Loading...
HomeMy WebLinkAbout04508 - G & M CONSTRUCTION TILE WORK DEMUTH PARK RESTROOM MO7093 CP98-20 • G & M Construction Demuth Park Restroom AGREEMENT #4508 M070941 6-5-02 AGREEMENT THIS AGREEMENT made this dayof in the year 2002, by and between the City of Palm Springs, charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and G & M Construction, Inc. hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 --THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s) of the City's Contract Documents entitled: DEMUTH PARK RESTROOM FACILITIES - (Tile Work) CITY PROJECT NO. 98-20 The Work includes furnishing and installing building paper, lathing and plastering for backing for exterior tile walls, ceramic wall tile over Portland cement concrete scratch and brown coat base, anti-graffiti coatings, and finish painting: and all Appurtenant work as shown on the Project Drawings and as required in the Technical Specifications. ARTICLE 2 -- COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with the applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum of $ 425.00 for each calendar day that expires after the time specified in Article 2, herein. ARTICLE 3 -- CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule(s) ($13,500.00). Co"GIB Uv,1 �1'J�111 rr n 0 • ARTICLE 4 --THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the accepted Bid and Bid Schedule(s) this Agreement, Worker's Compensation Certificate, Standard Specifications, Special Provisions, the Drawings, Addenda numbers (None) to (None), inclusive, and all Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5 -- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with provisions of the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents. ARTICLE 6 -- NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. ARTICLE 7 -- MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications as amended by the Special Provisions will have the meanings indicated in said Standard Specifications and Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. (Signatures on Next Page) IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. CITY OF PALM SPRINGS AT T a municipal corporation City Clerk City Manager Agreement o* F/under $25,000 Reviewed and approved by Procurement & Contracting Initials P.O. Number CONTRACTOR: Check one:_Individual_Partnership icorporation Corporations require two notarized signatures: One from each of the following: A. Chairman of Board, President, or any Vice President:AND B. S cretary Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer). f � By: / By: Signa r notarized) Signature(notarized) ) Name: tQ1,C lgpiril Name: JD:c AJart rY14oAN Tr Title: C"FES. Title: I SE0_9ETW2Y %a&*5L*E.r¢ State yf _. _r..tay] State Yf �)ss -' Count�1jof-�t��..,.�.�en-o„�n) Iss I \ Count of nl5r5l (� Ond�.-Y afore me,/l�" l..l.J On 4s�� befor personally appeared l l? ' personally appeared personally known to me (dr-pr ed-to-me-on-[hasMo ' personally known to me ( prove o me on h'e- f- satisfactary-evidencspto be the pton(�whose name(s5}is re sa#isfaetoq-ewdenc2)Yo be the person(s#)whose name(d,J' / re- subscribed to the within instrument and acknowledged to me subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/herlAeir authorized that he/she/they-executed the same in his/her/their authorized capacity(ies), and that by his/hi signature(i) on the capacity(ies)- and that by hisfher/their signatureO on the instrument the person( ),or the entity upon behalf of which the instrument the person(R), or the entity upon behalf of which the person(s Iacted,executed the instrument. person()acted,executed the instrument.' WITNESS my hand �jand official seal. WITNESS my hand and official seal. I ) Notary Signature:UCH - r La Notary Signature: Notary Seal Notary Seal: .e M 19 -yyyvAArRrTd1�i�u1-� w� WJC t)Ni�1. A 90t�@( � oT�� g4­,AAll 096, va6L I A�rs , M'_ % O 1765572 CM1265 2 / NC1AYtBC CALIF OTh9Y 11LC-CALII'ORnIA 0 e� � CJY a) l 111VEnSIDE COUNTY �I ' -,"-,' rv,�N/ I sy t.nmsn upsrn9 Juro 2� e00A� ¢IL M7 C,mivr.Cxji Ju•ie 24 900,,17 AViHE4O'WMAI S-Pf TWsr; Ic'"q"y Jo f - s • ��;. .. � ,�.. ,w. . , �� "� .,, CITY OF PALM SPRINGS NOTICE INVITING BIDS For constructing: DEMUTH CENTER RESTROOM FACILITIES (Tile Work) City Project 98-20 N-1 NOTICE IS HEREBY GIVEN that informal bids for the DEMUTH CENTER RESTROOM FACILITIES (Tile Work) will be received at the office of the Director of Procurement and Contracting of the City of Palm Springs, California, until 5:00 P.M., Friday, April 19, 2002. N-2 DESCRIPTION OF THE WORK: The Work of this Contract comprises ceramic tile, painting, and appurtenant work as shown in the Project Drawings, consisting of the following: 1) Furnishing and installing building paper, lathing and plastering for backing for exterior ceramic tile walls 2) Furnishing and installing ceramic wall the over Portland cement concrete scratch and brown coat base 3) Furnishing and installing anti-graffiti coatings on all exterior ceramic tile walls 4) Furnishing and installing finish painting N-3 STANDARD SPECIFICATIONS: All work included in this contract shall comply with the attached technical specifications. N-4 ADDRESS AND MARKING OF BIDS: Informal bids shall be delivered or mailed to the Director of Procurement and Contracting at 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. CITY OF PALM SPRINGS SPECIFICATIONS PART III - TECHNICAL SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS Section 01011 - Summary of Work Section 01092 - Reference Standards & Abbreviations Section 01201 - Project Meetings Section 01301 - Contractor Submittals Section 01401 - Quality Control Section 01505 - Mobilization Section 01511 - Temporary Utilities Section 01541 - Protection of Existing Facilities Section 01551 - Site Access and Parking Section 01561 - Temporary Environmental Controls Section 01601 - Materials & Equipment Section 01701 - Contract Closeout DIVISION 2 - SITEWORK NOT USED DIVISION 3 - CONCRETE NOT USED DIVISION 4 - MASONRY NOT USED DIVISION 5 - METALS NOT USED DIVISION 6 - WOOD & PLASTICS NOT USED DIVISION 7 - THERMAL & MOISTURE CONTROL NOT USED DIVISION 8 - DOORS & WINDOWS NOT USED DIVISION 9 - FINISHES DEMUTH CENTER RESTROOM FACILITIES CONTENTS CITY PROJECT NO. 98-20 PART III 5/24/02 0 Section 09200 - Lath and Plaster Section 09311 - Ceramic Tile Section 09831 - Anti-graffiti coating Section 09900 - Painting DIVISION 10 - SPECIALITIES NOT USED DIVISION 11 - EQUIPMENT NOT USED DIVISION 12 - FURNISHINGS NOT USED DIVISION 13 - SPECIAL CONSTRUCTION NOT USED DIVISION 14 - CONVEYING SYSTEMS NOT USED DIVISION 15 - MECHANICAL NOT USED DIVISION 16 - ELECTRICAL NOT USED PART IV - APPENDICES NOT USED DEMUTH CENTER RESTROOM FACILITIES CONTENTS CITY PROJECT NO 98-20 PART III 5124/02 SECTION 01011 SUMMARY OF WORK 1 . 01 GENERAL A. The Work to be performed under this Contract shall consist of furnishing all plant, tools, equipment, materials, supplies, and manufactured articles for the Project. It shall also include the furnishing of all transportation and services, including fuel, power, water, and essential communications, and for the performance of all labor, work, or other operations required for the fulfillment of the Contract in strict accordance with the Contract Documents . 1 . 02 WORK COVERED BY CONTRACT DOCUMENTS A. The Work of this Contract comprises furnishing and installing ceramic tile, metal trim, and exterior coatings on the exterior walls of a new prefabricated restroom facility at the Demuth Park on Mesquite Avenue in Palm Springs, California. The Contractor' s work on site includes, but is not limited to: 1) Furnishing and installing building paper, lathing and plastering for backing for exterior ceramic tile walls 2) Furnishing and installing ceramic wall tile over Portland cement concrete scratch and brown coat base 3) Furnishing and. installing anti-graffiti coatings on all exterior ceramic tile walls 1 .03 BEGINNING AND COMPLETION OF THE WORK A Time is of the essence of the Contract . The Contractor shall begin the Work on the date specified in the written Notice to Proceed from the City, and shall complete all of the Work included in the Contract within 20 working days after delivery on site of the prefabricated restroom building. Time stated for completion shall include final cleanup of the premises . 1. 04 CONTRACT METHOD A. The Work, hereunder will be constructed under a single lump sum contract . DEMUTH CENTER RESTROOM FACILITIES MEASUREMENT AND PAYMENT CITY PROJECT NO, 98-20 SECTION 01026-PAGE 1 5/24/02 1 . 05 ORDER OF THE WORK A. The Work shall be carried on at such places on the project and also in such order or precedence as may be found necessary by the City' s representative to expedite completion of the Project. After work has begun on any portion of a designated part of the Project, it shall be carried forward to its final completion as rapidly as practicable. The order and time to complete shall conform to the requirements of the approved Contractor' s schedule as submitted under the provisions for "Contractor' s Schedules" in Section 01301, "Contractor Submittals . " 1 . 06 BASE LINES AND GRADES A. Contractor' s Layout: The Contractor shall furnish at its own expense all such stakes, templates, platforms, ranges, gages, equipment, tools, materials, and all labor as required in laying out any and all parts of the Work. 1 .07 CONTRACTOR USE OF PROJECT SITE A. The Contractor' s use of the project site shall be limited to its construction operations, including on-site storage of materials, on-site fabrication facilities, and field offices . 1 .08 CITY USE OF THE PROJECT SITE A. When the Contractor' s work involves rehabilitation of or extension to the existing facilities, the City may utilize all or part of the existing site during the entire period of construction for the conduct of the City' s normal operations . The Contractor shall cooperate with the City Engineer to minimize interference with the Contractor ' s operations and to facilitate the City' s operations . In any event, the City and the Engineer and their authorized representatives shall be allowed access to the project site at all times during the period of construction. END OF SECTION DEMUTH CENTER RESTROOM FACILITIES MEASUREMENT AND PAYMENT CITY PROJECT NO, 98-20 SECTION 01026-PAGE 2 5124/02 SECTION 01092 REFERENCE STANDARDS AND ABBREVIATIONS 1 . 01 GENERAL A. Titles of Sections and Paragraphs : Captions accompanying specification sections and paragraphs are for convenience of reference only, and do not form a part of the Specifications . B. Applicable Publications : Whenever in these specifications references are made to published specifications, codes, standards, or other requirements, it shall be understood that wherever no date is specified, only the latest specifications, standards, or requirements of the respective issuing agencies which have been published as of the date that the Work is advertised for bids, shall apply; except to the extent that said standards or requirements may be in conflict with applicable laws, ordinances, or governing codes . No requirements set forth herein or shown on the drawings shall be waived because of any provision of, or omission from, said standards or requirements . 1 .02 REFERENCE SPECIFICATIONS, CODES, AND , STANDARDS A. Without limiting the general provisions of other portions of the specifications, all work specified herein shall conform to or exceed the requirements of all applicable codes and the applicable requirements of the following documents to the extent that the provisions of such documents are not in conflict with the requirements of these Specifications nor the applicable codes . B. References herein to codes shall mean the following listed codes, as adopted by the City of Palm Springs, including all addenda, modifications, amendments, or other lawful changes thereto: Uniform Building Code, 1997 Edition, as published by the International Conference of Building Officials (ICBO) Uniform Plumbing Code, 1997 Edition, as published by the International Association of Plumbing and Mechanical Officials (IAPMO) REFERENCE STANDARDS DEM LITH CENTER RESTROOM FACILITIES AND ABBREVIATIONS CITY PROJECT NO. 98-20 SECTION 01092 -PAGE 1 5/24/02 0 0 Uniform Mechanical Code, 1997 Edition, as Published by the International Conference of Building Officials (ICBO) National Electrical Code, 1994 Edition, as Published by the National Fire Protection Association (NFPA) California Code of Regulations, Title 19 Public Safety, and Title 24 Building Standards . C. In case of conflict between codes, reference standards, drawings and the other Contract Documents, the most stringent requirements shall govern. All conflicts shall be brought to the attention of the Engineer for clarification and directions prior to ordering or providing any materials or labor. The Contractor shall bid the most stringent requirements . D. Applicable Standard Specifications : The contractor shall construct the Work specified herein in accordance with the requirements of the Contract Documents and the referenced portions of those referenced codes, standards, and specifications listed herein; except, that whenever references to "Standard Specifications" are made, the provisions therein for measurement and payment shall not apply- E. References in the Contract Documents to "Standard Specifications" shall mean the Standard Specifications for Public Works Construction ( "Green Book") , 2000 Edition including all current supplements, addenda, and revisions thereof. F. Applicable Safety Standards : References herein to "Cal- OSHA" shall mean State of California, Department of Industrial Relations, Construction Safety Orders, as amended to Date, and all changes and amendments thereto which are effective as of the date of construction. G. References herein to "OSHA Standards" shall mean Title 29, Part 1910, Occupational Safety and Health Standards, Code of Federal Regulations] (OSHA) , including all changes and amendments thereto. 1 .03 ABBREVIATIONS AND ACRONYMS A. Wherever in these Specifications references are made to the standards, specifications, or other published data of the various national, regional, or local organizations, REFERENCE STANDARDS CITYU R CENTER , 98-20 OM FACILITIES AND ABBREVIATIONS CITY PROJECT NO. 98-20 5/24/02 SECTION 01092-PAGE 2 such organizations may be referred to by their acronym or abbreviation only. As a guide to the user these specifications, the following acronyms or abbreviations which may appear in these specifications shall have the meanings indicated herein. ACI American Concrete Institute AGO Associated General Contractors ANSI American National Standards Institute, Inc. APA American Plywood Association ASTM American Society for Testing and Materials AWPA American Wood Preservers Association AWPI American Wood Preservers Institute AWS American Welding Society AWWA American Water Works Association Cal-OSHA California Construction Safety Orders CBM Certified Ballast Manufacturer ' s CLPCA California Lathing & Plastering Contractors Association CRSI Concrete Reinforcing Steel Institute ETL Electrical Test Laboratories ICBO International Conference of Building Officials IEEE Institute of Electrical and Electronics Engineers IES Illuminating Engineering Society IPCEA Insulated Power Cable Engineers Association MBMA Metal Building Manufacturer' s Association NBS National Bureau of Standards NEC National Electrical Code NEMA National Electrical Manufacturer ' s Association NFPA National Fire Protection Association NFPA National Forest Products Association OSHA Occupational Safety and Health Admin. (Federal) PCA Portland Cement Association RIS Redwood Inspection Service SMACCNA Sheet Metal and Air Conditioning Contractors National Association SSPC Steel Structures Painting Council SSPWC Standard Specifications for Public Works Construction UBC Uniform Building Code UL Underwriters Laboratories, Inc. WCLIB West Coast Lumber Inspection Bureau WCRSI Western Concrete Reinforcing Steel Institute WIC Woodwork Institute of California WRI Wire Reinforcement Institute, Inc. WWPA Western Wood Products Association END OF SECTION REFERENCE STANDARDS CITYU R CENTER . 98-20 OM FACILITIES AND ABBREVIATIONS CITY PROJECT NO. 98-20 5/24/02 SECTION 01092 -PAGE 3 SECTION 01201 PROJECT MEETINGS 1 . 01 GENERAL A The Contractor, along with the Contractor' s Superintendent or Project Manager, as a minimum, shall attend all meetings scheduled by the Engineer for coordination and collection and dissemination of information related to the Work. 1 .02 PRECONSTRUCTION CONFERENCE A. Prior to the commencement of Work at the site, a Pre- construction conference will be held at a mutually agreed time and place which shall be attended by the Contractor, its superintendent, and its sub-contractors as appropriate. Other attendees will be: 1 . Engineer and/or the City' s Project Representative. 2 . Representatives of City. 3 . Others as requested by Contractor, City, or Engineer. B. Unless previously submitted to the Engineer, the Contractor shall bring to the conference one copy of each of the following: 1 . Tentative Construction Schedule . 2 . Shop Drawing/Sample/Substitute or "Or Equal" submittal schedule. 3 . Schedule of values for progress payment purposes . C. The purpose of the conference is to designate responsible personnel and establish a working relationship. Matters requiring coordination will be discussed and procedures for handling such matters established. The complete agenda will be furnished to the Contractor prior to the meeting date, which may include the following: 1 . Contractor' s tentative schedules . 2 . Transmittal, review, and distribution of Contractor' s submittals . 3 . Processing applications for payment . DEMUTH CENTER RESTROOM FACILITIES PROJECT MEETINGS CITY PROJECT NO, 98-20 SECTION 01201-PAGE 1 5124/02 4 . Maintaining of record documents . 5 . Critical work sequencing. 6 . Field decisions and Change Orders . 7 . Use of project site, office and storage areas, security, housekeeping, and City' s needs . 8 . Major equipment deliveries and priorities . 9. Contractor' s assignments for safety and first aid. D. The Engineer will preside at the pre-construction conference and will arrange for keeping the minutes and distributing the minutes to all persons in attendance . 1 . 03 PROGRESS MEETINGS A. After commencement of Work, weekly project coordination conferences will be held at a mutually agreed time and place, which shall be attended by the Contractor, its superintendent, and its sub-contractors as appropriate . Other attendees may include : 1 . The Engineer and/or City' s Project Representative 2 . Representatives of the City 3 . The Manufacturer' s Representative 4 . Others as requested by Contractor, City or Engineer. B. The purpose of the Progress Meetings is to maintain open communication and resolve problems . The complete agenda will be furnished to the Contractor prior to meeting date . Subjects may include: 1 . Contractor' s updated schedules 2 . Transmittal, review and distribution of Contractor' s submittals 3 . Processing applications for payment 4 . Updating of record documents 5 . Critical work sequencing 6 . Field decisions and Change Orders C. The Engineer will preside at the Progress Meetings and will arrange for keeping the minutes and distributing the minutes to all persons in attendance . END OF SECTION DEMUTH CENTER RESTROOM FACILITIES PROJECT MEETINGS CITY PROJECT NO, 98-20 SECTION 01201-PAGE 2 5124/02 SECTION 01301 CONTRACTOR SUBMITTALS 1 . 01 GENERAL A. The term "submittal" as used herein shall mean any drawing, calculation, specification, product data, samples, manuals, requests for substitutes, spare parts, photographs, survey data, record drawings, bonds, or similar items required to be submitted to the Engineer under the terms of the contract . B. All subcontractor and supplier or fabricator submittals shall be carefully reviewed by an authorized representative of the Contractor, prior to submittal to the Engineer. Each submittal of the Contractor or its subcontractors and suppliers or fabricators shall be dated, signed, and certified by the Contractor, as being correct and in strict conformance with the Contract Documents . In the case of shop drawings, each sheet shall be so dated, signed, and certified. No consideration for review by the Engineer of any Contractor submittals will be made for any items which have not been so certified by the Contractor. C. The Engineer' s review of Contractor submittals shall not relieve the Contractor of the entire responsibility for the correctness of details and dimensions . The Contractor shall assume all responsibility and risk for any misfits due to any errors in Contractor submittals . The Contractor shall be responsible for the dimensions and the design of adequate connections and details . D. A preliminary schedule of values (lump sum price breakdown) shall be submitted at the time of the preconstruction conference for all of the work hereunder to serve as the basis for progress payments during construction. 1 . 02 PROPOSED SUBSTITUTES OR "OR EQUAL" ITEMS A. For convenience in designation in the Contract Documents, a brand or trade name may be specified. The use of any substitute material, product, or equipment which is equal in quality and utility and possesses the required characteristics for the purpose intended will be permitted, subject to the following requirements : DEMUTH CENTER RESTROOM FACILITIES CONTRACTOR SUBMITTALS CITY PROJECT NO. 98-20 SECTION 01301-PAGE 1 5/24/02 • 1 . The burden of proof as to the quality and utility of any such substitute material, product, or equipment shall be upon the Contractor. 2 . The Engineer will be the sole judge as to the quality and utility of any such substitute material, product, or equipment and its decision shall be final . B. The supporting documentation for any proposed substitute or "or-equal" item must be submitted within 20 days after the bid opening; otherwise the Contractor agrees to furnish one of the brand name products specified. 1 . 03 SHOP DRAWINGS A. Wherever called for in the Contract Documents, or where required by the Engineer, the Contractor shall furnish to the Engineer for review, 4 copies of each shop drawing submittal. The term "Shop Drawings" as used herein shall be understood to include detail design calculations, shop drawings, fabrication and installation drawings, erection drawings, lists, graphs, operating instruction, catalog sheets, data sheets, and similar items . Unless otherwise required, said Shop Drawings shall be submitted to the Engineer at a time sufficiently early to allow review of same by the Engineer, and to accommodate the rate of construction progress required under the Contract. B. Ali Shop Drawings shall be accompanied by the Engineer' s standard submittal transmittal form. This form may be obtained in quantity from the Engineer at reproduction cost . Any submittal not accompanied by such a form, or where all applicable items on the form are completed, will be returned for re-submittal . C. Normally, a separate transmittal form shall be used for each specific items or class of material or equipment for which a submittal is required. Transmittal of a submittal of various items using a single transmittal form will be permitted only when the items taken together constitute a manufacturer ' s "package" or are so functionally related that expediency indicates review of the group or package as a whole. A multiple-page submittal shall be collated into sets, and each set shall be stapled or bound, as appropriate, prior to transmittal to the Engineer. D. Except as may otherwise be provided herein, the Engineer will return prints of each submittal to the Contractor with its comments noted thereon, within 21 calendar days following their receipt by the Engineer. It is considered DEMUTH CENTER RESTROOM FACILITIES CONTRACTOR SUBMITTALS CITY PROJECT NO, 98-20 SECTION 0130'1-PAGE 5/24/02 reasonable that the Contractor shall make a complete and acceptable submittal to the Engineer by the second submission of a submittal item. The City reserves the right to withhold monies due the Contractor to cover additional cost of the Engineer' s review beyond the second submittal. E. If 3 copies of a submittal are returned to the Contractor marked "APPROVED" or "ACCEPTED" or "NO EXCEPTIONS TAKEN, " formal revision and resubmission of said submittal will not be required, F. If one copy of the submittal is returned to the Contractor marked "AMEND-RESUBMIT, " the Contractor shall revise said submittal and shall resubmit 6 copies of said revised submittal to the Engineer. G. If one copy of the submittal is returned to the Contractor marked "REJECTED-RESUBMIT, " the Contractor shall revise said submittal and shall resubmit 6 copies of said revised submittal to the Engineer. H. Fabrication of an item may be commenced only after the Engineer has reviewed the pertinent submittals and returned copies to the Contractor marked either "NO EXCEPTIONS TAKEN" or "APPROVED" or "ACCEPTED" or "MAKE CORRECTIONS NOTED. " Corrections indicated on submittals shall be considered as changes necessary to meet the requirements of the Contract Documents and shall not be taken as the basis of claims for extra work. 1 . 04 SAMPLES A. Unless otherwise specified, whenever in the Specifications samples are required, the Contractor shall submit not less than 3 units of each such sample item or material to the Engineer for approval at no additional cost to the City. B. Samples, as required herein, shall be submitted for approval prior to ordering such material for delivery to the job-site, and shall be submitted in an orderly sequence so that dependent materials or equipment can be assembled and reviewed without causing delays in the Work. C. All samples shall be individually and indelibly labeled or tagged, indicating thereon all specified physical characteristics and manufacturer' s names for identification and submittal to the Engineer for approval. DEM UTH CENTER RESTROOM FACILITIES CONTRACTOR SUBMITTALS CITY PROJECT NO. 98-20 SECTION 0 13 01-PAGE 5/24/02 • 0 D. Unless otherwise specified, all colors and textures of specified items will be selected by the Engineer from the manufacturer ' s standard colors and standard materials, products, or equipment lines . 1 .05 RECORD DRAWINGS A. The Contractor shall keep and maintain, at the job site, one record set of Contract Drawings . On these, it shall mark all project conditions, locations, configurations, and any other changes or deviations which may vary from the details represented on the original Contract Drawings, including buried or concealed construction and utility features which are revealed during the course of construction. B. Special attention shall be given to recording the horizontal and vertical location of all buried utilities that differ from the locations indicated, or which were not indicated on the Contract Drawings . Said record drawings shall be supplemented by any detailed sketches as necessary or directed to indicate, fully, the Work as actually constructed. C. These master record drawings of the Contractor' s representation of "as-built" conditions, including all revisions made necessary by addenda, change orders, and the like shall be maintained up-to-date during the progress of the Work. D. Final Record Drawings : Upon substantial completion of the Work and prior to final acceptance by the City, the Contractor shall complete and deliver the completed set of Record Drawings to the Engineer for transmittal to the City, conforming to the construction records of the Contractor. This set of drawings shall consist of corrected plans showing the reported location of the Work. The information submitted by the Contractor and incorporated by the Engineer into the Record Drawings will be assumed to be reliable, and the Engineer will not be responsible for the accuracy of such information, nor for any errors or omissions which may appear on the Record Drawings as a result . DEMUTH CENTER RESTROOM FACILITIES CONTRACTOR SUBMITTALS CITY PROJECT NO. 98-20 SECTION 01301-PAGE4 5/24/02 E. Effect on Final Payment : Final payment will not be approved until the Contractor- prepared Final Record Drawings have been delivered to the Engineer. Said up-to-date, Record Drawings may be in the form of a set of prints with carefully plotted information overlaid in pencil . END OF SECTION DEM UTH CENTER RESTROOM FACILITIES CONTRACTOR SUBMITTALS CITY PROJECT NO. 98-20 SECTION 01301-PAGE 5 5/24/02 SECTION 01401 QUALITY CONTROL 1 . 01 SITE INVESTIGATION AND CONTROL A. The Contractor shall verify all dimensions in the field and shall check all field conditions continuously during construction. The Contractor shall be solely responsible for any inaccuracies built into the Work. B. The Contractor shall inspect related and appurtenant work and shall report in writing to the Engineer any conditions which will prevent proper completion of the Work. Any required removal, repair, or replacement caused by unsuitable conditions shall be done by the Contractor at its sole cost and expense. 1 . 02 INSPECTION OF THE WORK A. General : The Work shall be conducted under the general observation of the Engineer and shall be subject to intermittent inspection by representatives of the City to assure strict compliance with the requirements of the Contract Documents . The presence of an inspector, however, shall not relieve the Contractor of the responsibility for the proper execution of the Work in accordance with all requirements of the Contract Documents . Compliance is distinctly a duty of the Contractor, and said duty shall not be avoided by any act or omission on the part of an inspector. B. All materials and articles furnished by the Contractor shall be subject to rigid inspection, and no material or articles shall be used in the Work until it has been inspected and accepted by the Engineer for the City. 1 . 03 SAMPLING AND TESTING A. Unless otherwise specified, all sampling and testing shall be in accordance with the methods prescribed in the current standards of the ASTM or other specified published standards, as applicable to the class and nature of the article or materials considered; however, the City reserves the right to use any generally-accepted system of sampling and testing which, in the opinion of the Engineer will assure the City that the quality of the workmanship is in full accord with the Contract Documents . DEMUTH CENTER RESTROOM FACILITIES QUALITY CONTROL CITY PROJECT NO 98-20 5/24/02 SECTION 01401-PAGE 1 B. Any waiver by the City of any specific testing or other quality assurance measures, whether or not such waiver is accompanied by a guarantee of substantial performance as a relief from the specified testing or other quality assurance requirements as originally specified, and whether or not such guarantee is accompanied by a performance bond to assure execution of any necessary corrective or remedial Work, shall not be construed as a waiver of any prescriptive or performance requirements of the Contract Documents . C. Notwithstanding the existence of such waiver, and in addition to any testing and inspection performed by any other inspector on behalf of the City or any other public agency having jurisdiction, the Engineer shall have the right to make independent investigations and tests, and failure of any portion of the Work to meet any of the requirements of the Contract Documents, shall be reasonable cause for the Engineer to require the removal or correction and reconstruction of any such work in accordance with the General Conditions . 1 . 04 TIME OF INSPECTIONS AND TESTS A. Samples and test specimens required under the Contract Documents shall be furnished by the Contractor and prepared for testing in ample time for the completion of the necessary tests and analyses before the subject materials or articles are to be used. The Contractor shall furnish all required test specimens at its own expense. Except as otherwise provided in the Contract Documents, performance of the required tests will be by the City, and all costs therefor will be borne by the City; except, that the cost of any test which shows unsatisfactory results shall be borne by the Contractor. B. Whenever the Contractor is ready to backfill, bury, cast in concrete, hide, or otherwise cover or make inaccessible any work under the Contract, the Contractor shall notify the Engineer not less than 24 hours in advance of beginning any such work of backfilling, burying, casting in concrete, hiding, covering, or making inaccessible any portion of the Work to be inspected, so that the required inspections can be scheduled and performed. Failure of the Contractor to notify the Engineer at least 24 hours in advance of any such inspections shall be reasonable cause for the Engineer to require sufficient delay in the Contractor' s schedule to allow time for such inspections and any remedial or corrective work required, and all costs of such delays, including its impact or effect upon DEMUTH CENTER RESTROOM FACILITIES QUALITY CONTROL CITY PROJECT NO. 98-20 SECTION 01401-PAGE 2 5/24/02 0 • other portions of the Work shall be borne by the Contractor. END OF SECTION DEMUTH CENTER RESTROOM FACILITIES QUALITY CONTROL CITY PROJECT NO, 98-20 SECTION 0 1401-PAGE 5/24102 SECTION 01505 MOBILIZATION 1 . 01 GENERAL A. Mobilization shall include the obtaining of all bonds, insurance, and permits; moving onto the site of all plant and equipment; and the furnishing and erecting of plants, temporary buildings, and other construction facilities; all as required for the proper performance and completion of the Work. Mobilization shall include but not be limited to the following principal items : 1 . Moving on to the site of all Contractor' s plant and equipment required for first month' s operations . 2 . Installing temporary construction power, wiring, and lighting facilities per Section 01511 . 3. Establishing fire protection system per Section 01511 . 4 . Developing and installing construction water supply per Section 01511 . 5 . Providing on-site sanitary facilities and potable water facilities as specified per Section 01511 . 6. Obtaining and paying for all required permits . 7 . Posting all OSHA required notices and establishment of safety programs . 8 . Have the Contractor' s superintendent at the job site full time. 9. Submittal of detailed Preliminary Construction Schedule at the Pre-construction meeting for the City' s and Engineer' s approval, per Section 01301 B. In addition to the requirements specified above, all submittals shall conform to the applicable requirements of Section 01301 "Contractor Submittals . " DEMUTH CENTER RESTROOM FACILITIES MOBILIZATION CITY PROJECT NO. 98-20 SECTION 01505-PAGE 1 5/24/02 0 1 . 02 PAYMENT FOR MOBILIZATION A. The Contractor ' s attention is directed to the condition that 5 percent of the total Contract Price will be deducted from any money due the Contractor as initial progress payments until all mobilization items listed above have been completed as specified. The aforementioned amount will be retained by the City as the agreed, estimated value of completing all of the mobilization items listed. Any such retention of money for failure to complete all such mobilization items as a lump-sum item shall be in addition to the retention of any payments due to the Contractor as specified in the Contract Documents . B. Payment for mobilization will be made in the form of a single, lump-sum, non-proratable allowance determined by the Engineer, and no part thereof will be approved for payment under the Contract until all mobilization items listed above have been completed as specified. END OF SECTION DEMUTH CENTER RESTROOM FACILITIES MOBILIZATION CITY PROJECT NO. 98-20 SECTION 01505-PAGE 2 5124/02 SECTION 01511 TEMPORARY UTILITIES 1 . 01 GENERAL A. It shall be the Contractor' s responsibility to provide plant and equipment that is adequate for the performance of the Work under this Contract within the time specified. All such work shall be subject to inspection and approval by the Engineer at any time within the duration of the Contract. B. All work hereunder shall conform to the applicable requirements of Cal-OSHA Construction Safety Orders . 1 . 02 POWER AND LIGHTING A. Power: The Contractor shall use existing electrical power from existing panel and/or outlets located in adjacent building. B. Construction Lighting: All Work conducted at night or under conditions of deficient daylight shall be suitably lighted to insure proper Work and to afford adequate facilities for inspection and safe working conditions . C. Approval of Electrical Connections : Ail temporary connections for electricity shall be subject to approval of the Engineer and the power company representative, and shall be removed in like manner at the Contractor' s expense prior to final acceptance of the Work by the City. D. Separation of Circuits : Unless otherwise permitted by the Engineer, circuits separate from lighting circuits shall be used for all power purposes . E. Construction Wiring: All wiring for temporary electric light and power shall be properly installed and maintained and shall be securely fastened in place. 1 . 03 WATER SUPPLY A. General : The City will furnish, without charge, reasonable quantities of water required by the Contractor in performance of the Work under the Contract; however, the Contractor shall provide all facilities necessary to convey the water from the City-designated source to the points of use in accordance with the requirements of the Contract Documents . DEMUTH CENTER RESTROOM FACILITIES TEMPORARY UTILITIES CITY PROJECT NO. 98-20 SECTION 0 1511-PAGE 1 5124/02 1 .04 SANITATION A. Toilet Facilities : Contractor' s employees may use existing toilet facilities adjacent to the site . B. Sanitary and Other Organic Wastes : The Contractor shall establish a regular daily collection of all sanitary and organic wastes . All wastes and refuse from sanitary facilities provided by the Contractor or organic material wastes from any other source related to the Contractor' s operations shall be disposed of away from the site in a manner satisfactory to the Engineer and in accordance with all laws and regulations pertaining thereto. 1 . 05 TELEPHONE COMMUNICATIONS A. The Contractor shall provide and maintain at all times during the progress of the Work, a telephone number where the Contractor' s on-site representative can be contacted at all times while the Work is in progress . END OF SECTION DEMUTH CENTER RESTROOM FACILITIES TEMPORARY UTILITIES CITY PROJECT NO. 98-20 SECTION 0 1511-PAGE 5/24102 SECTION 01541 PROTECTION OF EXISTING FACILITIES 1 . 01 GENERAL A. The Contractor shall protect all existing utilities and improvements not designated for removal and shall restore damaged or temporarily relocated utilities and improvements to a condition equal to or better than they were prior to such damage or temporary relocation, all in accordance with requirements of the Contract Documents . B. The Contractor shall verify the exact locations and depths of all utilities shown and the Contractor shall make exploratory excavations of all utilities that may interfere with the Work. All such exploratory excavations shall be performed as soon as practicable after award of contract and, in any event, a sufficient time in advance of construction to avoid possible delays to the Contractor' s work. When such exploratory excavations show the utility location as shown to be in error, the Contractor shall so notify the Engineer. C. The number of exploratory excavations required shall be that number which is sufficient to determine the alignment and grade of the existing utility line. 1 .02 RIGHTS-OF-WAY A. The Contractor shall not do any work that would affect any oil, gas, sewer, or water pipeline; any telephone, telegraph, or electric transmission line; any fence; or any other structure, nor shall the Contractor enter upon the rights-of-way involved until notified by the Engineer that the City has secured authority therefor from the proper party. After authority has been obtained, the Contractor shall give said party due notice of its intention to begin work, and shall give said party convenient access and every facility for removing, shoring, supporting, or otherwise protecting such pipeline, transmission line, ditch, fence, or structure, and for replacing same. END OF SECTION DEMUTH CENTER RESTROOM FACILITIES PROTECTION OF EXISTING FACILITIES CITY PROJECT NO 98-20 SECTION 01541-PAGE 1 5/24102 SECTION 01551 SITE ACCESS AND PARKING 1 . 01 GENERAL A. The Contractor shall take all necessary precautions for the protection of the Work and the safety of the public. All barricades and obstructions shall be illuminated at night, and all lights shall be kept burning from sunset until sunrise. The Contractor shall station such guards or flaggers and shall conform to such special safety regulations relating to traffic control as may be required by the public authorities within their respective jurisdictions . All signs, signals, and barricades shall conform to the requirements of Caltrans "Manual of Traffic Controls - Warning Signs, Lights, and Devices for Use in Performance of Work Upon Highways . " 1 . 02 HIGHWAY LIMITATIONS A. The Contractor shall make its own investigation of the condition of available access routes to and from the site of the Work. If suitable access is not available, it shall be the Contractor' s responsibility to construct and maintain any access or haul roads required for its construction operations . 1 . 03 PARKING A. The area for Contractor' s employees will be limited to the west side of the parking lot adjacent to the project site. Specific spaces will be identified by the City. 1 . 04 MATERIAL AND DUMPSTER LOCATION A. An area convenient to access the area of work will be identified by the City in co-operation with the Contractor. END OF SECTION DEMUTH CENTER RESTROOM FACILITIES SITE ACCESS AND PARKING CITY PROJECT NO 98-20 SECTION 01551-PAGE 1 5/24/02 SECTION 01561 TEMPORARY ENVIRONMENTAL CONTROLS 1 . 01 EXPLOSIVES AND BLASTING A. The use of explosives on the Work will NOT be permitted. 1 . 02 DUST ABATEMENT A. The Contractor shall furnish all labor, equipment, and means required and shall carry out effective measures wherever and as often as necessary to prevent its operation from producing dust in amounts damaging to property, cultivated vegetation, or domestic animals, or causing a nuisance to persons living in or occupying buildings in the vicinity. The Contractor shall be responsible for any damage resulting from any dust originating from its operations . The dust abatement measures shall be continued until the Contractor is relieved of further responsibility by the Engineer. B. The Contractor shall be responsible for maintaining the project site and providing adequate dust control 24 hours a day, everyday, through the duration of the project, in conformance with City requirements, Section 7-8 of the Standard Specifications, and to the satisfaction of the City Engineer. 1 .03 RUBBISH CONTROL A. During the progress of the Work, the Contractor shall keep the site of the Work and other areas used by it in a neat and clean condition, and free from any accumulation of rubbish. The Contractor shall dispose of all rubbish and waste materials of any nature occurring at the Work site, and shall establish regular intervals of collection and disposal of such materials and waste. B. Contractor shall also keep its haul roads free from dirt, rubbish, and unnecessary obstructions resulting from its operations . Disposal of all rubbish and surplus materials shall be off the site of construction in accordance with local codes and ordinances governing locations and methods of disposal, and in conformance with all applicable safety laws . DEMUTH CENTER RESTROOM FACILITIES TEMPORARY ENVIRONMENTAL CONTROLS CITY PROJECT NO. 98-20 SECTION 01561-PAGE 1 5124/02 1 .04 CHEMICALS A. All chemicals used during project construction or furnished for project operation, whether defoliant, soil sterilant, herbicide, pesticide, disinfectant, polymer, reactant or of other classification, shall show approval of either the U. S . Environmental Protection Agency or the U. S . Department of Agriculture . Use of all such chemicals and disposal of residues shall be in strict accordance with the printed instructions of the manufacturer. END OF SECTION DEMUTH CENTER RESTROOM FACILITIES TEMPORARY ENVIRONMENTAL CONTROLS CITY PROJECT NO. 98-20 SECTION 01561-PAGE 2 5/24102 SECTION 01601 MATERIALS AND EQUIPMENT 1 . 01 GENERAL A. The word "Products, " as used herein, is defined to include purchased items for incorporation into the Work, regard- less of whether specifically purchased for project or taken from Contractor' s stock of previously purchased products . The word "Materials, " is defined as products which must be substantially cut, shaped, worked, mixed, finished, refined, or otherwise fabricated, processed, installed, or applied to form units of work. The word "Equipment" is defined as products with operational parts, regardless of whether motorized or manually operated, and particularly including products with service connections (wiring, piping, etc. ) . Definitions in this paragraph are not intended to negate the meaning of other terms used in Contract Documents, including "specialties, " "systems, " "structure, " "finishes, " "accessories, " "furnishings, " "special construction, " and similar terms, which are self-explanatory and have recognized meanings in the construction industry. 1 .02 QUALITY ASSURANCE A. Source Limitations : To the greatest extent possible for each unit of work, the Contractor shall provide products, materials, or equipment of a singular generic kind from a single source. B. Compatibility of Options : Where more than one choice is available as options for Contractor ' s selection of a product, material, or equipment, the Contractor shall select an option which is compatible with other products, materials, or equipment already selected. Compatibility is a basic general requirement of product/material selections . 1 . 03 MATERIALS A. Quantities . - The Contractor shall submit with each of its billing invoices, a corrected list of quantities, verified by the Engineer, for unit price items listed in the Bid Schedule or Schedule of Values . B. Placing Orders . - The Contractor shall place the order (s) for all long-lead supplies, materials, and equipment, for any traffic signing, striping, legends, and traffic control facilities within 3 working days after the award of Contract by the City. DEMUTH CENTER RESTROOM FACILITIES MATERIALS AND EQUIPMENT CITY PROJECT NO. 98-20 SECTION 01601-PAGE 1 5/24/02 0 • C. The Contractor shall furnish the Engineer with a statement from the vendor (s) that the order (s) for said supplies, materials, and equipment has been received and accepted by said vendor (s) within 15 working days from the date of said award of Contract . 1 . 04 SERVICING OF EQUIPMENT A. All equipment designated to be installed in the Work, whether temporarily stored at the site or installed in place, shall be serviced on a regularly scheduled basis, and a written log of services shall be maintained and submitted as a record document to the Engineer. END OF SECTION DEMUTH CENTER RESTROOM FACILITIES MATERIALS AND EQUIPMENT CITY PROJECT NO. 98-20 SECTION 01601-PAGE 2 5/24/02 SECTION 01701 CONTRACT CLOSEOUT 1 . 01 FINAL, CLEANUP A. The Contractor shall promptly remove from the vicinity of the completed Work, all rubbish, debris, unused materials, concrete forms, construction equipment, and temporary structures and facilities used during construction. Final acceptance of the Work by the City will be withheld until the Contractor has satisfactorily complied with the foregoing requirements for final cleanup of the project site. 1 . 02 CLOSEOUT TIMETABLE A. The Contractor shall establish dates for equipment testing, acceptance periods, (as required under the Contract) . Such dates shall be established not less than one week prior to beginning any of the foregoing items, to allow the City, the Engineer, and their authorized representatives and consultants sufficient time to schedule attendance at such activities . B. All temporary buildings and sheds shall be removed from the project site within 7 days after completion of the Work as defined in the Contract Documents . All temporary utilities and other temporary services shall remain in service for 7 days following completion of the Work, and shall be discontinued within 7 days after said completion of the Work. 1 . 03 FINAL SUBMITTALS A. The Contractor, prior to requesting its final progress payment, shall submit the following items to the Engineer for transmittal to the City: 1 . Written guarantees or warranties, where required 2 . Operating manuals and instructions 3 . Maintenance stock items; spare parts; special tools 4 . Completed final Record Drawings S . Bond for correction and repair period DEMUTH CENTER RESTROOM FACILITIES CONTRACT CLOSEOUT CITY PROJECT NO. 98-20 SECTION 01701 -PAGE 1 5124/02 6. Certificates of inspection and acceptance by local governing agencies having jurisdiction 7 . Releases executed by property owners or residents adjacent to the project site attesting that the Contractor has restored any damage done to their property during construction. 8 . Releases from all parties who are entitled to claims against the subject project, property, or improvement pursuant to the provisions of law. 1 . 04 COMPLETION OF THE WORK A. Completion of the Work, as the term is used in this Contract shall mean substantial completion of the Work and acceptance by the City. Substantial completion shall mean substantial performance of the Contract, which shall exist where there has been no willful departure from the terms of the Contract, and no omission in essential points, and the Contract has been honestly and faithfully performed in its material and substantial particulars, and the only variance consists of technical or relatively unimportant omissions or defects, and the Work can be used or occupied for the purpose for which it was intended. B. The date of substantial completion of the Project shall be the date when the construction is sufficiently completed, in accordance with the Contract Documents, as modified by any change orders agreed to by the parties, so that the City can occupy or utilize the project for the use for which it was intended, and the legislative body of the City has accepted the Project as evidenced by execution and recording of a Notice of Completion. 1 . 05 REMAINING PUNCH LIST ITEMS A. Upon attaining completion/substantial completion as determined by the City' s representative and upon acceptance of the Work by the City, by agreement between the parties some small remaining punch list items may remain to be completed by the Contractor, as provided under the provisions for "Completion of the Work" in Paragraph 1 . 04A, herein. B. The City shall have the right to retain an additional amount of money from the final progress payment due the Contractor, equal to 1 . 5 times the Engineer' s estimate of the value of such uncompleted punch list items . The Contractor hereby agrees to complete all such outstanding DEMUTH CENTER RESTROOM FACILITIES CONTRACT CLOSEOUT CITY PROJECT NO. 98-20 SECTION 01701 -PAGE 2 5/24102 punch list items within 30 calendar days following the date of the Notice of Completion and acceptance of the Work by the City. C. Failure of the Contractor to complete or correct all such outstanding punch list work to the satisfaction of the Engineer within 30 calendar days following acceptance and Notice of Completion, shall constitute a waiver by the Contractor of all rights to any and all claims it may have to all monies withheld by the City under the Contract to cover the value of such uncompleted or uncorrected items . 1 . 6 CORRECTION AND REPAIR A. The Contractor shall comply with the following correction and repair requirements : ARTICLE 13 -- WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK 13.1 Warranty and Guarantee: The CONTRACTOR warrants and guarantees to the CITY and the ENGINEER that all work will be in accordance with the Contract Documents and will not be defective. Neither the right to inspect, nor the presence of inspectors, the ENGINEER, consultants, or testing agencies hired by the CITY or the ENGINEER, nor their general review or approval shall relieve the CONTRACTOR from its obligations to perform the WORK in accordance with the Contract Documents. All defective WORK, whether or not in place. 13.2 Notice of Defects: Prompt notice of all defective Work of which the CITY or the ENGINEER have actual knowledge will be given to the CONTRACTOR.All defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.3 Access to the WORK: The CITY, the ENGINEER the ENGINEER's Consultants, other representatives and personnel of the CITY and the ENGINEER, independent testing laboratories and governmental agencies with jurisdictional interests shall have access to the WORK at reasonable times for their observation, inspecting, and testing. The CONTRACTOR shall provide them with proper and safe conditions for such access and advise them of the CONTRACTOR's site safety procedures and programs so that they may comply therewith as applicable.. 13.4 Tests and Inspections: a. The CONTRACTOR shall give the ENGINEER timely notice of readiness of the WORK for all required inspections, tests or approvals, but in no event less than 24 hours notice. The CONTRACTOR shall cooperate with inspection and testing personnel to facilitate required inspections or tests. b. The CITY will employ and pay for the services of an independent testing laboratory to perform all inspections,tests,or approvals required by the Contract Documents except: 1. for inspections,tests or approvals covered by paragraph 13.4c below; 2. that costs Incurred in connection with tests or inspections conducted pursuant to paragraph 13.51b below shall be paid as provided in said paragraph 13.51b; and DEMUTH CENTER RESTROOM FACILITIES CONTRACT CLOSEOUT CITY PROJECT NO. 98-20 SECTION 01701 -PAGE 3 5/24/02 3. as otherwise specifically provided in the Contract Documents. C. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected,tested or approved by an employee or other representative of such public body, the CONTRACTOR shall assume full responsibility for arranging and obtaining such inspections, tests or approvals, pay all costs in connection therewith, and furnish the ENGINEER the required certificates of inspection, or approval.The CONTRACTOR shall also be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests or approvals required for the CITY's and the ENGINEER's acceptance of materials or equipment to be incorporated in the Work, or of materials, mix designs, or equipment submitted for approval prior to the CONTRACTOR's purchase thereof for incorporation in the WORK d. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by the CONTRACTOR without written concurrence of the ENGINEER, it shall, if requested by the ENGINEER, be uncovered for observation. e. Uncovering Work as provided In paragraph 13.4d shall be at the CONTRACTOR's expense unless the CONTRACTOR has given the ENGINEER timely notice of the CONTRACTOR's intention to cover the same and the ENGINEER has not acted with reasonable promptness in response to such notice. 13.5 Uncovering Work: a. If any WORK is covered contrary to the written request of the ENGINEER, it shall , if requested by the ENGINEER, be uncovered for the ENGINEER's observation and replaced at the CONTRACTOR's expense. b. If the ENGINEER considers it necessary or advisable that covered Work be observed by the ENGINEER or inspected or tested by others, the CONTRACTOR, at the ENGINEER's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing, as the ENGINEER may require, that portion of the WORK in question, and shall furnish all necessary labor, material, and equipment. If it is found that such Work is defective,the CONTRACTOR shall pay all claims, costs, losses and damages caused by, arising out of or resulting from such uncovering, exposure, observation, inspection, and testing and of satisfactory replacement or reconstruction, including but not limited to all costs of repair or replacement of work of others); and the CITY shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, may make a claim therefor as provided in the Contract Documents. C. The CONTRACTOR shall permit on-site video taping,still photography,or motion picture photography of the construction project. The CITY will notify the CONTRACTOR prior to the commencement of any video taping and/or photography by the CITY personnel and/or its agents and shall make a reasonable effort to give the CONTRACTOR at least 24 hours of its intent to video tape or photograph the project.The CONTRACTOR shall cooperate with and shall coordinate with CITY personnel or their authorized representatives in its efforts to carry out such video taping and/or photography. The CONTRACTOR shall give notice to all employees and subcontractors of such video taping and/or photography to be out of view of the camera, If requested to do so,during video taping and or photographing of the construction project. 13.6 CITY May Stop the WORK: If the WORK is defective, or the CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed WORK will conform to the Contract Documents, the CITY, acting independently or through the Project Representative, may order the CONTRACTOR to stop the WORK, or any portion thereof, until the cause for such order has been eliminated; however,this right of the CITY to stop the WORK shall not give rise to any duty on the part of the CITY to exercise this right for the benefit of the CONTRACTOR or any surety or other party. 13.7 Correction or Removal of Defective WORK: If required by the ENGINEER, acting directly or through the Project Representative, the CONTRACTOR shall promptly, as directed, either correct all defective WORK, whether or not fabricated, installed or completed, or, if the WORK has been rejected by the ENGINEER,the CONTRACTOR shall remove it from the site and replace it with Work that is not defective The CONTRACTOR shall pay all claims, costs, DEMUTH CENTER RESTROOM FACILITIES CONTRACT CLOSEOUT CITY PROJECT NO 98-20 SECTION 01701 -PAGE 5/24/02 losses, and damages caused by or resulting from such correction or removal (including but not limited to all costs of repair or replacement of the Work of others). 13.8 Correction Period: a. If within one year after the date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any WORK is found to be defective, the CONTRACTOR shall promptly, without cost to the CITY and in accordance with the CITY's written instructions: (i) correct such defective WORK, or, if it has been rejected by the CITY, remove it from the site and replace it with Work that Is not defective, and (ii) satisfactorily correct or remove and replace any damage to other Work or the work of others resulting therefrom. If the CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, the CITY may have the defective WORK corrected or the rejected WORK removed and replaced, and all direct, indirect and consequential costs of such removal and replacement, including claims, costs, losses and damages caused by or resulting from such removal and replacement (including but not limited to all costs of repair or replacement of work of others)will be paid by the CONTRACTOR. b. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the WORK,the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. C. Where defective Work(and damage to other Work resulting therefrom) has been corrected, removed or replaced under this Article 13.8, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. d. Unless otherwise provided in the Supplementary General Conditions, the CONTRACTOR shall provide a post-construction, correction and repair Performance Bond In the amount of 100 percent of the Contract Price to cover all correction and repairs or other corrective work required hereunder, and shall maintain such Bond in full force and effect for one full year following the Notice of Completion. 13.9 Acceptance of Defective WORK: If, instead of requiring correction or removal and replacement of defective Work,the CITY(and, prior to the ENGINEER's recommendation of final payment, also the ENGINEER) prefers to accept it,the CITY may do so. The CONTRACTOR shall pay all claims, costs, losses and damages attributable to the CITY's evaluation of and determination to accept such defective WORK (such costs to be subject to approval by the ENGINEER as to reasonableness). If any such acceptance occurs prior to the ENGINEER's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the WORK; and the CITY shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, the CITY may make a claim therefor as provided in the Contract Documents. If the acceptance occurs after such recommendation,an appropriate amount will be paid by the CONTRACTOR to the CITY. 13.10The CITY May Correct Defective Work: If the CONTRACTOR fails within a reasonable time after written notice from the ENGINEER to correct defective Work or to remove and replace rejected Work as required by the ENGINEER in accordance with Article 13.7, or if the CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if the CONTRACTOR fails to comply with any other provision of the Contract Documents, CITY may, after 7 days' written notice to the CONTRACTOR, correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph the CITY shall proceed expeditiously. In connection with such corrective and remedial action, the CITY may exclude the CONTRACTOR from all or part of the site, take possession of all or part of the Work, and suspend the CONTRACTOR's services related thereto, take possession of the CONTRACTOR's tools, appliances, construction equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which the CITY has paid the CONTRACTOR but which are stored elsewhere. The CONTRACTOR shall allow the CITY, the CITY's representatives, agents and employees, the CITY's other contractors and the ENGINEER and the ENGINEER's Consultants access to the site to enable the CITY to exercise the rights and remedies under this paragraph.All claims, costs, losses and damages incurred or sustained by the CITY in exercising such rights and remedies will be charged against the CONTRACTOR and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and the CITY DEMUTH CENTER RESTROOM FACILITIES CONTRACT CLOSEOUT CITY PROJECT NO 98-20 SECTION 01701 -PAGE 5/24/02 shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, the CITY may make a claim therefor as provided in the Contract Documents. Such claims, costs, losses and damages will include but not be limited to all costs of repair or replacement of work of others destroyed or damaged by correction, removal or replacement of the CONTRACTOR's defective Work. The CONTRACTOR shall not be allowed an extension of the Contract Times because of any delay in the performance of the Work attributable to the exercise by the CITY of the CITY's rights and remedies hereunder. B. The Contractor shall make all repairs and replacements promptly upon receipt of written order from the City. If the Contractor fails to make such repairs or replacements promptly, the City reserves the right to do the work or to have the work done by others and the Contractor and its Surety shall be liable to the City for the cost thereof. END OF SECTION DEMUTH CENTER RESTROOM FACILITIES CONTRACT CLOSEOUT CITY PROJECT NO. 98-20 SECTION 01701 -PAGE 6 5124/02 SECTION 09200 LATH AND PLASTER PART 1 - GENERAL 1 . 1 DESCRIPTION: A. Provide Lathing and Plastering for backing for exterior ceramic tile walls where shown on the drawings, as specified herein, and as needed for a complete and proper installation. 1 . 2 RELATED WORK: A. Related Work Specified Elsewhere : 1 . Documents affecting work of this Section include, but are not necessary limited to the Standard Specifications and these technical provisions . 2 . Section 09311 - Ceramic Tile 1 . 3 WORK INCLUDED: A. Work includes lath and cement plaster for: 1 . Exterior base coats for ceramic tile wall surfaces . 1 . 4 QUALITY ASSURANCE: A. Regulatory Requirements : 1 . Comply with applicable codes and regulations of governmental agencies having jurisdiction. 2 . Where requirements of applicable codes, regulations and standards conflict with this specification, comply with the more stringent provisions . 1 . 5 PROJECT CONDITIONS : A. Environmental Requirements : 1 . Protect cement plaster from uneven and excessive evaporation during hot, dry weather. Protect adjacent surfaces from plastering material by masking to avoid unnecessary cleaning. DEMUTH CENTER RESTROOM FACILITIES LATH AND PLASTER CITY PROJECT NO 98-20 SECTION 09200- PAGE 1 5/24/02 PART 2 - PRODUCTS 2 . 1 PLASTER MATERIALS : A. Portland Cement : ASTM C 150, Type 1 . B. Aggregates : ASTM C 144 clean and well graded sand. C. Water: Potable. 2 . 2 LATH MATERIALS : A. Stucco-Rite stucco lath: Type SFB self-furring metal lath with type 1, Grade "D" double waterproofed breather building paper backing, laminated to the back of absorbent paper separator as manufactured by K-Lath, 1801 South Mountain Ave . , Monrovia, CA 91016 or equal . B. Moldings, Trim and Screeds : as denoted and detailed on the Drawings shall consist of extruded aluminum alloy 6063 T5 with clear anodized finish as manufactured by Fry Reglet Corporation, 625 S . Palm Ave . , Alhambra CA 91803 . All joints shall be cut accurately and installed with tight neat joints . All corners and intersections shall be coped and mitered. Install trim in accordance with details on the drawings complete with clear anodized . 040 breakmetal aluminum and clear silicone sealant . C. Expansion joints : Install back-to-back aluminum "J" trim with colored elastomeric sealant to match grout color as detailed on the drawings . Install in locations as noted to align with joints in base sheathing joints . D. Horizontal reveals : Provide as detailed on the drawings with . 040 breakmetal aluminum strip, silicone sealant and pop rivets . E. Exposed exterior corners : Provide as detailed on the drawings with . 040 breakmetal aluminum angle, silicone sealant and pop rivets . DEMUTH CENTER RESTROOM FACILITIES LATH AND PLASTER CITY PROJECT NO. 98-20 SECTION 09200 - PAGE2 5/24/02 2 . 3 MIXES : A. General : Mix factory prepared cement plaster in accordance with manufacturer ' s instructions . Use mechanical mixer free of hardened materials . B. Proportions : Conform to recommendation of the California Lathing and Plastering Contractors Association, Inc. (CLPCA) for the first and second coats . Mix plaster proportions in accordance with Table 47-F of UBC. 1 . Base Coats : a. One part portland cement . b. One twelfth part lime. C. Two to four parts sand. PART 3 - EXECUTION 3 . 1 LATHING: A. Stucco Lath: Fasten to horizontal surfaces with fasteners scheduled in U. B. C . Do not continue lath across expansion joints . Maintain weather resistant building paper continuous under joints . 1 . Apply with weatherproof backing. 2 . Provide 4" wide continous metal lath strips over flanges of all screeds and 18" long strips, diagionally at head and jamb intersecting corners at all doors . B. Protect aluminum trim and moldings an with non-staining tape or other suitable material . 3 . 2 APPLICATION: A. Wet base with fine fog spray to produce uniform moist conditions . Apply bonding agent in strict accordance with manufacturer' s directions . B. Machine apply base coats . Apply scratch and brown coats over stucco lath at all exterior walls to receive ceramic tile . Straighten all surfaces to true planes, free of imperfections . First coat thickness 3/8 inch thick. Second coat total thickness 3/4 inch. DEMUTH CENTER RESTROOM FACILITIES LATH AND PLASTER CITY PROJECT NO. 98-20 SECTION 09200- PAGE 3 5/24/02 3 . 3 CURING: A. Scratch coat : Keep moist 48 hours . B. Brown coat : Cure at least seven days . Keep moist 48 hours . 3 . 4 ADJUSTING AND CLEANING: A. Remove plaster and protective materials from adjacent surfaces . B. Completely clean all expansion joint slots of any adhered plaster materials . END OF SECTION DEMUTH CENTER RESTROOM FACILITIES LATH AND PLASTER CITY PROJECT NO. 98-20 SECTION 09200- PAGE4 5/24/02 SECTION 09311 CERAMIC TILE PART 1 - GENERAL 1 . 1 DESCRIPTION: A. Provide Ceramic Tile where shown on the drawings, as specified herein, and as needed for a complete and proper installation. B. Work includes ceramic wall tile installed over portland cement scratch and brown coat base . 1 . 2 RELATED WORK: A. Related Work Specified Elsewhere : 1 . Documents affecting work of this Section include, but are not necessary limited to the Standard Specifications and these technical provisions . 2 . Section 09200 - Lath and Plaster: Portland cement scratch and brown coat for vertical tile surfaces . 1 . 3 QUALITY ASSURANCE: A. Regulatory Requirements : 1 . In addition to complying with applicable codes and regulations of governmental agencies having jurisdiction, comply with the applicable requirements of the referenced standards . 2 . Where the requirements of applicable codes, regulations and standards conflict with this Specification, comply with the more stringent provisions . 3 . Conform to ANSI / TCA A137 . 1 for tile . Conform to ANSI / TCA A108, 10 for installation of grout . B. Source Quality Control : 1 . Certification: Furnish manufacturer ' s Master Grade Certificates for tile proposed to be installed. Certificates shall be on standard forms of the Tile Council of America (TCA) and shall certify type, grade and quality of tile. DEMUTH CENTER RESTROOM FACILITIES CERAMIC TILE CITY PROJECT NO. 98-20 SECTION 09311 -PAGE 1 5/24/02 C. Qualifications : 1 . Manufacturer: The manufacturer shall have a minimum five years experience . 2 . Installer: The subcontractor shall specialize in applying ceramic tile with a minimum of five years experience . 1 . 4 SUBMITTALS : A. Product Data : Submit complete manufacturer' s descriptive literature, and specifications in accordance with the provisions of Section 01301 . B . Maintenance Stock: At time of completing the installation, deliver stock of maintenance material to the Owner. Furnish full size units matching the units installed, packaged with protective covering for storage, and identified with appropriate labels . 1 . Provide 3% additional tile and trim shapes of each type, color, pattern and size used in the work for owners use in replacement and maintenance . Package securely to prevent damage and label clearly. Provide minimum of one full sealed carton. 1 . 5 DELIVERY, STORAGE AND HANDLING: A. Protection: Use all means necessary to protect the materials of this Section before, during and after installation. 1 . Deliver manufactured materials in original sealed containers with manufacturer ' s name, brand and grade seals affixed or sealed within per ANSI/TCA A137 . 1 . 2 . Keep materials dry until used. 3 . Store and protect products in dry, secure areas . B. Replacements : In the event of damage, immediately make repairs and replacements necessary to the approval of the Architect and at no additional cost to the Owner. PART 2 - PRODUCTS 2 . 1 TILE MATERIALS : A. Ceramic tile: 4 1/4" x 4 1/4" glazed wall tile with gloss finish. Color and price group equal to Daltile DEMUTH CENTER RESTROOM FACILITIES CERAMIC TILE CITY PROJECT NO. 98-20 SECTION 09311 -PAGE 2 5/24/02 Cobalt DM14 . Architect to confirm exact color selection. 1 . Random Pattern: Percentages of different colors to be confirmed by Architect . 2 . 2 MORTAR AND GROUT MATERIALS : A. Portland Cement : ANSI / TCA A118 . 1 and A118 . 4 . ASTM C150, Type II or Type II . B. Hydrated Lime: ASTM C 207, Type S . C. Sand: ASTM C144 and ASTM C40 . D. Portland Cement Mortar: Portland cement thin-set mortar equal to "MasterBlend" with "CustomFlex" ultra- strength acrylic latex additive . ANSI A108 . 5 and ANSI A118 . 4 . E. Grout : Polyblend Non-sanded, as manufactured by Custom Building Products or approved equal . Color to be #90 Ocean Blue . Joint width to be 1/8" maximum. 2 . 3 OTHER MATERIALS : A. Other materials, not specifically described but required for a complete and proper installation of the work of this section, shall be new, first quality of their respective kinds, and subject to approval of the Architect . PART 3 - EXECUTION 3 . 1 INSPECTION: A. Inspection: Carefully inspect all surfaces to receive tile . Do not apply materials until any necessary corrections are made. B. Examine wall substrates, setting beds and accessories before tile installation begins to assure that substrates are plumb and in a true plane within 1/8 inch in 8 feet . 3 . 2 PREPARATION : A. Protect all surrounding work from damage or disfiguration. DEMUTH CENTER RESTROOM FACILITIES CERAMIC TILE CITY PROJECT NO. 98-20 SECTION 09311 -PAGE 3 5/24/02 3 . 3 MIXING: A. Mix Portland cement mortar in accordance with manufacturer' s instructions . B. During use, remix mortar occasionally. Additional water or fresh materials shall not be added after initial mixing. The mortar shall not be used after initial set . 3 . 4 INSTALLATION: A. Thoroughly soak all non-vitreous tile at least one-half hour in clear water and drain off excess, leaving no free water on back of tile . Any tile left out of water for more than two hours shall be resoaked. B. ANSI Standards : Comply with applicable requirements of the following, except as otherwise indicated. 1 . ANSI A108 . 10 for Glazed Wall Tile, Ceramic Mosaic Tile, Quarry Tile and Paver Tile installed with Portland Cement Mortar. C. Mortar application: 1 . Clean surface thoroughly. Dampen if very dry but do not saturate . 2 . Apply mortar with flat side of trowel over an area no greater than can be covered with tile while mortar remains plastic. 3 . Cover surface uniformly with no bare spots with sufficient mortar to ensure a minimum mortar thickness of 3/32 inch between tile and backing after tile has been beaten into place. Tile shall not be applied to skinned-over mortar. D. Application of Grout : 1 . Mixing: Refer to manufacturer ' s directions . 2 . Dry blend contents of an entire container or grout prior to mixing with water. 3 . Use caution to prevent scratching or damaging of tile surfaces . 4 . Dampen dry joints prior to grouting. Do not leave puddles of water in joints before grouting. 5 . Force a maximum amount into the joints . Cushion edge tile shall be finished evenly to the depth of the cushion. Square-edge tile shall be finished flush with the surface . DEMUTH CENTER RESTROOM FACILITIES CERAMIC TILE CITY PROJECT NO. 98-20 SECTION 09311 -PAGE 4 5/24/02 0 6. The finished joint shall be uniform in color, smooth and without pinholes, voids or low spots . E . Accurately form intersections and returns . Perform cutting and drilling of tile without marrying visible surfaces . Carefully grind cut edges of tile abutting trim, finish or built-in items for straight aligned joints . F. Setting Ceramic Tile: Layout work according to patterns detailed or approved. Lay out tile so that fields or patterns center exactly on the areas and on architectural features so that whenever possible no tile that is less than half size occurs . Align joints vertically and horizontally. No staggered joints will be permitted. Firmly imbed and beat tile into mortar with all finished surfaces brought to true and level planes . Fill joints full with grout, wipe excess grout from tile faces, and leave all joints finished at uniform depth. G. Grout shall be mixed and applied in accordance with the referenced standards . Force a maximum of grout into all joints . Before grout sets, strike or tool the joints cushion-edge tile to depth of cushion, filling gaps, and with square-edged tile, fill joints, flush with their surface . Thoroughly brush out tile joints before grouting. 3 . 5 SEALANTS : A. Fill all expansion joints with colored elastomeric sealant to match grout joints as recommended by the Ceramic Tile Institute using back-up filler to prevent sealant from bonding to substrate . 3 . 6 ADJUSTING AND CLEANING: A. Finished Tile Work: Leave finished installation clean and free of cracked, chipped, broken, unbonded, or otherwise defective tile work. B. Cleaning: Thoroughly clean tile of all stains and grout residue . Acid or acid cleaners shall not be used for the cleaning of glazed tile . 3 . 7 PROTECTION: DEMUTH CENTER RESTROOM FACILITIES CERAMIC TILE CITY PROJECT NO. 98-20 SECTION 09311 -PAGE 5 5/24/02 0 A. Apply to clean, completed tile walls a protective coat of neutral cleaner solution, one part cleaner to one part water. B. Immediately prior to final acceptance of tile work, rinse protective coat of neutral cleaner from all tile surfaces . END OF SECTION DEMUTH CENTER RESTROOM FACILITIES CERAMIC TILE CITY PROJECT NO. 98-20 SECTION 09311 -PAGE 6 5124/02 SECTION 09831 ANTI-GRAFFITI COATING PART 1 - GENERAL 1 . 1 SUMMARY A. Provide antigraffiti coatings on all exterior ceramic tile walls shown on the Drawings, as specified herein, and as needed for a complete and proper installation. 1 . 2 RELATED WORK: A. Related Work Specified Elsewhere: 1 . Documents affecting work of this Section include, but are not necessarily limited to the Standard Specifications and these technical provisions . 2 . Section 09311 - Ceramic Tile . 1 . 3 SUBMITTALS A. Product data : Within 60 calendar days after the Contractor has received the Owner ' s Notice to Proceed, submit : 1 . Materials list of items proposed to be provided under this Section; 2 . Manufacturer ' s specifications and other data needed to prove compliance with the specified requirements; 3 . Proof that the proposed subcontractor is currently approved for this purpose by the manufacturer of the approved materials; 4 . Manufacturer' s recommended installation procedures which, when approved by the Architect, will become the basis for accepting or rejecting actual installation procedures used on the Work. 1 . 4 QUALITY ASSURANCE A. Use adequate numbers of skilled workmen thoroughly trained and experienced in the necessary crafts and completely familiar with the specified requirements and methods needed for proper performance of the work of this Section. B. Use a subcontractor who is currently approved in writing by the manufacturer of the approved materials . PART 2 - PRODUCTS 2 . 1 ANTI-GRAFFITI COATINGS DEMUTH CENTER RESTROOM FACILITIES ANTI-GRAFFITI COATING CITY PROJECT NO. 98-20 SECTION 09831 -PAGE 1 5/24/02 A. The design is based on VANDL-GUARD as manufactured by Rainguard Products Company. , 3471 Via Lido, Suite 213, Newport Beach, CA 92663 . B. Coating shall consist of a clear, translucent colorless one-part water based, cross-linked co-polymer protective film which is easily cleaned and prevents penetration of staining medium into the substrate. C. Materials shall be the products of one manufacturer and shall be either the one upon which the design is based, or the products of a manufacturer approved in advance by the Architect . PART 3 - EXECUTION 3 . 1 SURFACE CONDITIONS A. Examine the areas and conditions under which work of this Section will be performed. Correct conditions detrimental to timely and proper completion of the Work. Do not proceed until unsatisfactory conditions are corrected. B. Surfaces must be clean, dry and free from grease and other contaminants . 3 . 2 INSTALLATION A. Install the work of this Section in strict accordance with pertinent requirements of governmental agencies having jurisdiction, and the manufacturer ' s recommended installation procedures as approved by the Architect . B. Apply product utilizing airless spray equipment in accordance with manufacturers recommendations by an approved applicator experienced in applying the specified system. C. Apply three (3) coats of anti-graffiti coatings to all exterior ceramic tile walls shown on the drawings . D. Apply the product directly from the manufacturers container. Do not thin. END OF SECTION DEMUTH CENTER RESTROOM FACILITIES ANTI-GRAFFITI COATING CITY PROJECT NO. 98-20 SECTION 09831 -PAGE 2 5/24/02 i • SECTION 09900 PAINTING PART 1 - GENERAL 1 . 1 DESCRIPTION: A. Provide Finish Painting where shown on the drawings, as specified herein, and as needed for a complete and proper installation. 1 . 2 RELATED WORK: A. Related Work Specified Elsewhere : 1 . Documents affecting work of this Section include, but are not necessary limited to the Standard Specifications and these technical provisions . 1 . 3 WORK INCLUDED: A. Surface preparation. B. Prime coat application. C. Intermediate coat application. D. Finish coat application. E. Upon completion of work under this contract, all exterior surfaces within the contract limits and within vision, will have a painters finish. 1 . 4 WORK NOT INCLUDED: A. Surfaces Not To Be Painted: 1 . Prefinished wall, ceiling and floor coverings . 2 . Items with factory-applied final finish. 3 . Ceramic tile. 1 . 5 SUBMITTALS : A. Samples under provisions of Section 01301 . 1 . Submit three samples 8-1/2 inches by 11 inches in size illustrating range of colors and textures available for each surface finishing product scheduled for selection. 2 . Prepare wood samples on type and quality of wood specified. DEMUTH CENTER RESTROOM FACILITIES PAINTING CITY PROJECT NO. 98-20 SECTION 09900 -PAGE 1 5/24/02 1 . 6 QUALITY ASSURANCE: A. Product Manufacturer: Company specializing in manufacturing quality paint and finish products with ten years experience. B. Applicator: Company specializing in commercial painting and finishing with five years experience. 1 . 7 REGULATORY REQUIREMENTS : A. Conform to Environmental Protection Agency (EPA) , California Air Resources Board (GARB) and South Coast Air Quality Management District (SCAQMD) regulations . B. Comply with applicable codes and regulations of governmental agencies having jurisdiction including those having jurisdiction over airborne emissions and industrial waste disposal . Where those requirements conflict with this specification, comply with the more stringent provisions . 1 . 8 DELIVERY, STORAGE AND HANDLING: A. Deliver products to site in sealed original containers . B. Provide adequate storage facilities . Store paint materials at minimum ambient temperature of 45 degrees F and maximum of 90 degrees F, in well ventilated area unless required otherwise by manufacturer ' s instructions . C. Take precautionary measures to prevent fire hazards and spontaneous combustion. 1 . 9 PROJECT SITE CONDITIONS : A. Provide continuous ventilation and heating facilities to maintain surface and ambient temperatures above 45 degrees F for 24 hours before, during and 48 hours after application of finishes, unless required otherwise by manufacturer ' s instructions . B. Do not apply exterior coatings during rain, or when relative humidity is above 50 percent, unless required otherwise by manufacturer' s instructions . DEMUTH CENTER RESTROOM FACILITIES PAINTING CITY PROJECT NO 98-20 SECTION 09900-PAGE 2 5/24102 C. Minimum Application Temperature for Latex Paints : 45 degrees F for interiors unless required otherwise by manufacturer' s instructions . D. Minimum Application Temperature for Varnish and Transparent Finishes : 65 degrees F for interior unless required otherwise by manufacturer' s instructions . E . Provide lighting levels sufficient to conduct painting operations . F. Beginning of installation means acceptance of existing surfaces . 1 . 10 MAINTENANCE: A. Extra material to be not less than one full gallon of each color, type of paint, in new unopened containers . Label each container for identification. PART 2 - PRODUCTS 2 . 1 ACCEPTABLE MANUFACTURERS : A. Design is based on the products manufactured by Dunn- Edwards Corporation, Los Angeles, CA (213) 771-3330 . B. Substitutions : Under provisions of Section 01630, submit chemical formulations of material submitted for substitution. 2 . 2 MATERIALS : A. Products used are to be from one manufacturer and shall be either the ones upon which the design is based or the products of a manufacturer approved in advance . B. Paints : provide ready-mixed, except field catalyzed coatings . Pigments shall be fully ground maintaining soft paste consistency, capable of being readily and uniformly dispersed to a complete homogeneous mixture. C. Paint Accessory Materials : Other materials not specified but required to achieve required finishes shall be of high quality and approved by the manufacturer. D. Paints shall have good flowing and brushing properties and be capable of drying or curing free of streaks and sags . DEMUTH CENTER RESTROOM FACILITIES PAINTING CITY PROJECT NO 98-20 SECTION 09900 -PAGE 3 5124102 • 0 PART 3 - EXECUTION 3 . 1 EXAMINATION: A. Prior to commencing the work of this section, carefully inspect previously installed work and verify that such work is complete to the point where this installation may properly commence . B. Verify that work of this section may be installed in accordance with applicable codes, regulations and standards, the Contract Documents and the approved submittals . 3 . 2 PREPARATION: A. Protection: Protect previously installed work and materials which may be affected by work of this section. B. Surface Preparation: 1 . Perform preparation and cleaning procedures in accordance with coating manufacturer' s instructions for each substrate condition. 2 . Concrete surfaces shall be cleaned free of all dirt, efflorescence and other foreign matter. Glazed surfaces on concrete shall be roughened to uniform texture. 3 . Seal wood required to be job-painted. Prime edges, ends, face underside and backsides of counters, cases, cabinets and other specified surfaces . Use spare varnish for backpriming where transparent finish is required. 7 . Shellac and seal marks which may bleed through surface finishes . 3 . 3 MATERIAL PREPARATION: A. Mix, prepare and store painting and finishing materials in accordance with manufacturer ' s directions . 3 . 4 APPLICATION: A. Apply painting and finishing materials in accordance with the manufacturer ' s submittals, as approved. Use applicators and techniques best suited for the material and surfaces to which applied. DEMUTH CENTER RESTROOM FACILITIES PAINTING CITY PROJECT NO. 98-20 SECTION 09900-PAGE 4 5/24102 0 • B. The number of coats specified is the minimum that shall be applied. Apply additional coats when undercoats, stains or other conditions show through final paint coat, until paint film is of uniform finish, color and appearance . Second coat shall be tinted a different shade from the first and third coats . C . Sand lightly and dust clean between succeeding coat . D. Apply each material at not less than the manufacturer ' s recommended spreading rate to provide a total dry film thickness of not less than 5 . 0 mils for the entire coating system of prime and finish coats for 3-coat work. E . Provide a total dry film thickness of not less than 3 . 5 mils for the entire coating system of prime and finish coat for 2-coat work. 3 . 5 ADJUSTING AND CLEANING: A. Remove, finish or repaint work not in compliance with specified requirements . B. Keep premises free from unnecessary accumulation of tools, equipment, surplus materials and debris . C. Promptly remove paint where spilled, splashed, smeared and splattered. D. Upon completion of work, leave premises neat and clean to satisfaction of Owner. 3 . 6 FINISH SCHEDULE: A. EXTERIOR WOOD - PAINT FINISH - GLOSS 1st Coat - Primer W708 2nd Coat - Intermediate W960 3rd Coat - Finish W960 B EXTERIOR WOOD - STAIN FINISH - OPAQUE 1st Coat - Primer/Finish W703 2nd Coat - Finish W703 C. EXTERIOR WOOD - STAIN FINISH - SEMI-TRANSPARENT 1st Coat - Finish WPT3 END OF SECTION DEMUTH CENTER RESTROOM FACILITIES PAINTING CITY PROJECT NO 98-20 SECTION 09900 -PAGE 5 5/24/02 , S���6 ', PO B0X`420807 SANRA'FNCISCO CA041420807 COMPEiVSATiON N SU RSIN CE - - - . -FU.iV D: CERTIFICATE OF WORKERS`COMPENSATION INSURANCE INSURANCE 1Y� :'2001 1it 461 49 hI "Q<5400P.4 POLICY NUM RER. - ' CERTIFICATE EXPIRES - - - ( .0 Y Rig flPfUl �[?R;rl\It� DPA L'uGliuS •L1CZD13'E—F1MANtE DEPT P 9 SOX 2743 PAUT SPRINGS ,CA 92263 L. ....,_ _ ompensatim insurance policy in,a form approved by the California - TI7is is to that we have issued a valld,Workers'C _ _ Insurarice Gommisslorier tb the em to eF named below"'far the policy period indicated -- P Y J( This policy is not subject to cancellation by the Fund except upon)fen days'advance written notice to the employer. 30 We will also give you'TEN days'advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement. term, or condition of any contract or other document with respect to which this certificate of insurance may be. issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms. exclusions and conditions of such policies. z7t%f��_ G7�sZf2.0_� . t�����T(TC1G/►-.fil. AUTHORIZED REPRESENTATIVE - - PRESIDENT PI:uYiF' 'S LIADAYLIT'( LIMIT tI`df.I JD,[ iG DEYENS7, CQSTS 1,?. rC('0,t)00 PL" OCCL' ; ENU1 P9,?)P.SEHL:NF 00015 ,.`.fTl_aD ADDITI:O4`NL INSURED ?J1PLC7Y r 10,,01l01 S5 ,1TTACrIE2 70 ekt1D' FORNS '1 PART OF '11115 POL I—Y. NAPE OF A!)D'it T!ONAL ".I�tF�_IF?_ LITf OF 5PPENGiS '=MDC i, ut,:, - r j rrn fir, i.n, �c - �Ii1iC�3J R� T'`_ff =_7 _n ..r SL,F. w_„Iu .I il1,; knfDs '93. ry F�''ir.t. i . f(1 Jt: t•EIi�.,!� F�lf~,? l3 �}II;. I''_?_L.,'+' , EMPLOYER 7 HAFFY Tl";AVEL F_ F2Ei�F`.i.s$ If htgP_. V P!I'C,f.. PPRIts, lii!I' DEA 5 f'x M M1 ;57;?Uf"4 Sfri�d - - - 117 P1 U.M+'eASm�iM0i in'rt M1�nrli'�.14 .u��r" Ihrn� ��r6ah lmnnAnm�l��e� ih ul yu ri,i °I` ,d1n a0401"Om CERTIFICA OF LIABILITY INSURAN E °05/1`6o�D°Y' PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HRH Ins Sery of So California HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR License Number 0684603 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 77-564 Country Club Dr. #401 COMPANIES AFFORDING COVERAGE Palm Desert CA 92211 COMPANY A American States Insurance INSURED COMPANY G & M Construction B Lexington Ins Co/AES 211 W. Mesquite COMPANY ' Palm Springs CA 92264 C COMPANY D COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE (MMIDDIYY) DATE (MMIDDIYY) B GENERAL LIABILITY 1140950 02/13/02 02/13/03 GENERAL AGGREGATE $ 2,000,000 X COMMERCIAL GENERAL LIABILITY PRODUCTS COMPIOP AGG $ 1,000,000 CLAIMS MADE ❑X OCCUR PERSONAL&ADV INJURY S 1,000,000 OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE 5 1 ,000,000 FIRE DAMAGE (Any one fire) S 50,000 MED EXP(Any one person) 5 EX C I u,ded A AUTOMOBILE LIABILITY 010E916141-1 03/06/02 03/06/03 ANY AUTO COMBINED SINGLE LIMIT $ 1 ,000,000 ALL OWNED AUTOS BODILY INJURY $ X SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY X NON OWNED AUTOS (Per accident) $ PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY-EA ACCIDENT 5 ANY AUTO OTHER THAN AUTO ONLY EACH ACCIDENT $ AGGREGATE S EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM $ WORKERS COMPENSATION AND WC STATU OTH- EMPLOYERS'LIABILITY TORY LIMITS ER EL EACH ACCIDENT $ THE PROPRIETORS INCL EL DISEASE-POLICY LIMIT $ PARTNERS/EXECUTIVE OFFICERS ARE EXCL EL DISEASE EA EMPLOYEE $ OTHER D SC IPTION F PE ATONSILOCATION IVEHICIES/SPECIAL IT,E S R emut ar estroom acil rt Les - TI e Work City Protect No, 98-20 Cl ty Df Palm Springs is named as an additional insured as per the attached CG2010 11/85. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Palm Springgs` EXPIRATION DATE THEREOF THE ISSUING COMPANY WILL ENDEAVOR TO MAIL Dept. Procurement&Contracting 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT 3200 Tahquitz Canyon Way BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY Palm Springs CA 92262 OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES AUTHO D REPRESENT TIVE Mart ACORD 25-S (1/95) LICENSE #0684503 RD CORPORATION 1988 05/16/02 INSURED: G &M Construction 211 W. Mesquite Palm Springs, CA 92264- Re: General Liab - Lexington hisurance Co. - Policy# 1140950 Effective 02/13/02 To 02/13/03 This endorsement changes the policy. Please read it carefully. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART WHO IS AN WSi_1RED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your work for that insured by or for you. SCHEDULE NAME OF PERSON OR ORGANIZATION: City of Palm Springs RE: Demuth Park Restroom Facilities - Tile Work City Project No. 98-20 11/85 LICENSE #0684503