's Warranty: Submit sample copies of Manufacturer's Warranty indicating Single Source Responsibility for Water Stucco Base coat, finish coat and optional Primer, level coat and reinforcing mesh as specified. 1.3 QUALITY ASSURANCE A. Qualifications: 1. Manufacturer: Shall have marketed stucco assemblies in United States for at least five years and shall have completed projects of same general scope and complexity. 2. Applicator: Shall be experienced and competent in installation of stucco materials, and shall provide evidence of a minimum of 5 years experience in work similar to that required by this section. B. LaHabra FastWall 100 Stucco Functional Criteria: 1. General: Stucco application shall be to vertical substrates or to substrates sloped for positive drainage. Substrates sloped for drainage shall have additional protection from weather exposure that might be harmful to coating performance. 2. Testing to meet International Code Council Acceptance Criteria AC11 3. Performance Requirements Fastwall Method ICC AC 11 Criteria Results Accelerated Weathering ASTM G153 2000 Hours No deleterious effect Freeze-Thaw Resistance ICC AC 11 10 cycles Pass Transverse Wind Load Resistance ASTM E330 Meet Design Loads Refer to ICC-ES ESR- 2564 Fire Resistance ASTM E119 One hour fire Refer to ICC-ES ESR- 2564 Drainage ICC AC 11 90% Refer to ICC-ES ESR- 2564 Acrylic Finish Method ICC or ASTM Criteria Results Accelerated Weathering ASTM G153 (ASTM G 23) ASTM G154 No deleterious effects at 2000 hours when viewed under 5x magnification 2000 Hours: no deleterious effect Freeze/Thaw Resistance ASTM E2485 No deleterious effects at 10 cycles when viewed under 5x magnification 60 cycles: no deleterious effect Fungus Resistance MIL STD 810B No Requirement 28 days: no growth Mildew Resistance ASTM D3273 No growth supported during 28 day exposure period Pass Moisture Resistance ASTM D2247 No deleterious effects at 14 day exposure Pass Salt Fog Resistance ASTM B117 No deleterious effects at 300 hours 500 hours: no deterioration CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 09 24 00 - 3 C. Substrate Conditions: 1. Substrate materials and construction shall conform to the building code having jurisdiction. 2. Substrates shall be sound, dry and free of dust, dirt, laitance, efflorescence and other harmful contaminants. 3. Substrate Dimensional Tolerances: Flat with ¼ in (6.4 mm) within any 4 ft (1.22 m) radius. 4. Maximum deflection of substrate system under positive or negative design loads shall not exceed L/360 of span. D. Expansion and Control Joints: Continuous expansion and control joints shall be installed at locations in accordance with ASTM C1063 and ASTM C926. 1. Substrate movement, and expansion and contraction of LaHabra FastWall 100 Stucco and adjacent materials shall be taken into account in design of expansion joints, with proper consideration given to sealant properties, installation conditions, temperature range, coefficients of expansion of materials, joint width to depth ratios, and other material factors. Minimum width of expansion joints shall be as specified by the designer or shown on the project drawings. 2. In accordance with ASTM C1063, expansion or control joints shall be installed in walls not more than 144 ft² (13.4 m²) in area, and not more than 100 ft² (9.3 m²) in area for all non-vertical applications. The distance between joints shall not exceed 18 ft (5.5 m) in either direction or a length-to-width ratio of 2-½ to 1. 3. For direct appliaction to concrete or masonry, stucco joints are requried only at control/expansion joints in the underlaying concrete or masonry 1.4 DELIVERY, STORAGE, AND HANDLING A. Delivery: Deliver LaHabra FastWall 100 Stucco Assembly products in original packaging with manufacturer's identification. B. Storage: Store LaHabra FastWall 100 Stucco Assembly products in a dry location, out of direct sunlight, off the ground, and protected from moisture. 1.5 SITE / ENVIRONMENTAL CONDITIONS A. Substrate Temperature: Do not apply LaHabra products to substrates whose temperature are below 40°F (4.4°C) or contain frost or ice. B. Inclement Weather: Do not apply LaHabra products during inclement weather, unless appropriate protection is employed. C. Sunlight Exposure: Avoid, when possible, installation of the LaHabra products in direct sunlight. Application of LaHabra Finishes in direct sunlight in hot weather may adversely affect aesthetics. D. Do not apply stucco base coats or finishes if ambient temperature falls below 40ºF (4ºC) within 24 hours of application. Protect stucco from uneven and excessive evaporation during dry weather and strong blasts of dry air. E. Prior to installation, the wall shall be inspected for surface contamination, or other conditions that may adversely affect the performance of the LaHabra Fastwall 100 Stucco Assembly, and shall be free of residual moisture. 1.6 COORDINATION AND SCHEDULING: A. Coordination: Coordinate LaHabra Fastwall 100 Stucco Assembly installation with other construction operations. 1.7 WARRANTY A. Warranty: Upon request, at completion of installation, provide Standard Limited LaHabra Fastwall 100 Stucco Assembly Warranty. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 09 24 00 - 4 PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturer: Parex USA, Inc., 4125 E. La Palma Ave., Suite 250, Anaheim, CA 92807 B. Components: Obtain components manufactured by Parex USA of LaHabra Fastwall 100 Stucco Assembly from authorized distributors. No substitutions or additions of other materials are permitted without prior written permission from Parex USA for this project. 2.2 MATERIALS A. LaHabra Fastwall 100 Stucco Assembly Materials: 1. LaHabra Fastwall 100 Stucco Base (⅜ in – ½ in) a. LaHabra Fastwall Stucco Base Concentrate: Proprietary mixture of portland cement, and proprietary ingredients mixed with clean, cool, potable water, and ASTM C897 or ASTM C144 sand added in the field. B. LaHabra Acryic Bonder & Admix: 100% acrylic admix emulsion for portland cement based products, to enhance curing, adhesion, freeze-thaw resistance and workability. C. Leveling and Reinforcing Coat (Required for LaHabra Fastwall 100 Krak-Shield Stucco Assembly): *NOT FOR USE ON EPS FOAM SHAPES 1. Parex USA Stucco Level Coat™: Copolymer based, factory blend of cement and proprietary ingredients requiring addition of water. 2. Parex USA 355 Standard Mesh: Weight 4.5 oz/yd2 (153 g/m2) reinforcing mesh. D. LaHabra Perma-Primer: 100% acrylic based coating to prepare surfaces for LaHabra finishes. E. LaHabra Finish: 1. Perma-Elastic Elastomeric Finish: Factory blended, 100 % acrylic polymer based elastomeric textured finish, integrally colored. a. Finish texture and color as selected by Project Designer 2.3 RELATED MATERIALS AND ACCESSORIES A. General: LaHabra Fastwall 100 Stucco Assembly and its related materials shall conform to the requirements of ICC-ES Evaluation Report No. 2564 and shall conform to this specification. B. Substrate Materials: 1. Gypsum Sheathing: Minimum ½ in (13 mm) thick, core-treated, weather-resistant, exterior gypsum sheathing complying with ASTM C79 or ASTM C1177. 2. Cement Board Sheathing, Minimum ½ in (13 mm) thick, conforming to ASTM C1186. 3. Fiberboard: Minimum ½ in (13 mm) thick fiberboard complying with ANSI/AHA A194.1 as a regular density sheathing. 4. Plywood: Minimum 5/16 in (8 mm) thick exterior grade or Exposure I plywood for studs spaced 16 in (406 mm) o.c. and ⅜ in (9.5 mm) thick exterior type plywood minimum for studs spaced 24 in (610 mm) o.c. Plywood shall comply be exterior grade or Exposure 1 and comply with DOC PS-1 5. Oriented Strand Board (OSB): 7/16 - ½ in Wall-16 or Wall-24, approved by the APA, TECO, or PSI/PTL. Stamped as Exposure 1 or Exterior Sheathing with a PS2 or PRP-108 rating. The CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 09 24 00 - 5 system is qualified for application to OSB (oriented strand board) sheathing only in areas shown in the Parex USA “Acceptable Substrates and Areas of Use” Technical Bulletin. 6. Concrete Masonry Construction: Painted (coated) and non-painted (uncoated). Shall be in conformance with the building code. 7. Other Approved by Parex USA in writing prior to the project C. Water Resistive Barriers: 1. For non-wood based sheathing shall be either: a. 1 layer asphalt-saturated felt complying with ASTM D 226 Type I. b. Lath with appropriate paper backing c. Other recognized equivalent 2. For wood based sheathing shall be either: a. 2 layers of Grade D asphalt saturated Kraft building paper, or 1 layer of the Kraft building paper plus paper backed lath b. Grade D paper with a water resistance equal to or greater than 60 minutes, with an intervening nonwater-absorbing layer or drainage space. c. Other recognized equivalent 3. Open Framing: a. 1 layer Grade D asphalt saturated Kraft building paper. b. 1 layer asphalt-saturated felt complying with ASTM D 226 Type I. c. Other recognized equivalent D. Lath and Accessories: Conform to ASTM C847, ASTM C933, ASTM C1032, ASTM C1063 and Appendix 1. Accessories: Manufacturer’s standard steel products with minimum G60 galvanizing unless otherwise indicated as rigid polyvinyl chloride (PVC plastic) or zinc alloy 2. Metal Plaster Bases: Minimum 17 gauge self-furred stucco netting, minimum 2.5 lb/yd2 (1.4 kg/m2) or 3.4 lb/yd2 (1.8 kg/m2) expanded metal diamond lath, or welded wire lath in accordance with applicable codes and standards. 3. Weep Screeds: Foundation weep screed with minimum 3-½ inch vertical attachment flange. E. Expanded Polystyrene Features over LaHabra Fastwall 100 Stucco 1. Adhesive and Base Coat a. LaHabra Polybond: Modified portland cement adhesive and basecoat for exterior foam shapes, such as pop-outs, plant-ons, cornices and reveals mixed with water. 2. Insulation Board a. Produced and labeled under a third party quality program as required by applicable building code and produced by a manufacturer approved by Parex USA. b. Shall conform to ASTM C578, ASTM E2430 Type I, and the Parex USA specification for Molded Expanded Polystyrene Insulation board. 3. Reinforcing Mesh a. Parex USA Standard Mesh: Weight 4.5 oz/yd2 (153 g/m2) reinforcing mesh. F. Seals, Sealants and Bond Breakers: Sealants shall conform to ASTM C920, Grade NS, Class 25, Use NT. Backer rod shall be closed-cell polyethylene foam. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 09 24 00 - 6 PART 3 - EXECUTION 3.1 EXAMINATION A. Verify project site conditions under provisions of Section 01 00 00. B. Compliance: Comply with manufacturer's instructions for installation of LaHabra Fastwall 100 Stucco Assembly products. C. Substrate Examination: Examine prior to LaHabra Fastwall Stucco Base installation as follows: 1. Substrate shall be of a type approved by Parex USA. Plywood and OSB substrates shall be gapped ⅛ in (3.2 mm) at all edges. 2. Substrate shall be examined for soundness, and other harmful conditions. 3. Substrate shall be free of dust, dirt, laitance, efflorescence, and other harmful contaminants. 4. Substrate construction in accordance with substrate material manufacturer's specifications and applicable building codes. D. Advise Contractor of discrepancies preventing installation of the LaHabra Fastwall 100 Stucco Assembly. Do not proceed with the LaHabra Fastwall 100 Stucco Assembly work until unsatisfactory conditions are corrected. E. Ensure that flashing has been installed per Specification Section 07 60 00 - Flashing and Sheet Metal. 3.2 PREPARATION A. Water Resistive Barrier: 1. The Water Resistive Barrier is placed over all substrates except concrete or unpainted masonry. Painted (coated) CMU is to use a bond breaker such as asphalt paper and lath if the paint or coating cannot be removed. 2. Installed according to manufacturers instructions. IMPORTANT: COORDINATE TERMINATIONS OF STUCCO ACCESSORIES WITH SEALANT SECTION OF THE SPECIFICATION IN ORDER TO LEAVE REQUIRED SPACINGS FOR SPECIFIED JOINT DIMENSIONS. B. Wire Fabric Lath and Metal Lath: Install according to ICC Evaluation Report ESR 2564, ASTM C1063 and Appendix and the Building Code. C. Concrete (Cast-in-Place): Provide a surface that is slightly scarified, water absorbent, straight and true to line and plane. Remove form ties and trim projecting concrete so it is even with the plane of the wall. Remove form release agents. D. Concrete Masonry Units: Remove projecting joint mortar so it is even with the plane of the wall. Remove surface contaminants such as efflorescence, existing paint or any other bond inhibiting material by sandblasting, waterblasting, wire brushing, chipping or other appropriate means. Pre-moisten the surface with water just prior to placement of stucco, or apply LaHabra Acrylic Bonder & Admix. 3.3 MIXING A. Mix LaHabra proprietary products in accordance with manufacturer's instructions, including the applicable LaHabra Fastwall 100 Stucco Assembly Product Data Sheets. B. Admix - LaHabra Acrylic Bonder & Admix Mix up to 1 gal (3.8 L) per 1 bag of LaHabra Fastwall Stucco Concentrate. Mix up to 1 qt (1 L) per bag of LaHabra Fastwall Sanded. Add after dry components and the majority of the water has been mixed. Mix no longer than required to provide a uniform mixture. DO NOT OVER-MIX. Overmixing entrains excessive amounts of air which weaken the material. Do not re-temper mixes over 20 minutes old. 3.4 APPLICATION A. General: LaHabra Fastwall 100 Stucco Assembly and its related materials shall conform to the CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 09 24 00 - 7 requirements of ICC-ES Evaluation Report No. 2564 and shall conform to this specification. B. Bonding Agent - LaHabra Acrylic Bonder & Admix 1. Apply at an approximate rate of 250 ft2 per gallon using a low-pressure sprayer, brush or roller. (application in direct sunlight may cause the product to dry too quickly) C. LaHabra Fastwall Stucco Base: 1. Either LaHabra Fastwall Stucco mixtures shall be applied in one or two coats to a minimum thickness of ⅜ in (9.5 mm) by hand troweling or machine spraying the mixture to the wire lath in accordance with LaHabra Fastwall Stucco Product Data Sheets. The maximum thickness applied in one pass is ½ in (12.7 mm). 2. Rod surface to true plane and float to densify. 3. Trowel to smooth and uniform surface to receive acrylic polymer finish coat. EDITOR NOTE: MODIFY BELOW TO SUIT REQUIREMENTS. CHOOSE LAHABRA FASTWALL LEVELING AND REINFORCING COAT FOR ENHANCED CRACK RESISTANCE PERFORMANCE (D.) FOR ENHANCED CRACK RESISTANCE PERFORMANCE. D. Leveling and Reinforcing Coat (LaHabra Fastwall 100 Krak-Shield Stucco Assembly): 1. After Moist Curing, allow LaHabra Fastwall Stucco Base to air dry a minimum of 24 hours before applying the leveling and reinforcing coat. 2. Using a stainless steel trowel, apply the LaHabra Stucco Level Coat over the LaHabra Fastwall Stucco Base at a thickness of 1/16 – 3/32 in. (1.6 – 2.4 mm). 3. Fully embed the Parex USA Standard Mesh into the wet Stucco Level Coat including diagonal strips at corners of openings and trowel smooth. If Standard Mesh is used, seams are overlapped 2½ in (63 mm). 4. The LaHabra acrylic primer and finishes can be applied as soon as the LaHabra Stucco Level Coat has cured, typically within 24 hours. E. Expanded Polystyrene Featured over LaHabra Fastwall Stucco Base: 1. Install back-wrap mesh at EPS terminations. 2. Apply LaHabra adhesive to backs of insulation boards with a notched trowel. Allow to dry a minimum of 12 hours. 3. Apply LaHabra Base coat to the entire foam shape and pull the backwrap mesh around the foam shapes and fully embed it into the base coat. 4. Immediately embed the reinforcing mesh in the wet LaHabra Base coat. F. LaHabra Primer and Finish: 1. Remove surface contaminants such as dust or dirt without damaging the substrate. 2. Ambient and surface temperature must be 40°F (4°C) or higher during application and drying time. Supplemental heat and protection from precipitation must be provided as needed. 3. Use only on surfaces that are sound, clean, dry, unpainted, and free from any residue that might affect the ability of the finish to bond to the surface. EDITOR NOTE: MODIFY BELOW TO SUIT REQUIREMENTS. CHOOSE ONE #4 4. LaHabra FastWall 100 Krak-Shield Stucco Assembly a. Before the application of the finish, the base coat must have cured a minimum of 24 hours or longer as required by weather conditions. Examine the cured base coat for any irregularities. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 09 24 00 - 8 b. Correct these irregularities to produce a flat surface. -OR- 4. LaHabra FastWall 100 Stucco Assembly a. After Moist curing, allow the LaHabra FastWall Stucco Base to air dry. (1) Minimum of 3 additional days if applying a Primer -OR- (1) Minimum of 5 additional days before application of an Acrylic or Elastomeric based Finish Coat 5. Protect LaHabra Finish Coats from inclement weather until completely dry. G. Curing: 1. LaHabra Fastwall Stucco Base: Keep stucco moist for at least 48 hours (longer in dry weather) by lightly fogging walls. Start light fogging after initial set of 1–2 hours. 2. Air dry acrylic based and elastomeric finish coats only, do not wet cure. 3.5 CLEAN-UP A. Removal: Remove and legally dispose of LaHabra Fastwall 100 Stucco component debris material from job site. 3.6 PROTECTION A. Provide protection of installed materials from water infiltration into or behind them. B. Provide protection of installed stucco from dust, dirt, precipitation, and freezing during installation. C. Provide protection of installed finish from dust, dirt, precipitation, freezing, and continuous high humidity until fully dry. D. Clean exposed surfaces using materials and methods recommended by the manufacturer of the material or product being cleaned. Remove and replace work that cannot be cleaned to the satisfaction of the Designer/Owner. END OF SECTION CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 092900 - 1 SECTION 092900 - GYPSUM BOARD PART 1 - GENERAL 1 . SUMMARY A . Section Includes: 1. Interior gypsum board. 1 . ACTION SUBMITTALS A . Product Data: For each type of product. 1 . FIELD CONDITIONS A . Do not install paper-faced gypsum panels until installation areas are enclosed and conditioned. 1. Gypsum panels installed in areas that are not enclosed and conditioned shall have fiberglass mat laminated to both sides and manufacturer's 12 month exposure warranty. 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 E119 by an independent testing agency. B. STC-Rated Assemblies: For STC-rated assemblies, provide materials and construction identical to those tested in assembly indicated according to ASTM E90 and classified according to ASTM E413 by an independent testing agency. 1. Exterior Wall STC Rating: Not less than 50 unless otherwise indicated. 2. Interior Wall STC Rating: Not less than 40 unless otherwise indicated. 2.2 REGULATORY REQUIREMENTS A. All insulation provided for use on this project shall be identified as required by Section 12- 13-1557 of the California Referenced Standards Code (Part 12, Title 24, C.C.R.); Chapter 12-13 "Standards For Insulating Material", (See Part 6, Title 24, C.C.R.); Department Of Consumer Affairs, Bureau of Home Furnishings and Thermal Insulation; Article 3: "Standards for Insulating Material". CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 092900 - 2 2.3 SUSTAINABILITY REQUIREMENTS A. Comply with applicable provisions in the CGBC. 2.4 GYPSUM BOARD, GENERAL A. Size: Provide maximum lengths and widths available that will minimize joints in each area and that correspond with support system indicated. 2.5 INTERIOR GYPSUM BOARD A. Gypsum Board, Type X: ASTM C1396/C1396M. 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 Gypsum. b. CertainTeed Corporation. c. Continental Building Products, LLC. d. Georgia-Pacific Gypsum LLC. e. National Gypsum Company. f. PABCO Gypsum. g. USG Corporation. 2. Thickness: 5/8 inch (15.9 mm). 3. Long Edges: Tapered. B. Mold-Resistant Gypsum Board: ASTM C1396/C1396M. With moisture- and mold-resistant core and paper surfaces. 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 Gypsum. b. CertainTeed Corporation. c. CertainTeed Gypsum. d. Continental Building Products, LLC. e. Georgia-Pacific Gypsum LLC. f. National Gypsum Company. g. PABCO Gypsum. h. USG Corporation. 2. Core: 5/8 inch (15.9 mm), Type X. 3. Long Edges: Tapered. 4. Mold Resistance: ASTM D3273, score of 10 as rated according to ASTM D3274. 2.6 TRIM ACCESSORIES A. Interior Trim: ASTM C1047. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 092900 - 3 1. Material: Galvanized or aluminum-coated steel sheet or rolled zinc. 2. Shapes: a. Cornerbead. b. LC-Bead: J-shaped; exposed long flange receives joint compound. c. L-Bead: L-shaped; exposed long flange receives joint compound. d. U-Bead: J-shaped; exposed short flange does not receive joint compound. e. Expansion (control) joint. 2.7 JOINT TREATMENT MATERIALS A. General: Comply with ASTM C475/C475M. B. Joint Tape: 1. Interior Gypsum Board: Paper. 2. Glass-Mat, Water-Resistant Backing Board: As recommended by panel manufacturer. 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, rounded or beveled panel edges, 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 setting-type taping 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. 2.8 AUXILIARY MATERIALS A. General: Provide auxiliary materials that comply with referenced installation standards and manufacturer's written instructions. B. Laminating Adhesive: Adhesive or joint compound recommended for directly adhering gypsum panels to continuous substrate. C. Steel Drill Screws: ASTM C1002 unless otherwise indicated. 1. Use screws complying with ASTM C954 for fastening panels to steel members from 0.033 to 0.112 inch (0.84 to 2.84 mm) thick. D. Sound-Attenuation Blankets: ASTM C665, Type I (blankets without membrane facing) produced by combining thermosetting resins with mineral fibers manufactured from glass, slag wool, or rock wool. 1. Fire-Resistance-Rated Assemblies: Comply with mineral-fiber requirements of assembly. E. Acoustical Sealant: As specified in Section 079219 "Acoustical Joint Sealants." F. Thermal Insulation: As specified in Section 072100 "Thermal Insulation." CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 092900 - 4 PART 3 - EXECUTION 3.1 EXAMINATION A. Examine panels before installation. Reject panels that are wet, moisture damaged, and mold damaged. 3.2 APPLYING AND FINISHING PANELS A. Comply with ASTM C840. B. Isolate perimeter of gypsum board applied to non-load-bearing partitions at structural abutments. Provide 1/4 to 1/2 inch (6.4 to 12.7 mm) 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. C. 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. D. Aluminum Trim: Install in locations indicated on Drawings. E. Prefill open joints, rounded or beveled edges, and damaged surface areas. F. Apply joint tape over gypsum board joints, except for trim products specifically indicated as not intended to receive tape. G. Gypsum Board Finish Levels: Finish panels to levels indicated below and according to ASTM C840: 1. Level 1: Ceiling plenum areas, concealed areas, and where indicated on Drawings. 2. Level 2: Panels that are substrate for plastic paneling, and where indicated on Drawings. a. Primer and its application to surfaces are specified in Section 099123 "Interior Painting." 3. Level 3: At panel surfaces that will not be exposed to view such as those in mechanical and electrical rooms and where indicated on Drawings. a. Primer and its application to surfaces are specified in Section 099123 "Interior Painting." 4. Level 4: At panel surfaces that will be exposed to view unless otherwise indicated. a. Primer and its application to surfaces are specified in Section 099123 "Interior Painting." CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 092900 - 5 3.3 PROTECTION A. Protect installed products from damage from weather, condensation, direct sunlight, construction, and other causes during remainder of the construction period. B. Remove and replace panels that are wet, moisture damaged, and mold damaged. END OF SECTION 092900 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS ICG-HB-C2002 099113 - 1 Project Specifications EXTERIOR PAINTING Revised 5/19/2021 SECTION 099113 - EXTERIOR PAINTING PART 1 - GENERAL 1.1 SUMMARY A. Section includes surface preparation and the application of paint systems on exterior substrates. 1. Surface preparation, priming, and finish coats specified in this Section are in addition to shop priming and surface treatment specified in other Sections. 1.2 DEFINITIONS A. Flat: Not more than 5 units at 60 degrees and 10 units at 85 degrees, according to ASTM D 523. B. Velvet: 5 to 10 units at 60 degrees and 10 to 15 units at 85 degrees, according to ASTM D 523. C. Eggshell: 10 to 15 units at 60 degrees and 15 to 30 units at 85 degrees, according to ASTM D 523. D. Low-Luster (Low-Sheen): 20 to 25 units at 60 degrees and not less than 35 units at 85 degrees, according to ASTM D 523. E. Semigloss: 35 to 70 units at 60 degrees, according to ASTM D 523. F. Full Gloss (Gloss): More than 75 units at 60 degrees, according to ASTM D 523. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. Include preparation requirements and application instructions. 1. Manufacturer's Information: Manufacturer's technical information, including label analysis and instructions for handling, storing, and applying each coating material. a. VOC Content: Include VOC content for each product. B. Samples for Verification: For each type of paint system and each color and gloss of topcoat. 1.4 MOCKUPS 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. a. Vertical and Horizontal Surfaces: Provide samples of not less than 50 sq. ft. (4.6 sq. m). CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS ICG-HB-C2002 099113 - 2 Project Specifications EXTERIOR PAINTING Revised 5/19/2021 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. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers Names: Shortened versions (shown in parentheses) of the following manufacturers names are used in other Part 2 articles: 1. Behr Process Corporation (Behr). 2. Dunn-Edwards Corporation (Dunn-Edwards). 3. PPG Paints (PPG) 4. Sherwin-Williams Company (The) (Sherwin-Williams). 5. Vista Paint (Vista). B. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, products listed in other Part 2 articles for the paint category indicated. C. Source Limitations: Obtain block fillers and primers for each coating system from the same manufacturer as the finish coats. 2.2 SUSTAINABILITY REQUIREMENTS A. Comply with applicable provisions in the CGBC. 2.3 PAINT, GENERAL A. Material Compatibility: 1. Materials for use within each paint system shall be 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, products shall be recommended in writing by topcoat manufacturers for use in paint system and on substrate indicated. B. Colors: As indicated on Drawings or, if not indicated, as selected by Architect from manufacturer's full range. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS ICG-HB-C2002 099113 - 3 Project Specifications EXTERIOR PAINTING Revised 5/19/2021 2.4 PRETREATMENT FOR GALVANIZED METAL A. Galvanized Metal Pretreatment: Factory-formulated galvanized metal pretreatment for exterior and interior application. 1. Behr: Krud Kutter; Metal Clean & Etch. 2. Dunn-Edwards: Supreme Chemical; Metal Clean and Etch (SCME-01). 3. PPG: Duraprep Concentrated Multi-Purpose Cleaner Prep120. 4. Sherwin-Williams: DTM Wash Primer B71Y1. 5. Vista: Krud Kutter; Metal Clean & Etch. 2 . 5 METAL PRIMERS A . Exterior Ferrous-Metal Primer: Factory-formulated rust-inhibitive metal primer for exterior application. 1. Behr: Premium Plus Exterior Multi-Surface Primer & Sealer (436): Applied at a dry film thickness of not less than 1.8 mils (0.0457 mm). 2. Dunn-Edwards: BLOC-RUST Premium (BRPR00): Applied at a dry film thickness of not less than 2.0 mils (0.0508 mm). 3. PPG: Pitt-Tech Plus DTM Industrial Primer 4020: Applied at a dry film thickness between 2.0 and 4.0 mils (0.0508 and 0.1016 mm). 4. Sherwin-Williams: Pro Industrial Pro-Cryl Primer, B66-310 Series: Applied at a dry film thickness between 2.0 and 4.0 mils (0.0508 and 0.1016 mm). 5. Vista: 9600 Protec Metal Prime: Applied at a dry film thickness of not less than 2.0 mils (0.0508 mm). B . Exterior Galvanized Metal Primer: Factory-formulated galvanized metal primer for exterior application. 1. Behr: Premium Plus Exterior Multi-Surface Primer & Sealer (436): Applied at a dry film thickness of not less than 1.8 mils (0.0457 mm). 2. Dunn-Edwards: Provide one of the following: a. ULTRASHIELD Galvanized Metal Primer (ULGM00): Applied at a dry film thickness of not less than 2.0 mils (0.0508 mm). b. ULTRA-GRIP Premium Interior/Exterior Multi-Surface Primer UGPR00: Applied at a dry film thickness of not less than 2.0 mils (0.0508 mm). CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS ICG-HB-C2002 099113 - 4 Project Specifications EXTERIOR PAINTING Revised 5/19/2021 3. PPG: Provide one of the following: a. Pitt-Tech Plus DTM Industrial Primer 4020: Applied at a dry film thickness between 2.0 and 4.0 mils (0.0508 and 0.1016 mm). b. Seal Grip Acrylic Universal Primer/Sealer 17-921: Applied at a dry film thickness of not less than 1.6 mils (0.0406 mm). 4. Sherwin-Williams: Pro Industrial Pro-Cryl Primer, B66-310 Series: Applied at a dry film thickness between 2.0 and 4.0 mils (0.0508 and 0.1016 mm). 5. Vista: 4800 Metal Pro Primer: Applied at a dry film thickness between 1.2 and 2.5 mils (0.0305 and 0.0635 mm). 2.6 WATER-BASED PAINTS A. Exterior Flat Acrylic Paint: Factory-formulated flat acrylic-emulsion latex paint for exterior application. Not more than 5 units at 60 degrees and 10 units at 85 degrees, according to ASTM D 523. 1. Behr: Premium Plus Exterior Flat (4050): Applied at a dry film thickness of not less than 1.5 mils (0.0381 mm). 2. Dunn-Edwards: SPARTASHIELD (SSHL10): Applied at a dry film thickness of not less than 1.5 mils (0.0381 mm). 3. PPG: Speedhide Exterior 100% Acrylic Latex Flat 6-610XI: Applied at a dry film thickness of not less than 1.5 mils (0.0381 mm). 4. Sherwin-Williams: A-100 Exterior Latex Flat, A6 Series: Applied at a dry film thickness of not less than 1.4 mils (0.0356 mm). 5. Vista: 2800 Acriglo Flat: Applied at a dry film thickness of not less than 1.7 mils (0.0432 mm). B. Exterior Semigloss Acrylic Enamel: Factory-formulated semigloss waterborne acrylic-latex enamel for exterior application. 35 to 70 units at 60 degrees, according to ASTM D 523. 1. Behr: Premium Plus Exterior Semi-Gloss (5050): Applied at a dry film thickness of not less than 1.4 mils (0.0356 mm). 2. Dunn-Edwards: SPARTASHIELD (SSHL50): Applied at a dry film thickness of not less than 1.5 mils (0.0381 mm). 3. PPG: Speedhide Exterior 100% Acrylic Latex Semi-Gloss 6900 Series: Applied at a dry film thickness of not less than 1.4 mils (0.0356 mm). 4. Sherwin-Williams: Provide one of the following: a. Sonoran Int/Ext Acrylic Latex Semi-Gloss, B40WJ9850 Series: Applied at a dry film thickness of not less than 1.5 mils (0.0381 mm). b. Solo 100% Acrylic Int/Ext S/G A76 Series: Applied at a dry film thickness of not less than 1.5 mils (0.0381 mm). 5. Vista: 7000 Acriglo Semigloss: Applied at a dry film thickness of not less than 1.6 mils (0.0406 mm). CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS ICG-HB-C2002 099113 - 5 Project Specifications EXTERIOR PAINTING Revised 5/19/2021 PART 3 - EXECUTION 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. C. Verify suitability of substrates, including surface conditions and compatibility, with existing finishes and primers. D. 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 applicable to substrates and paint systems indicated. B. Remove door and other 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. 3.3 APPLICATION A. Apply paints according to manufacturer's written instructions and recommendations applicable to substrates and paint systems indicated. B. 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. 3.4 CLEANING AND PROTECTION A. 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. B. At completion of construction activities of other trades, touch up and restore damaged or defaced painted surfaces. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS ICG-HB-C2002 099113 - 6 Project Specifications EXTERIOR PAINTING Revised 5/19/2021 3.5 EXTERIOR PAINTING SCHEDULE A. Cement Plaster: Provide the following finish systems over cement plaster substrates: 1. Flat Acrylic Finish: Two finish coats over a primer. a. Primer: Exterior plaster primer. b. Finish Coats: Exterior flat acrylic paint. B. Ferrous Metal: Provide the following finish systems over exterior ferrous metal: 1. Semigloss Acrylic-Enamel Finish: Two finish coats over a rust-inhibitive primer. a. Primer: Exterior ferrous-metal primer. b. Finish Coats: Exterior semigloss acrylic enamel. C. Zinc-Coated Metal: Provide the following finish systems over exterior zinc-coated metal surfaces: 1. Semigloss Acrylic-Enamel Finish: Two finish coats over a galvanized metal primer. a. Pretreatment: Exterior galvanized metal pretreatment. Required even if not recommended. b. Primer: Exterior galvanized metal primer. c. Finish Coats: Exterior semigloss acrylic enamel. END OF SECTION 099113 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 099123 - 1 SECTION 099123 - INTERIOR PAINTING PART 1 - GENERAL 1.1 SUMMARY A. Section includes surface preparation and the application of paint systems on interior substrates. 1. Surface preparation, priming, and finish coats specified in this Section are in addition to shop priming and surface treatment specified in other Sections. 1.2 DEFINITIONS A. Flat: Not more than 5 units at 60 degrees and 10 units at 85 degrees, according to ASTM D 523. B. Velvet: 5 to 10 units at 60 degrees and 10 to 15 units at 85 degrees, according to ASTM D 523. C. Eggshell: 10 to 15 units at 60 degrees and 15 to 30 units at 85 degrees, according to ASTM D 523. D. Low-Luster (Low-Sheen): 20 to 25 units at 60 degrees and not less than 35 units at 85 degrees, according to ASTM D 523. E. Semigloss: 35 to 70 units at 60 degrees, according to ASTM D 523. F. Full Gloss (Gloss): More than 75 units at 60 degrees, according to ASTM D 523. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. Include preparation requirements and application instructions. 1. Manufacturer's Information: Manufacturer's technical information, including label analysis and instructions for handling, storing, and applying each coating material. a. VOC Content: Include VOC content for each product. B. Samples for Verification: For each type of paint system and in each color and gloss of topcoat. 1.4 MOCKUPS 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 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 099123 - 2 each paint system. a. Vertical and Horizontal Surfaces: Provide samples of at least 50 sq. ft. ( sq. m). 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. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers Names: Shortened versions (shown in parentheses) of the following manufacturers names are used in other Part 2 articles: 1. Behr Process Corporation (Behr). 2. Dunn-Edwards Corporation (Dunn-Edwards). 3. PPG Paints (PPG) 4. Sherwin-Williams Company (The) (Sherwin-Williams). 5. Vista Paint (Vista). B. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, products listed in other Part 2 articles for the paint category indicated. C. Source Limitations: Obtain block fillers and primers for each coating system from the same manufacturer as the finish coats. 2.2 SUSTAINABILITY REQUIREMENTS A. Comply with applicable provisions in the CGBC. 2.3 PAINT, GENERAL A. Material Compatibility: 1. Materials for use within each paint system shall be 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, products shall be recommended in writing by topcoat manufacturers for use in paint system and on substrate indicated. B. Colors: As indicated on Drawings or, if not indicated, as selected by Architect from manufacturer's full range. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 099123 - 3 2.4 PRETREATMENT FOR GALVANIZED METAL A. Interior Gypsum Board Primer: Factory-formulated latex-based primer for interior application. 1. Behr: Premium Plus Interior Drywall Primer Sealer (73): Applied at a dry film thickness of not less than 1.4 mils (0.0356 mm). 2. Dunn-Edwards: VINYLASTIC Premium (VNPR00): Applied at a dry film thickness of not less than 2.0 mils (0.0508 mm). 3. PPG: Speedhide Interior Max Prime Latex Primer Surfacer 6-4: Applied at a dry film thickness of not less than 1.0 mils (0.0254 mm). 4. Sherwin-Williams: ProMar 200 Zero Interior Latex Primer, B28W8600: Applied at a dry film thickness of not less than 1.5 mils (0.0381 mm). 5. Vista: 5001V Pro 5000 Primer: Applied at a dry film thickness of not less than 1.2 mils (0.0305 mm). 2.5 METAL PRIMERS A. Interior Ferrous-Metal Primer: Factory-formulated quick-drying rust-inhibitive metal primer. 1. Behr: Premium Plus Interior / Exterior Multi-Surface Primer & Sealer (436): Applied at a dry film thickness of not less than 1.8 mils (0.0457 mm). 2. Dunn-Edwards: BLOC-RUST Premium (BRPR00): Applied at a dry film thickness of not less than 2.0 mils (0.0508 mm). 3. PPG: Pitt-Tech Plus DTM Industrial Primer 4020: Applied at a dry film thickness between 2.0 and 4.0 mils (0.0508 and 0.1016 mm). 4. Sherwin-Williams: Pro Industrial Pro-Cryl Universal Primer, B66-310 Series: Applied at a dry film thickness between 2.0 and 4.0 mils (0.0508 and 0.1016 mm 5. Vista: 9600 Protec Metal Prime: Applied at a dry film thickness of not less than 2.0 mils (0.0508 mm). 2.6 WATER-BASED PAINTS A. Interior Low-Luster (Low-Sheen) Acrylic Enamel: Factory-formulated low-luster (low- sheen) acrylic-latex interior enamel. 20 to 25 units at 60 degrees and not less than 35 units at 85 degrees, according to ASTM D 523. 1. Behr: Premium Plus Interior Satin Enamel (7050): Applied at a dry film thickness of not less than 1.4 mils (0.0356 mm). 2. Dunn-Edwards: SPARTAWALL Interior Low Sheen Paint (SWLL40): Applied at a dry film thickness of not less than 1.5 mils (0.0381 mm). 3. PPG: Ultra Hide 150 #1433 Interior Latex Low Luster: Applied at a dry film thickness of not less than 1.3 mils (0.0330 mm). 4. Sherwin-Williams: ProMar 200 Zero VOC Low Sheen, B24-2600 Series: Applied at a dry film thickness of not less than 1.6 mils (0.0406 mm). 5. Vista: 1750 Acriglo Velvasheen: Applied at a dry film thickness of not less than 1.2 mils (0.0305 mm). B. Interior Semigloss Acrylic Enamel: Factory-formulated semigloss acrylic-latex enamel for interior application. 35 to 70 units at 60 degrees, according to ASTM D 523. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 099123 - 4 1. Behr: Premium Plus Interior Semi-Gloss Enamel (3050): Applied at a dry film thickness of not less than 1.4 mils (0.0356 mm). 2. Dunn-Edwards: SPARTAWALL Interior Semi-Gloss Paint (SWLL50): Applied at a dry film thickness of not less than 1.5 mils (0.0381 mm). 3. PPG: Speedhide Interior Zero VOC Semi-Gloss Latex 6-4510XI: Applied at a dry film thickness of not less than 1.4 mils (0.0356 mm). 4. Sherwin-Williams: ProMar 200 Zero VOC Semi-Gloss, B31-2600 Series: Applied at a dry film thickness of not less than 1.6 mils (0.0406 mm). 5. Vista: 5400 V-PRO 5000 Semi-Gloss: Applied at a dry film thickness of not less than 1.8 mils (0.0457 mm). PART 3 - EXECUTION 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. Wood: 15 percent. 3. Gypsum Board: 12 percent. C. Verify suitability of substrates, including surface conditions and compatibility, with existing finishes and primers. D. 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 applicable to substrates and paint systems indicated. B. Remove door and other 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. 3.3 APPLICATION A. Apply paints according to manufacturer's written instructions and recommendations applicable to substrates and paint systems indicated. B. 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 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 099123 - 5 lines and color breaks. 3.4 CLEANING AND PROTECTION A. 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. B. At completion of construction activities of other trades, touch up and restore damaged or defaced painted surfaces. 3.5 INTERIOR PAINTING SCHEDULE A. Tilt-Up Concrete: Provide the following finish systems over exterior tilt-up concrete substrates: 1. Low-Luster (Low-Sheen) Acrylic Finish: Two finish coats over a primer. a. Primer: Interior tilt-up concrete primer. b. Finish Coats: Interior low-luster (low-sheen) acrylic paint. 2. Semigloss Acrylic-Enamel Finish: Two finish coats over a primer. a. Primer: Interior tilt-up concrete primer. b. Finish Coats: Interior semigloss acrylic enamel. B. Gypsum Board: Provide the following finish systems over interior gypsum board surfaces: 1. Low-Luster (Low-Sheen) Acrylic-Enamel Finish: Two finish coats over a primer. a. Primer: Interior gypsum board primer. b. Finish Coats: Interior low-luster (low-sheen) acrylic enamel. 2. Semigloss Acrylic-Enamel Finish: Two finish coats over a primer. a. Primer: Interior gypsum board primer. b. Finish Coats: Interior semigloss acrylic enamel. C. Wood, Plywood, and Hardboard: Provide the following paint finish systems over new interior wood surfaces: 1. Low-Luster (Low-Sheen) Acrylic-Enamel Finish: Two finish coats over a primer. a. Primer: Interior wood primer for acrylic-enamel finishes. b. Finish Coats: Interior low-luster (low-sheen) acrylic enamel. 2. Semigloss Acrylic-Enamel Finish: Two finish coats over a primer. a. Primer: Interior wood primer for acrylic-enamel finishes. b. Finish Coats: Interior semigloss acrylic enamel. D. Ferrous Metal: Provide the following finish systems over ferrous metal: 1. Low-Luster (Low-Sheen) Acrylic-Enamel Finish: Two finish coats over a primer. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 099123 - 6 a. Primer: Interior ferrous-metal primer. b. Finish Coats: Interior low-luster (low-sheen) acrylic enamel. 2. Semigloss Acrylic-Enamel Finish: Two finish coats over a primer. a. Primer: Interior ferrous-metal primer. b. Finish Coats: Interior semigloss acrylic enamel. E. Zinc-Coated Metal: Provide the following finish systems over interior zinc-coated metal surfaces: 1. Low-Luster (Low-Sheen) Acrylic-Enamel Finish: Two finish coats over a primer. a. Pretreatment: Interior zinc-coated metal pretreatment. Required even if not recommended. b. Primer: Interior zinc-coated metal primer. c. Finish Coats: Interior low-luster (low-sheen) acrylic enamel. 2. Semigloss Acrylic-Enamel Finish: Two finish coats over a primer. a. Pretreatment: Interior zinc-coated metal pretreatment. Required even if not recommended. b. Primer: Interior zinc-coated metal primer. c. Finish Coats: Interior semigloss acrylic enamel. END OF SECTION 099123 CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 260000 - 1 SECTION 260000 – ELECTRICAL GENERAL REQUIREMENTS 1. PART 1 GENERAL REQUIREMENTS 1.1 SCOPE OF WORK A. The work covered by this section consists of furnishing and installing all l, materials, equipment, fixtures and performing all labor and operations for complete and operable systems. B. Provide all new materials, unless noted otherwise, of the best quality, and in perfect condition, and materials of the same make and quality throughout the work and as hereinafter specified. Comply with the requirements of ASTM, NEMA, U.L., and NBFM for materials and equipment. C. The intent of these specifications is to establish a standard of quality of materials installed. Include materials as specified without exception in the Base Bid. Submit for approval any proposed substitution, complete descriptive, technical, and cost comparison data and test reports. Do not furnish or install any substitute items without written approval at the time of contract signing. Reimburse the Owner for any additional engineering charges and for any changes in the work of other trades resulting from substitutions. List proposed substitutions on the Bid Form, stating the reasons for substitution. When requested by the Architect or Electrical Engineer, samples, electrically wired at 120V. with plug, or system demonstrations of both specified and proposed items will be submitted for inspection at the Electrical Engineer’s office and at a time convenient to all concerned parties. D. Where a substitution alters the design or space requirements indicated on the plans, Contractor is responsible for all additional cost for Engineering to revise plans. E. Verifying Drawings and Job Conditions: 1. Examine all drawings and specifications in a manner to be fully familiar of all work required. 2. Visit the site and verify existing conditions. Where existing conditions differ from drawings, make adjustments and allowances for all necessary equipment to complete all parts of the drawings and specifications. F. Shop Drawings: 1. Submit drawings in six sets accompanied by letter of transmittal listing the number and dates of the drawings submitted. 2. Mark the drawings submitted with the name of the project, numbered consecutively, and bearing approval as evidence that the drawings have been checked. Any drawings submitted without this approval will be returned for resubmission. 3. Submit Shop drawings on, but not limited to, the following: CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 260000 - 2 a. Light Fixtures b. Lighting control system c. Product List G. Drawings of Record: Provide and keep up-to-date, a complete record set of blue line prints. Show every change from the original drawings. Keep this set of prints on the job site, and use only as a record set. Do not make changes in the layout without definite instruction in each case. Obtain a set of Contract Drawings from Architect and incorporate all changes as noted on the record set of prints. Deliver this set to the Architect upon completion and acceptance of work. H. Accuracy of Plans and Specifications: Plans and/or specifications showing deviation from standard practice methods or from compliance with codes, and/or any omissions, does not relieve the responsibility of furnishing, making or installing all items required by code and/or intended for the function of the system. I. Permits, Fees and Insurance: Obtain and pay for all insurance, permits, etc. necessary for this Contract. J. Codes and Regulations: All work performed under this Section of the Specifications complies with the rules and regulations of the Division of Industrial Safety, State of California, as set forth in the latest edition of the Electrical Safety Orders, the National Electrical Code, NFPA, and all rules and regulations of local codes having jurisdiction, including the presently adopted edition Title 21 and 24 California Administrative Code. K. Testing and Adjustment: Test all circuits, outlets, switches, lights, motors, circuit breakers and any other electrical equipment, upon completion of all electrical work. L. Guarantees of Materials and Workmanship: Furnish and install all materials under this Contract, new and free from all defects, and guaranteed for a period of two years from the date of acceptance of the work. Should any trouble develop during this period due to defective material or faulty workmanship, furnish all necessary labor and materials to correct the trouble without additional cost to the Contract. Correct any defective material or inferior workmanship noticed at the time of installation immediately, to the satisfaction of the Architect. M. Removal of Rubbish: Remove rubbish, excess materials, tools or equipment related to this portion of the work, frequently during construction and upon completion of the work. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 260000 - 3 N. Drawings and Specifications: 1. The lighting drawings are considered as part of these specifications, and any work or materials shown on the drawings and not mentioned in the specifications, or vice versa, shall be as if specifically mentioned in both. 2. The data herein specified and shown on the drawings is as exact as could be prepared, but their extreme accuracy is not guaranteed. The drawings and specifications are for assistance and guidance. The installation is essentially as shown and specified. The exact location of the equipment, material, apparatus and devices as well as the distances and levels, are more or less governed by the physical conditions and arrangements of the building. Accept this Contract with this understanding. 3. Make minor changes, when ordered by the Architect, accommodating the installation of the work with other sections of the Contract without additional cost to the Contract. O. Safety Conditions: It is the Contractor's responsibility to prevent any damages to personnel and/or property resulting from contact with new or existing energized circuits, switches, circuit breakers, or other electrical apparatus. All electrical work to be constructed with electrical systems de- energized in the area of work. P. Final Inspection and Acceptance: After all requirements of the specifications and drawings have been fully completed, a representative of the Owner will inspect the work. Provide competent personnel to demonstrate the operation of any item or system involved to the complete satisfaction of each representative. 2. PART 2. PRODUCTS 2.1 LIGHTING FIXTURES: Furnish, install and connect lighting fixtures of type designed on the plans. A. Verify all fixture locations with Architectural drawings prior to rough in. B. Where there is conflict in fixture quantities on any of the plans the greatest amount will prevail. The description of the lighting fixture supersedes the catalog number and is to be fur- nished and installed with type to fit description. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 260000 - 4 2.2 CONDUIT AND FITTINGS: A. Rigid Conduit (RGS): Hot dipped galvanized or sherardized steel. Republic Steel Co. or approved equal. Intermediate metal conduit may be used, where CEC allows, in lieu of RGS. B. Electrical metallic tubing (EMT): Welded, electro-galvanized thin wall steel tubing. All couplings are gland compression type. C. Liquidtight Flexible Metal Electrical Conduit: Hot-dipped galvanized steel with exterior, molded polyvinyl jacket. Use for all final connections to all vibrating equipment, transformers and the like. 18" maximum. Provide a code sized ground wire. D. Flexible metallic steel tubing: Liquid tight without a nonmetallic jacket. Use as allowed by code and where permitted by this Specification, section 3.06.C. Provide a code sized ground conductor. E. Condulet Type Fittings: As manufactured by Crouse Hinds Company, Appleton Electric Company or Pyle National or approved equal, smooth inside and out, taper threaded with integral bushings. 2.3 CONDUCTORS: A. Provide copper conductors, 600 volt A.C. unless noted otherwise. Aluminum conductors are not permitted. B. Use THWN conductors for underground and damp locations, THHN for dry areas. C. Deliver conductors to the site in unbroken packages, marked with the manufacturer's name, date of manufacture, voltage and classification letters. Use only wire recently manufactured (10 months or less). D. Provide signal service and low voltage control conductors as specified or noted on the drawings. E. No conductor supplying 120 volts or more will be smaller than No. 12 AWG unless otherwise noted on the drawings. F. Fixture wire to comply with latest requirements of the National Board of Fire Underwriters. The carrying capacity of the wire as per the latest requirements of the National Electrical Code. No fixture wire may be smaller than #18 gauge. Protect wiring with tape or tubing at all points where abrasion is likely to occur. G. Install all conductors of each electrical system in an approved raceway. Factory assemblies, non-metallic/pliable/corrugated raceways, type UF cable or multi-conductor assemblies are not approved. H. Use solid conductor, size #10 AWG and smaller, stranded for #8 AWG and larger. 2.4 JUNCTION AND PULL BOXES: Above grade level, provide galvanized junction and pull boxes with removable covers, secured with machine screws. The sizes of all boxes determined by the number and size of conductors entering CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 260000 - 5 the box, and by the sizes of conduit terminating in the box. All boxes conform to the applicable Electrical Safety Orders, State of California. Pullboxes flush with grade shall be concrete, with bolt down concrete or steel covers, per plans, with engraved or beadweld identification. 2.5 OUTLET BOXES: A. Provide galvanized outlet boxes and covers, one piece pressed steel, knockout fixture out- lets equipped with 3/8" fixture studs and plaster rings. B. Where standard boxes are not suitable, provide boxes of special design to fit space. C. Cast aluminum or cast iron for outlet boxes exposed to weather, in damp locations, or surface mounted with threaded hubs for conduit connections; cover made watertight with gasket and non-ferrous screws. D. Provide outlet boxes in plaster covered walls with raised covers or plaster rings to finish flush with plaster. 2.6 NAMEPLATES: Shall be micarta or lamacoid plate, 1/8" thick and have approved size, with beveled edges and engraved white letters on black background. Provide nameplates for all items of electrical equipment as well as circuits in the service distribution and power distribution panelboards; lighting distribution panelboards; separately mounted motor starting switches; disconnect switches; motor control pushbutton stations and other similar devices. Each nameplate as approved by the Architect. Use two machine screws for attachment. Cement/adhesive is not approved. 3. PART 3. EXECUTION 3.1 If construction of building reveals that any part of the Electrical Work would not be readily accessible if installed according to drawings, notify the Architect before proceeding with such installation. 3.2 All concrete work such as pull boxes, raised pads, conduit envelopes and other areas where affecting Electrical Work are the responsibility of the Electrical Contractor. 3.3 Coordinate layout and installation of electrical work with the overall construction schedule and work schedules of various trades to prevent delay in completion of the project. A. Verify dimensions and information regarding accurate location of equipment, structural limitations, and finish with other affected sections. B. Job Conditions: The drawings do not always show offsets, bends, special fittings or junctions or pull boxes necessary to meet job conditions. Provide the items as required at no cost to the Owner. C. Weatherproof Equipment: CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 260000 - 6 Use weather resistant electrical devices or equipment located in damp, semi-exposed areas. Comply with NEMA Type 3R requirements for enclosures. D. Where devices are shown diagrammatically in the same location, neatly group them together in a reasonable manner. Provide one-piece plate where such is manufactured. 3.4 Equipment requiring electrical under other sections is part of the Contract. Work includes all necessary connections. 3.5 CONDUIT: A. Install all conduit concealed, except where specifically indicated as exposed. Use rigid galvanized steel or I.M.C. for all exposed conduit. Paint with two coats to match adjacent surroundings, if viewed by the public. B. Use galvanized rigid steel on all conduit installed in concrete and masonry walls, 3/4 inch trade size minimum, unless otherwise specified and/or noted on the plans. Verify conduit runs in concrete slab, prior to placement. Otherwise, do not run conduits in slabs. C. All conduit installed in the dry walls or dry ceilings of the building structures, shall be steel tube (EMT), except that in certain locations and for certain runs where it is impractical to install EMT, and where permission to do so has been given by the City Inspector, galvanized flexible steel conduit may be used, with a code sized ground conductor. D. Run conduit so as not to interfere with or contact other piping, fixtures or equipment. Main- tain 6" separation from water piping. E. Cut the ends of all conduit square and carefully ream out to full size, and shoulder in fitting. F. No running threads will be permitted in locations exposed to the weather, in concrete or underground. Use special watertight union fittings in these locations. G. Where conduit extends through roof to equipment on roof areas, provide weatherproofing as specified in the appropriate section of these Specifications. H. Support all conduit in intervals not less than 10'-0" and within 36 inches from any outlet and at each side of bends and elbows. Use galvanized, concealed conduit supports, heavy stamped, one hole malleable conduit clamps secured with nails. On exposed conduit supports, use two hole clamps with screws, or galvanized steel framed channels secured by screws may be used for conduit supports. Perforated iron for supporting conduit is not perm- itted. I. Use rigid galvanized steel or I.M.C., threaded, for exposed conduit runs. Install parallel or perpendicular to walls, structural members or intersection of vertical plane and ceilings. Avoid field made bends and offsets where possible. Do not install crushed or deformed raceways. J. Provide metal sleeves and install where conduit passes through masonry or concrete walls. Use No. 20 gauge galvanized steel sleeves, no more than 1/2 inch greater in diameter than the outside diameter of the conduit. Caulk conduit into sleeves with stone wool, Duseal or Oakum and weatherproof below grade. Where conduit passes through fire resistive walls, partitions, and floors, pack void spaces between conduits with U.S.G. Thermafiber or equal, as approved by the State Fire Marshal. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 260000 - 7 K. Use factory-manufactured ells, except where noted otherwise. Field bends are permitted for EMT conduit less than 1" diameter. Conduit radius for signal system is ten times the internal diameter of the conduit. L. Use watertight gland compression type connectors and couplings on fittings for thin wall metallic conduit. Screw type or crimp type are not permitted. 3.6 OUTLET BOXES: A. Attach outlet boxes on metal studs with TEC screws. Use wood screws for attachment on wood studs. Nails are not acceptable. B. Cover all boxes with outlet box protector, Appleton SB-CK or approved equal. Keep plaster and dirt from entering box or panels. If plaster does get in, removed it prior to pulling in wires. C. Close all unused openings with plugs. 3.7 INSTALLATION OF CONDUCTORS: A. Unless otherwise indicated or specified, do not install conductors of less than No. 12 AWG size. For control conductors protected by 15 ampere or lower overcurrent protection, No. 14 AWG conductors will be installed. Where approved by Code, remote control and signal circuits utilize No. 18 or No. 16 AWG sizes. Increase No. 12 to No. 10 AWG for 120 volt home runs exceeding 75 feet. B. Color code power wire and cable for feeders and branch circuits. C. Install all electrical conductors, including signal and communications circuits in an approved raceway. D. Neatly group conductors in panels, switchgear and terminal cabinets, etc., and form in a manner to fan into terminals with regular spacing. Lace formed groups of conductors with No. 12 waxed twine, or Panduit Co. Nylon Straps Numbers "SST-4-H" or "SST-2". Lace larger conductors with marlin and secure with cleats, or Panduit Co. Nylon Sta-Straps Numbers "SSC-4-H" and tie anchors ETA-1, TA-2 or TM-1-2-3. E. Install U.L. approved covered wire from all lighting fixture lamp sockets into outlet or junction box. 3.8 WIRING COLOR CODE A. 240/120 Volt System Phase A - Black. Phase A Switch Leg - Black with “S” tag. Phase B - Red. Phase B Switch Leg - Red with “S” tag. Travelers - Yellow. Neutral - White. CITY OF DIAMOND BAR DIAMOND BAR CENTER IMPROVEMENTS 260000 - 8 Equipment Ground - Green. B. Provide identification tags on each conductor entering panel, switch, junction box and pull box to identify conductor. 3.9 CONDUCTOR JOINTS AND TAPING: Make joints in conductors smaller than No. 6 AWG with solderless, tapeless, wing nut type pressure cable connector. Join conductors No. 6 AWG and larger together with approved type or pressure connector and tape to provide insulation not less than that of the conductor. Make connections to switch or bus bar with one-piece copper lugs for conductors No. 8 AWG or larger. 3.10 GROUNDING: Provide grounding for entire electrical installation as required by the serving utility and codes mentioned in these specifications. Including: A. Conduit. B. Neutral or identified conductor of interior wiring system. C. Power and lighting panelboards. D. Non-current carrying metal parts or fixed equipment. E. Electrical panels in separate buildings. 3.11 ADDITIONAL MATERIALS AND EQUIPMENT Provide the following additional material and/or equipment to the owner at completion of project: 1. (2) two additional down light fixtures. 2. (10) ten additional linear soffit light fixtures 3. (10) ten additional relays END OF SECTION 1293492.1 TP-3 APPENDIX