Saddleback Valley Unified School District - Project Manual

391
DMH Project #2019-21 P 619.285.1189 P.O. Box 28197, San Diego, CA 92128 PROJECT MANUAL BIDDING & CONTRACT DOCUMENTS FOR FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT Bid No. 20-02 F Date: December 8, 2020 Saddleback Valley Unified School District Facilities, Maintenance, Operations, Construction & Transportation Department 25631 Peter A. Hartman Way Mission Viejo, CA 92691 005650.0006926 506477.1

Transcript of Saddleback Valley Unified School District - Project Manual

DMH Project #2019-21 P 619.285.1189

P.O. Box 28197, San Diego, CA 92128

PROJECT MANUAL

BIDDING & CONTRACT DOCUMENTS FOR

FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT

Bid No. 20-02 F

Date: December 8, 2020

Saddleback Valley Unified School District Facilities, Maintenance, Operations, Construction

& Transportation Department 25631 Peter A. Hartman Way

Mission Viejo, CA 92691

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT SCOPE OF WORK FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE 1

SCOPE OF WORK

Phase I: Remove existing walk in door and hardware in the central kitchen production area and replace the door panel, hardware and door with new door and hardware. Phase II: Remove existing storage walk in cooler and freezer; remove concrete and interior curbs; disconnect existing refrigeration compressors and refrigeration racks, refrigeration lines and capture refrigerant; reconnect and charge refrigeration system to the new refrigeration rack system; disconnect existing support wires; remove existing liquid and suction line insulation and replace the insulation and covering material with new insulation and refrigeration lines; Install new walk in cooler and freezer and doors (man doors, power sliding doors and flap doors); remove and reinstall existing LED lighting within the walk in boxes; reinstall new concrete and curbs; install new structural steel to support the walk in ceilings; remove and reinstall electrical to lights, doors and monitoring systems; remove and reinstall fire sprinkler piping and systems; remove and reinstall walk in shelving; add new coils and install; provide new insulated drain lines with trace heating elements; Connect interface and necessary thermostats for the Monitoring System for the walk in cooler and freezer. Provide Bid Alternate for a new exterior door system for the production kitchen cool er.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT TABLE OF CONTENTS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE 1

DOCUMENT 00 01 10 TABLE OF CONTENTS

PROCUREMENT AND CONTRACTING REQUIREMENTS

NOTICE INVITING BIDS INSTRUCTIONS TO BIDDERS REQUIRED BIDDING FORMS BID LABEL BID FORM BID SECURITY BID BOND NON COLLUSION DECLARATION CERTIFICATE REGARDING SITE VISIT SUBCONTRACTOR LISTING CERTIFICATE REGARDING CONTRACT DOCUMENTS CERTIFICATION REGARDING DVBE COMPLIANCE DVBE PARTICIPATION STATEMENT BIDDER REFERENCES AND INFORMATION IRAN CONTRACTING ACT CERTIFICATION FORM CONSTRUCTION SERVICES AGREEMENT REQUIRED CONTRACT FORMS PAYMENT BOND PERFORMANCE BOND CERTIFICATION REGARDING ASBESTOS FREE MATERIALS NOTICE AND CERTIFICATION REGARDING LEAD FREE MATERIALS CERTIFICATION OF DRUG FREE AND TOBACCO FREE WORKPLACE CERTIFICATION REGARDING WORKERS COMPENSATION CERTIFICATION OF EMPLOYEE BACKGROUND NOTICE TO PROCEED ARCHITECT FIELD DIRECTIVE CONTRACTOR GUARANTEE GENERAL PROVISIONS

Division 0

DOCUMENT 00 31 19 EXISTING CONDITIONS DOCUMENT 00 45 90 POST BID INTERVIEW DOCUMENT 00 65 19.26 AGREEMENT AND RELEASE OF ANY AND ALL CLAIMS DOCUMENT 00 65 36 GUARANTEE FORM DOCUMENT 00 72 13 GENERAL CONDITIONS DOCUMENT 00 73 13 SPECIAL CONDITIONS DOCUMENT 00 73 56 HAZARDOUS MATERIALS PROCEDURES & REQUIREMENTS DOCUMENT 01 31 19 PROJECT MEETINGS DOCUMENT 01 32 13 SCHEDULING OF WORK DOCUMENT 01 35 13.23 SITE STANDARDS DOCUMENT 01 43 00 MATERIALS AND EQUIPMENT DOCUMENT 01 77 00 CONTRACT CLOSEOUT AND FINAL CLEANING

Division 2 Section 02 41 00

Title Demolition

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT TABLE OF CONTENTS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE 2

Division 3 Section

03 05 16 Title Underslab Vapor Barrier

03 10 00 Formwork 03 20 00 Reinforcing 03 30 00 Cast-In-Place Concrete 03 33 51 Concrete Sealer 03 33 60 Stained and Polished Concrete Flooring 03 45 00 Precast Architectural Concrete

Division 5 Section Title 05 05 19 Post-Installed Concrete Anchors 05 12 00 Structural Steel 05 31 00 Steel Decking 05 40 00 Cold-Formed Metal Framing 05 50 00 Metal Fabrications

Division 11 Section 11 40 00

Title Foodservice Equipment

Division 22 Section 22 00 00

Title Basic Plumbing Requirements

22 05 23 General Duty Valves for Plumbing 22 05 2922 05 93 Hangers and Supports for Plumbing and

Equipment Testing of Plumbing

Division 26 Section 26 01 00

TitleGeneral Electrical Provisions

26 05 00 Basic Electrical Materials and Methods 26 05 33 Conduit and Wire 26 24 16 Panelboards and Terminal Cabinets

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT NOTICE INVITING BIDS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-1

NOTICE INVITING BIDS

NOTICE IS HEREBY GIVEN that the Saddleback Valley Unified School District (“District”) is seeking sealed bids from qualified general contractors for work on the following public-works construction project, as described in more detail in the other Bid Documents (“Project”): Food Services Equipment Replacement Project.

PLACE FOR SUBMITTING BIDS: Bids must be submitted to the District at the following location (“Place for Submitting Bids”): Saddleback Valley Unified School District, 25631 Peter A. Hartman Way Mission Viejo, California 92691.

BID DEADLINE: Bids must be received at the Place for Submitting Bids not later than 12 noon on Friday, January 15, 2021 (“Bid Deadline”).

BID DOCUMENTS: Bidders may obtain the digital copies of the documents necessary to submit a bid (“Bid Documents”) from: Doug Monfils via email [email protected]. The Bid Documents also may be downloaded, at no cost, from the following link on the District’s website: https://www.svusd.org/departments/facilities-operations-technology/facilities-maintenance-operations-construction/bidding-opportunities

REQUIRED BID SECURITY: Each bid must be submitted with bid security as described in the Instructions for Bidders.

CONTRACTOR LICENSE: The class or classes of California contractor licenses required to bid on and perform the Work are: B and applicable specialty licenses.

CONTRACTOR PREQUALIFICATION: Prequalification pursuant to Public Contract Code Section 20111.6:

____ is required in connection with the Project; or

X is not required in connection with the Project.

If required, the Instructions for Bidders describes the prequalification requirement in more detail. Contractors may obtain the prequalification questionnaire and instructions by requesting it from the District.

CONTRACTOR EXPERIENCE: In addition to having the required License(s), Contractor is required to have at least 2 years’ experience with replacement of large panel refrigeration units. If Contractor does not have such experience and is utilizing a subcontractor to perform specialized work, the subcontractor must have at least 2 years’ experience with replacement of large panel refrigeration units and a C38 license.

PRE-BID CONFERENCE: The District will conduct a mandatory pre-bid conference and site visit on December 17, 2020, at 9 am. The conference initially will commence at Educafe, 25566 Peter A. Hartman Way, Mission Viejo, CA.

SURETY BONDS: The successful bidder must provide a Performance Bond and a separate Payment Bond, each in an amount equal to 100% of the total Contract Price, and each issued by a California-admitted surety as defined in Code of Civil Procedure Section 995.120.

LABOR LAW: The Project is a “public work” that is subject, among other provisions, to Labor Code Sections 1720 through 1861, inclusive. As described in the Instructions for Bidders, each contractor (including subcontractors) must be registered with the California Department of Industrial Relations (“DIR”) in accordance with Labor Code Section 1725.5, and bidders must provide evidence of registration for themselves and their subcontractors. Each worker on the Project must be paid not less than the applicable Prevailing Wages. A copy of the applicable rates of Prevailing Wages is on file and available for review at the Place for Submitting Bids, and a copy will be posted at the

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT NOTICE INVITING BIDS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-2

Project Site. The Project is subject to compliance monitoring and enforcement by the DIR. The successful bidder will be required to post all job-site notices required by DIR regulations and other applicable law. If so specified in the Special Provisions, the District will conduct a mandatory conference for the purpose of describing labor-law requirements. RETENTION: Substitution of securities in lieu of retention, pursuant to Public Contract Code Section 22300, will be permitted as provided in the General Provisions. DEFINED TERMS: Capitalized terms used, but not defined in this Notice Inviting Bids shall have the meanings ascribed to such terms in the Bid Documents. Publication Dates: December 8 and 15, 2020.

END OF SECTION

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT INSTRUCTIONS TO BIDDERS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-1

INSTRUCTIONS TO BIDDERS

Caution: Read these Instructions for Bidders and other Bid Documents carefully. Do not assume that the documents are the same as similar documents you previously may have obtained from the District. Capitalized terms used, but not defined, in these Instructions for Bidders shall have the meanings ascribed to such terms in other of the Bid Documents.

1. Project Delivery Method and Coordination. The Project is being completed on the basis of a single general contract for all or the majority of the Project. If the District either contracts for work in connection with the Project in addition to the Work or performs such work using its own forces (in each case, “Work by Others”), the scheduling, performance and priority of the Work is subject to coordination with the Work by Others. In submitting a bid for the Work, a bidder shall be deemed and construed to have acknowledged that: (i) each milestone and period of time for completion of the various portions of the Work, as specified in the Master Construction Schedule, is sufficient and reasonable considering the scope of the Work and the Project, and considering the need to coordinate the Work with the Work by Others; and (ii) if the Contract is awarded to the bidder, the bidder shall have no Claim for delay arising from the need to coordinate the Work with Work by Others.

2. Architect. The Architect for the Project is identified in the Special Provisions. The Architect’s role is described in the General Provisions and is subject to the provisions of the agreement between the District and the Architect. The Architect will be the District’s representative during construction and close-out of the Work in accordance with Title 24 of the California Code of Regulations (“CCR”) and provisions of the agreement between the District and the Architect. Communications from the District to bidders prior to award of the Contract may be directed through the Architect.

3. Project Manager. Notwithstanding that the Project is being completed on a general contract basis, the District may contract for the services of a project manager or other consultant (“Project Manager”) in connection with the Project. If known, the Project Manager is identified in the Special Provisions. The Project Manager’s role is described in the General Provisions and is subject to provisions of the agreement between the District and the Project Manager. The Project Manager will be the District’s representative during the bidding, construction and close-out of the Work and will assist the District in the administration of the Contract. Communications from the District to bidders prior to award of the Contract may be directed through the Project Manager. If the District does not contract for the services of a Project Manager in connection with the Project, or if the District terminates and does not replace the Project Manager, then the District may delegate some or all of the Project Manager’s responsibilities pursuant to the Contract Documents to the Architect, District staff and/or others.

4. Prequalification of Prospective Bidders. If the Notice Inviting Bids provides that prequalification of prospective bidders is required, then, under Public Contract Code Section 20111.6, each contractor having a class A or B license, or a license in any of certain classes of mechanical, electrical and plumbing (“MEP”) license categories as described below, must be prequalified in order to bid on the Project. In addition, subcontractors having a license in any of those MEP license categories must be prequalified in order to be listed in any bid for the Project. In accordance with Section 20111.6: (i) the District will consider a bid from a contractor subject to the prequalification requirements only if the contractor has been prequalified by the District; and (ii) the District will consider a bid that lists any MEP subcontractor subject to the prequalification requirements only if all such MEP subcontractors listed in the bid have been prequalified by the District.

The prequalification requirement applies to each MEP contractor with any of the following licenses: C-4 (boiler, hot water, and steam fitting); C-7 (low-voltage systems); C-10 (electrical); C-16 (fire protection); C-20 (HVAC); C-34 (pipeline); C-36 (plumbing); C-38 (refrigeration); C-42 (sanitation systems); C-43 (sheet metal); or C-46 (solar). Contractors that desire to bid on the Project should ensure that their potential MEP subcontractors have been prequalified by the District. The terms and conditions for prequalification are set forth in the prequalification questionnaire and instructions, which may be obtained from the District.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT INSTRUCTIONS TO BIDDERS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-2

THE DISTRICT WILL REJECT ANY PREQUALIFICATION SUBMITTAL THAT DOES NOT FULLY COMPLY WITH THE REQUIREMENTS OF THE PREQUALIFICATION QUESTIONNAIRE AND INSTRUCTIONS, OR THAT IS NOT TIMELY RECEIVED BY THE DISTRICT. IF PREQUALIFICATION REQUIREMENTS ARE APPLICABLE, THE DISTRICT WILL, TO THE EXTENT REQUIRED OR PERMITTED BY LAW, REJECT EACH BID FOR WHICH THERE IS NOT FULL COMPLIANCE WITH THE PREQUALIFICATION REQUIREMENTS.

5. Pre-Bid Review of Plans and Specifications. Each bidder, prior to submitting a bid for the Work and at its own expense, must thoroughly review and become familiar with all of the Drawings, Specifications, and other requirements for the Work. A bidder is required to review the Drawings and Specifications only in its capacity as a contractor, not as a licensed design professional, but the bidder must, promptly and prior to submitting a bid for the Work, report to the District any errors or omissions in the Drawings and Specifications revealed through such review.

6. Examination of Project Site and Contract Documents. Each bidder, prior to submitting a bid for the Work and at its own expense, must visit the site where the Project is located and the on-site portion of the Work is to occur (“Project Site”) and become fully acquainted with the conditions in and under which the Work will be performed, so that the bidder fully understands the facilities, difficulties, restrictions and requirements attendant to the performance of the Work on and at the Project Site. Subject to District approval and evidence of adequate insurance coverage satisfactory to the District, a bidder that attended the mandatory pre-bid conference and site visit specified in the Notice Inviting Bids, at its own expense, may subsequently conduct additional inspections of the Project Site. Prospective bidders in attendance at any pre-bid conference or other site visit must be dressed appropriately and with safety in mind, including, at a minimum, by wearing closed-toe and closed-heel shoes, with regular heels (i.e., tennis shoes or work boots, but not shoes with high or tapered heels). Prospective bidders must gather in front of the place where the pre-bid conference or site visit is to occur, any may in no event enter the Project Site unless and until a District representative is present and directs them to do so. In addition, each bidder must thoroughly examine and develop an understanding of all of the Contract Documents, including, without limitation, the Drawings, Specifications, Agreement, General Provisions, Special Provisions, Required Bidding Forms, Required Contract Forms, and Required Project Forms. The failure of a bidder to understand the conditions in and under which the Work is to be performed, or to examine and understand any of the Contract Documents, shall not relieve the bidder from any obligations pursuant to its bid or the Contract Documents.

7. Interpretation of Contract Documents. If a bidder is in doubt as to the true meaning of any part of the Contract Documents, or finds any conflict, omission or other discrepancy in any Drawings, Specifications or other Contract Documents, the bidder must submit a written request to the Architect for an interpretation or correction of the applicable Contract Documents. The bidder submitting the request must provide copies of the request to the District and the Project Manager, and must ensure that the request is delivered to the Architect sufficiently in advance of the scheduled bid opening to permit the Architect a reasonable amount of time to respond considering the nature and scope of the overall Project. Prior to the opening of bids, the Architect will issue interpretations or corrections of the Contract Documents only by addendum or addenda to the Contract Documents. A copy of each addendum will be mailed or delivered to each contractor that has obtained a copy of the Bid Documents by paying a deposit. No person or entity shall be authorized to provide any oral interpretation of any provision of the Contract Documents, and no oral interpretation shall be binding on the District. If the Architect does not issue an addendum to interpret or correct any conflict, omission or other discrepancy in the Drawings, Specifications or other Contract Documents, the bidder must include in its bid the material, item, process, method, et cetera, that results in the higher bid amount. THE SUBMISSION OF A BID SHALL BE DEEMED AND CONSTRUED AS A REPRESENTATION AND WARRANTY BY THE BIDDER THAT IT HAS COMPLIED WITH THE REQUIREMENTS OF THIS SECTION AND SECTION 6 OF THESE INSTRUCTIONS FOR BIDDERS, AND AT NO TIME AFTER SUBMITTING A BID MAY THE BIDDER ASSERT, CLAIM OR ALLEGE THAT IT HAD ANY DOUBT OR MISUNDERSTANDING AS TO THE NATURE OR SCOPE OF THE WORK.

8. Ethics in Bidding. The District expects each bidder to maintain high ethical standards with respect to bidding on the Work. Prior to the award of the Contract, no bidder shall disclose the amount of any prospective subcontractor’s bid or proposal, or any element thereof, to any other prospective subcontractor. Bidders must not

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT INSTRUCTIONS TO BIDDERS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-3

engage in or permit either of the unethical and unfair practices commonly known as bid shopping (e.g., the bidder uses a subcontractor’s proposal in an attempt to obtain a lower-cost proposal from another subcontractor) and bid peddling (e.g., a subcontractor attempts to obtain a job by offering to work for less than the amount specified in another subcontractor’s proposal). If the District determines prior to opening of bids that any bidder has violated any of the foregoing requirements or any other prohibitions set forth in the Subletting and Subcontracting Fair Practices Act (Public Contract Code Section 4100 et seq.), the District may reject the bidder’s bid as non-responsive and report the bidder’s actions to the Contractors State License Board.

9. Contractor Licensing. At the time it submits its bid for the Work, each bidder must have a contractor license in the class(es) specified in the Notice Inviting Bids, issued by and in good standing with the State of California. A bidder’s failure to be so properly licensed shall result in the bidder being deemed non-responsive, and the District will reject that bidder’s bid. Each bidder must clearly specify its California contractor’s license number where indicated in the Bid Proposal. The bidder to which the District awards the Contract must maintain the required license throughout the duration of the Work.

10. Listing of Subcontractors. In accordance with the Subletting and Subcontracting Fair Practices Act, each bidder must submit with its bid a list setting forth the name, location of the place of business, and California contractor license number of each subcontractor that will perform any portion of the Work, or that, under subcontract to the bidder, will specially fabricate and install a portion of the Work, in an amount in excess of ½ of 1 percent of the total amount of the bidder’s bid. A bidder may not list more than one subcontractor for any one portion of the Work. A bidder that fails to list a subcontractor for any portion of the Work represents that it is fully qualified to, and agrees that it shall, perform such Work using its own forces. If the Bid Documents require the bidder to submit alternate bids and the bidder intends to use different or additional subcontractors for the alternates, the bidder must submit a separate list of Subcontractors for each such alternate. A bidder must submit its lists of Subcontractors only on the “Subcontractor Listing” form included in the Required Bidding Forms. In addition to providing the subcontractor lists, upon request of the District at any time after bids are opened, a bidder must provide the address and telephone number for each listed subcontractor.

11. DVBE Requirements. Bidders must comply with the requirements of this Section only if made applicable under the Special Provisions. The District has adopted a goal for DVBE participation in the Project of three percent of the overall amount expended for certain new-construction and modernization projects each year. Each bidder must comply with DVBE requirements by making and documenting its reasonable efforts to obtain DVBE services in connection with the Work. In order to be considered reasonable efforts, a bidder’s efforts should include advertising in appropriate publications and contacting any responding DVBE. Alternatively, if so provided in the Special Provisions, the Project Manager will advertise for DVBE for the Work, and bidders must contact the Project Manager to obtain information regarding any responding DVBE. The bidder also should contact any DVBE that it knows could perform a portion of the Work. Each bidder must complete, execute and submit with its bid the “Certification of DVBE Compliance” form and the “DVBE Participation Statement” form included in the Required Bidding Forms. The District will reject as non-responsive any bid that does not fully comply with all of the foregoing DVBE requirements. As a condition to final payment pursuant to the Contract, the successful contractor must complete, execute, and submit to the District the “Certification of DVBE Participation” form included in the Required Project Forms.

12. Use of Bid Form is Mandatory. Each bid must be submitted on the Bid Form included in the Required Bidding Forms. Unless expressly permitted by the Bid Documents, a bidder shall not: (i) make any changes, additions or other modifications to the Bid Form or other documents to be submitted with the Bid Form; (ii) restate or recharacterize the Work in the bid; or (iii) submit any alternative proposals not authorized by the Bid Documents. The District may reject as non-responsive any bid that does not strictly comply with the foregoing.

13. Preparing the Bid. Bidders must fully and properly complete all information required to be included on the Bid Form. Amounts must be stated in both words and numbers where indicated. Prices, wording and notations must be in ink or typewritten. The signatures and/or initials of each person signing the bid and other documents to be submitted with the bid must be in permanent ink, preferably blue in color. A bid may contain an

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT INSTRUCTIONS TO BIDDERS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-4

erasure, interlineation, or other correction only if the correction is made to the information entered by the bidder (not to any pre-printed text in the Bid Form or other documents to be submitted with the bid), does not result in any inconsistency or ambiguity, and is authenticated by affixing, in the margin immediately adjacent to the correction, the initials of the person or persons signing the bid. In the event of inconsistency between words and numbers, words shall govern over numbers, and the District may consider such inconsistency to be a minor irregularity.

14. Bid Security. Each bid must be submitted with security in an amount equal to 10% of the maximum bid, in one of the following forms: (i) a cashier’s or certified check payable to the District; or (ii) a bid bond. The security must be submitted with a completed and executed copy of the “Bid Security” form included in the Required Bidding Forms. A bid bond must be an executed copy of the “Bid Bond” form included in the Required Bidding Forms and must be issued by a California-admitted surety as defined in Code of Civil Procedure Section 995.120. Unless forfeited, the District will return security to the bidders within a reasonable time, but not more than sixty days after award of the Contract for the Work.

15. Required Bidding Forms. Each bidder must complete, execute, and submit with its bid each of the forms included in the Required Bidding Forms; provided that: (1) the “Bidder References and Information” form shall be required only pursuant to these Instructions for Bidders; and (2) the “Certification of DVBE Compliance” form shall be required only if DVBE requirements are made applicable under the Special Provisions. If a bidder fails to properly complete, execute and submit any of the Required Bidding Forms, the District may determine that the bidder’s bid is non-responsive.

16. Signing the Bid and Other Required Documents. The Bid Form and other Required Bidding Forms, the bid bond, and all other documents to be submitted with the bid that require an original signature of the bidder must be signed using permanent blue ink, and must be signed by a person duly authorized to sign documents and thereby contractually bind the bidder in connection with the Work (each an “Authorized Contractor Officer”). The District may reject as non-responsive any Bid Form containing a stamped or mechanically-printed signature. Depending on whether the bidder is an individual or another type of business entity, signatures must comply with the following:

16.1 Corporations. If bidder is a corporation, each document must set forth the full, legal name of the corporation and must be signed by both the bidder’s President and the bidder’s Secretary or Assistant Secretary as the Authorized Contractor Officers for the bidder. Alternatively, the signature of another Authorized Contractor Officer may be affixed to the document if the bidder includes with its bid a certified copy of a resolution of the corporation’s board of directors authorizing such person to sign the document as an Authorized Contractor Officer of the bidder. Documents submitted with the bid must include the title of each signatory below the signature and must bear the corporate seal.

16.2 Limited Liability Companies. If bidder is a limited liability company, each document must set forth the full, legal name of the company and the names of all members of the company, and all such members must sign the document as the Authorized Contractor Officers for the bidder. Alternatively, the document may be signed by a representative of the managing member of the company if the bidder includes with its bid a certified copy of a statement of the managing member’s authority and the specific signatory’s authority to sign the document as an Authorized Contractor Officer of the bidder.

16.3 Partnerships. If bidder is a partnership of any type, each document must set forth the full, true name of the partnership and the names of all persons and/or entities comprising the partnership, and all such persons and entities (or their legal representatives as determined pursuant to this Section 16) must sign the document. Alternatively, the document may be signed by a general partner of the partnership if the bidder includes with its bid a certified copy of a statement of the partnership acknowledging the signatory as a general partner (or a representative of the general partner) with authority to sign the document.

16.4 Sole Proprietorships. If the bidder is a sole proprietorship, each document must set forth

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT INSTRUCTIONS TO BIDDERS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-5

the true name of the sole proprietorship and its owner, and such owner must sign the document. Alternatively, an agent of the owner may sign a document if the bidder has included in the bid a certified copy of a current and valid power-of-attorney authorizing the agent to sign the document.

16.5 Fictitious Names and Joint Ventures. If the bidder is an entity using a fictitious business name or a joint venture of two or more parties, documents must satisfy the requirements set forth above for signatures on behalf of corporations or partnerships, as applicable. The signature on any document signed on behalf of any entity using a fictitious business name must so indicate in the signature block. Documents submitted by parties acting as joint venturers must so indicate in the signature block and must be signed by or on behalf of each and every joint venturer.

17. Sealing and Labeling the Bid. The completed Bid Form, other Required Bidding Forms, and all additional documents and other materials to be submitted with the bid must be enclosed in a sealed envelope, except that a completed copy of the “Bid Label” form included in the Required Bidding Forms must be securely fastened to the outside of the bid envelope. No other information must be apparent on the outside of the bid envelope. The District may reject any bid if the outside of the bid envelope is not properly labeled or shows extraneous information or marks.

18. Submitting the Bid. For purposes of the Notice Inviting Bids and these Instructions for Bidders, any reference to the “Bid Deadline” shall mean the date and time specified as the Bid Deadline in the Notice Inviting Bids and any authorized extension(s) thereto. The District must receive any bids prior to the Bid Deadline and at the Place for Submitting Bids set forth in the Notice Inviting Bids. The clock located at the Place for Submitting Bids and designated as the official bid clock shall be used in determining whether bids have been timely received by the District, regardless of whether the time shown on the official bid clock is precisely accurate. Each bidder is solely responsible for ensuring that its bid is timely received by the District. A bidder must submit its bid to the District via personal or other delivery. The District will not accept any oral bid or bid sent via facsimile or electronic transmission. At no time will District telephones or facsimile machines be available for use by bidders. Any bid received by the District after the Bid Deadline will be returned to the bidder unopened.

19. Interests in More Than One Bid. No person or entity shall submit or have any interest in more than one bid for the Work except to the extent the Bid Documents expressly call for alternate bids. The District will not accept more than one bid for the Work from any person or entity, under the same or different names. A reasonable belief by the District that any person or entity has an interest in more than one bid or has submitted more than one bid for the Work may result in the District rejecting all bids in which the bidder has an interest. A person or entity that has submitted to a bidder any sub-bid or proposal to furnish labor, materials or services in connection with the Work is not thereby prohibited from submitting a sub-bid or proposal to any other bidder(s) on the Work, but that person or entity shall be prohibited from submitting its own bid for the Work. Any person or entity that has participated in the preparation of any Specifications for the Work (other than submitting manufacturer specifications) shall be prohibited from bidding on the Work, and the District shall deem any such bid to be non-responsive.

20. Modifying a Bid. Not later than the Bid Deadline, a bidder may modify its original bid by submitting the written modification to the District. The bid modification must be submitted in a sealed and labeled envelope as provided in Section 17 of these Instructions for Bidders, but must also include the words “Bid Modification” on the label. The District shall reject any bid modification that is not received by the District prior to the Bid Deadline. The late receipt and rejection of a bidder’s bid modification shall not be deemed or construed to constitute a withdrawal of the original bid by the bidder, and the District still may accept the original bid if responsive and the bidder is a responsible contractor. The District may reject any modified bid if the modification creates an ambiguity or inconsistency, including, without limitation, if the modification makes the bid unintelligible. A bidder must submit any bid modification to the District via personal or other delivery. The District will not accept any oral bid modification or any bid modification sent via facsimile or electronic transmission. Any bid modification received by the District after the Bid Deadline will be returned to the bidder unopened.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT INSTRUCTIONS TO BIDDERS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-6

21. Superseding a Bid. Not later than the Bid Deadline, a bidder may supersede its original bid by withdrawing its original bid in accordance with Section 22 of these Instructions For Bidders and concurrently submitting a new bid for the Work to the District. The superseding bid must be submitted in a sealed and labeled envelope as provided in Section 17 of these Instructions for Bidders, but must also include the words “Superseding Bid” on the label. The District shall reject any withdrawal and superseding bid that is not received by the District prior to the Bid Deadline. The late receipt and rejection of a bidder’s withdrawal and superseding bid shall not be deemed or construed to constitute a withdrawal of the original bid by the bidder, and the District still may accept the original bid if responsive and the bidder is a responsible contractor. A bidder must withdraw its original bid and submit its superseding bid to the District via personal or other delivery. The District will not accept any oral withdrawal and superseding bid, or any withdrawal and superseding bid sent via facsimile or electronic transmission. Any withdrawal and superseding bid received by the District after the Bid Deadline will be returned to the bidder unopened.

22. Withdrawing a Bid. A bidder may withdraw its bid at any time prior to the Bid Deadline by submitting a written request to the District via personal or other delivery. The District will not accept any oral withdrawal request or any withdrawal request sent via facsimile or electronic transmission. A withdrawal request must be signed by an Authorized Contractor Officer determined in accordance with Section 16 of these Instructions for Bidders. A withdrawal request received by the District after the Bid Deadline shall in no event be deemed or construed to constitute a withdrawal of the bid, and the District still may accept the bid if it is responsive and the bidder is a responsible contractor. After receipt of a timely withdrawal request, the District shall return the bidder’s bid security upon request. Except as provided in Public Contract Code Section 5100 et seq., if a bidder has not withdrawn its bid prior to the Bid Deadline, the bidder thereafter may not withdraw its bid for a period of sixty days after the Bid Deadline.

23. Requesting Substitution of Specified Item. Except for any Sole-Source Items described in Section 8 of the Special Provisions, the requirement for any Specified Item shall be interpreted as if followed by the words “or equal,” and a bidder may offer in place of such Specified Item any material, product, service, or other thing that the bidder can demonstrate is, in every respect, materially equal to or better than the Specified Item and that will completely accomplish the intended aesthetics, purposes and/or functions of the Specified Item. Each substitution request is subject to and must conform with the requirements of Sections 14.4 through 14.10, inclusive, of the General Provisions, including, without limitation, requirements for submitting documentation in support of the request. Requests for substitution must be submitted to the District using a completed and executed copy of the “Substitution Request” form included in the Required Contract Forms.

The bidder shall be responsible for establishing that a proposed substitution satisfies all requirements of the Contract Documents, including, without limitation, that the proposed substitute item is, in every respect, materially equal to or better than the Specified Item. The District may at any time request any additional information regarding the proposed substitute item. The District, in consultation with the Architect and the Project Manager as applicable, will decide whether to approve a substitution based on the information provided by the bidder. The District has the sole discretion to determine whether a proposed substitute item is equal to or better than a Specified Item. Any request for substitution that is granted by the District shall be documented and processed by means of a Change Order after execution of the Contract. The District may condition its approval of any substitution upon delivery to the District of an extended warranty or other assurances of adequate performance of the substitute item. The bidder shall be responsible for and shall bear any and all risks, expenses and costs of delay arising from review or approval of a substitution by the DSA or other governmental agency.

A substitution request must be submitted to the District not later than seven days prior to the Bid Deadline specified in the Notice Inviting Bids. The District will not consider any substitution request received thereafter, except to the extent provided in Section 14.5 of the General Provisions. Concurrently with submitting a substitution request the bidder must provide all information required pursuant to Section 14.6 of the General Provisions to substantiate the request. The District shall not be required to make a determination in regard to any substitution request and/or substantiating information prior to award of the Contract. If the District gives a Notice of Award for the Contract to a bidder, but subsequently disapproves a substitution proposed by that

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT INSTRUCTIONS TO BIDDERS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-7

bidder, the bidder must provide the Specified Item in accordance with the Contract Documents and at no additional cost to the District.

24. District Waiver of Bid Irregularities. The District, in accordance with applicable law, may waive any minor irregularity or informality in any bid or in the bidding process.

25. District Rejection of Irregular Bids. The District will reject as non-responsive any bids containing irregularities that are not minor irregularities, including, by way of example and not as a limitation, any bid that is materially incomplete and any bid that includes any additions or conditional or alternate bids not permitted pursuant to the Bid Documents. In addition, the District may reject as non-responsive any bid in which component bid amounts are obviously unbalanced or inconsistent. The District may, but is not required to, seek information from any bidder that may resolve an ambiguity in the bidder’s bid.

26. District Rejection of Non-Responsive Bids. If a bid fails to conform to requirements set forth in the Notice Inviting Bids, these Instructions For Bidders, or any of the other Bid Documents (including, without limitation, if the District reasonably determines that the bid is unintelligible, internally inconsistent, or otherwise ambiguous), the District may reject the bid as non-responsive. The District may, but is not required to, seek information from any bidder that may resolve an ambiguity in the bidder’s bid.

27. Bidder Evidence of Responsibility. In determining whether a bidder is a responsible bidder, the District may consider, among other possible factors, the financial standing and general competency of the bidder with respect to the Work being bid. Within two business days of the District’s request, a bidder must submit to the District a completed and executed copy of the “Bidder References and Information” form included in the Required Bidding Forms. The purpose of the Bidder References and Information is to assist the District in evaluating the bidder’s construction experience, current and anticipated workload, organizational resources available for performance of the Contract, any terminations from projects prior to completion, references for public works and public school projects, financial resources, surety and insurance claims experience, stop notice and other legal proceedings, and other factors pertinent to determining the responsibility of the bidder. The District in its sole discretion may require submittal of the “Bidder References and Information” form regardless of whether the bidder was prequalified as described in these Instructions for Bidders.

28. District Award of Contract. Prior to award of the Contract, the District may provide to a bidder notice that it is the apparent low bidder and that the District may award the Contract to such bidder. In its discretion, the District Board may award the Contract to such bidder, may award the Contract to another bidder in the event of a bid protest or other issue, or may reject all bids and either rebid or not rebid the Work. If the District Board awards the Contract, the award will be to the responsible bidder with the lowest responsive bid from among all responsible and responsive bidders (“Successful Bidder”). If two or more responsive and responsible bidders have submitted the same low bid, the District shall determine the Successful Bidder by means of a coin toss or some other random method. The District will issue notice of the award of the Contract to the Successful Bidder (“Notice of Award”).

29. Bidder Execution of Contract. The Successful Bidder shall have seven calendar days after the date of the Notice of Award to execute and deliver to the District the Construction Services Agreement and all other documents required in accordance with the Contract Documents. If the bidder fails to execute and provide all such documents within that seven-day period: (i) the bidder will forfeit the bid security submitted with its bid; and (ii) the District may award the Contract to one of the other responsible and responsive bidders or release all bidders.

30. Refund of Deposit for Bid Documents. If the Notice Inviting Bids provides that Bid Documents may be obtained upon payment of a refundable deposit, a contractor may obtain a refund of its deposit by returning the Bid Documents to the Place for Submitting Bids specified in the Notice Inviting Bids not later than seven days after the opening of bids. A contractor will be entitled to refund of its deposit only if the Bid Documents are complete, in a useable condition, and free of any and all pen, pencil or other markings, erasure marks, rips, tears, et cetera. If

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT INSTRUCTIONS TO BIDDERS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-8

the Notice Inviting Bids provides that the Bid Documents may be obtained for a non-refundable charge, the District will not refund the amount of the charge to the contractor.

31. Bid Protests. Any bidder that has duly submitted a bid for the Work may protest the process used to seek bids for the Work, another bid for the Work and/or the intended award of the Contract for the Work only by filing a written protest with the District in accordance with the procedures set forth in this Section (each a “Bid Protest”). The District will not accept or consider any oral Bid Protest (e.g., by telephone) or any Bid Protest sent via electronic transmission (e.g., email). In order for a Bid Protest to be valid and be considered by the District, the Bid Protest:

1. Must be received by the District not later than 4:00 p.m. on the fifth business day following the opening of bids;

2. Must clearly identify the bidder that is filing the Bid Protest, together with the name, address and telephone number of the person representing the bidder for purposes of the Bid Protest;

3. Must clearly identify the specific bid, bidding process, or other matter that is the subject of the Bid Protest;

4. Must clearly identify the specific provisions of all documents relevant to the Bid Protest;

5. Must clearly identify and describe in detail the specific basis (or bases) for the Bid Protest and all facts relevant thereto;

6. Must clearly identify and describe in detail all arguments in support of the Bid Protest, including, without limitation, citations to applicable statutory requirements; and

7. Must be submitted with all documentation the bidder desires to submit that is relevant to and supports the basis or bases underlying the Bid Protest.

If a Bid Protest does not comply with each and all of the foregoing requirements (provided that a bidder will be deemed to have submitted all documentation that it desires in accordance with clause (vii) of the foregoing), the District will reject the Bid Protest as invalid. Upon receipt of a valid Bid Protest, the District and/or its legal counsel will review the Bid Protest and all relevant information and documents and will provide a written response to the protesting bidder setting forth a recommendation for District Board action in response to the Bid Protest. A bidder may at any time withdraw its Bid Protest. In response to a Bid Protest that a bidder has not withdrawn, the District Board may decline to award the Contract, may award the Contract to a bidder other than as previously intended, or may award the Contract to a bidder as previously intended despite the Bid Protest. Such action by the District Board shall be a condition precedent to the filing of any claim or demand and to the initiation of any action (legal or equitable) or other proceeding arising from the matter(s) protested.

COMPLIANCE WITH THE FOREGOING BID PROTEST REQUIREMENTS IS MANDATORY. EACH BIDDER THAT DESIRES TO PROTEST MUST FILE ITS OWN BID PROTEST IN ACCORDANCE WITH THE FOREGOING REQUIREMENTS, AND NO BIDDER MAY RELY ON A BID PROTEST BY ANOTHER BIDDER AS A MEANS OF SATISFYING SUCH REQUIREMENTS. COMPLIANCE WITH THE FOREGOING REQUIREMENTS IS THE SOLE AND EXCLUSIVE MEANS OF PROTESTING A BID, THE BIDDING PROCESS AND/OR THE INTENDED AWARD OF THE CONTRACT, AND FAILURE TO SO COMPLY SHALL BE DEEMED AND CONSTRUED AS A WAIVER OF ANY AND ALL RIGHTS THE BIDDER MAY HAVE TO PURSUE A CLAIM, DEMAND OR ACTION ARISING FROM ANY SUCH MATTER.

32. Public Works Project. The Project is a “public work” and “public project” within the meaning of various provisions of the Public Contract Code, Labor Code, Civil Code, and other applicable legal requirements. Therefore, the performance of the Work is subject to such requirements. The Contract Documents include various provisions relating to public works and public projects as provided by law, and each bidder must thoroughly review

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT INSTRUCTIONS TO BIDDERS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-9

and become familiar with the Contract Documents as described above in these Instructions for Bidders. However, the Contract Documents do not include comprehensive statements of all requirements of law applicable to public works and public projects, and each bidder shall be deemed and construed to have acknowledged that fact by submitting a bid for the Work. In addition, by submitting a bid for the Work, each bidder represents and warrants that it is familiar and knowledgeable with respect to all requirements of law applicable to public works and public projects generally and to the Work specifically.

33. Registration with DIR. No contractor may submit a bid for any work on a public works project unless the contractor is, and no subcontractor may be listed in any bid for work on a public works project unless the subcontractor is, currently registered with the California Department of Industrial Relations (“DIR”) and qualified to perform public work pursuant to Labor Code Section 1725.5. Additionally, no contractor or subcontractor may be awarded a contract for work on a public works project, or may perform any work on a public works project, unless the contractor or subcontractor is currently registered with the DIR and qualified to perform public work pursuant to Labor Code Section 1725.5. It is not a violation of Labor Code Section 1725.5 for an unregistered contractor to submit a bid authorized by Business and Professions Code Section 7029.1 or Public Contract Code Section 20103.5, if the contractor is registered at the time the contract is awarded. Notwithstanding anything to the contrary, if at any time during the performance of the Work, the Contractor or any of its Subcontractors is not duly registered pursuant to Labor Code Section 1725.5 (including, without limitation, if the registration expires or the DIR revokes the registration), the District in its sole discretion may cancel the Contract and/or replace the Contractor or Subcontractor with a contractor or subcontractor that is duly registered pursuant to Labor Code Section 1725.5.

34. Subcontractor Eligibility and Licensing. The Successful Bidder shall in no event permit a subcontractor to perform any of the Work if that subcontractor is ineligible to work on a public works or public project. Each subcontractor that the Successful Bidder intends shall perform any portion of the Work must be licensed in accordance with law by the Contractors State License Board prior to commencing its portion of the Work.

35. Prevailing Wages and Labor-Law Compliance Monitoring. The Successful Bidder and each of its subcontractors of any tier shall pay not less than the applicable prevailing rates of per-diem wages in the locality in which the Work is to be performed for each craft or type of worker (“Prevailing Wages”) needed to execute the Contract. A copy of the per-diem rates of Prevailing Wages applicable to the Work is on file with the District and is available for review at the location specified in the Notice Inviting Bids as the Place for Submitting Bids, and a copy will be posted at the Project Site. The Work will be subject to compliance monitoring and enforcement by the DIR, as described in more detail in the Special Provisions and General Provisions.

36. Fingerprinting and Employee Background Checks. In circumstances that may involve workers having more than limited contact with students, the District may require that any or all persons on, at or in the vicinity of the Project Site on account of the Work (including, without limitation, employees of both the bidder and its subcontractors) undergo criminal-history background checks requiring submission of fingerprints to the Department of Justice. The District may impose other requirements designed to protect students regardless of whether it requires such criminal-history background checks. The Successful Bidder shall be responsible for compliance with any and all such requirements by its own forces and by its subcontracted forces. If the bidder or any subcontractor is a sole proprietor, the District shall prepare and submit their fingerprints per Education Code section 45125.1, subdivision (k). Any bidder that is a sole proprietor, or lists a subcontractor that is a sole proprietor, shall have an immediate and affirmative duty to inform the District of such status so as to allow the District to comply with Education Code section 45125.1, subdivision (k).

37. Discrimination Prohibited. No bidder, in preparing and submitting its bid for the Work, shall discriminate in violation of any applicable law, including, without limitation, those specified in Section 3.6 of the General Provisions. In connection with performance of the Work, neither the Successful Bidder nor any of its subcontractors of any tier shall illegally discriminate against any prospective or active employee in violation of applicable law, including, without limitation, those specified in Section 3.6 of the General Provisions. The Successful

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT INSTRUCTIONS TO BIDDERS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-10

Bidder must comply with applicable federal and California laws prohibiting such discrimination and must require like compliance by any subcontractors performing any of the Work.

38. Bidder Investments in Iran. Subject to certain exceptions, the Iran Contracting Act of 2010 (Public Contract Code Section 2200 et seq.) prohibits a party that engages in investment activities in Iran, as described in Public Contract Code Section 2202.5, from entering into any contract of $1,000,000 or more for goods or services to be provided to a public entity. Each bidder must complete, execute, and submit with its bid the “Iran Contracting Act Certification” form, included in the Required Bidding Forms, to thereby certify to the District that: (i) the bidder is not identified on any list prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code Section 2203; (ii) the bidder is not a financial institution that, for 45 days or more, extends $20,000,000 or more in credit to any other person or entity identified on any list prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code Section 2203, if that person or entity uses or will use the credit to provide goods or services in the energy sector in Iran; (iii) the District has exempted the bidder from the prohibition after making a public finding that, absent the exemption, the District will be unable to obtain the goods and/or services to be provided pursuant to the Contract; or (iv) the bidder’s bid, including any and all additive alternates, does not exceed $1,000,000.

39. Time for Completion of Work and Liquidated Damages. The Successful Bidder must complete the Work in accordance with the Contract Documents and within the time period specified in the Special Provisions and the Master Construction Schedule as adjusted in accordance with the Contract Documents. The failure of such bidder to fully complete the Work within such time period(s) may result in the District assessing liquidated damages against the bidder as provided in the General Provisions.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT REQUIRED BIDDING FORMS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-1

REQUIRED BIDDING FORMS Bid Label

Bid Form

Bid Security

Bid Bond

Non-Collusion Declaration (Executed by Bidder and Submitted with Bid)

Certification Regarding Site Visit

Subcontractor Listing

Certification Regarding Contract Documents

Certification of DVBE Compliance (If Applicable Pursuant to Special Provisions, Section 18)

DVBE Participation Statement (If Applicable Pursuant to Special Provisions, Section 18)

Bidder References and Information (If Applicable Pursuant to Section 27 of the Instructions for Bidders)

Iran Contracting Act Certification Form

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT BID LABEL FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-1

BID LABEL

Project:

Bid Deadline (Date and Time):

Location for submittal of Bids: Saddleback Valley Unified School District Attn: Doug Monfils

25631 Peter A. Hartman Way Mission Viejo, CA 92691

Contractor Company Name:

Contractor Address:

Contractor Contact Person:

Contact Person’s Telephone No:

Additional Information:

This space for District use only:

Date/Time Bid Received: @

Instructions: Complete the information on this Bid Label, cut on the dashed line above, and glue or tape the completed Bid Label to the outside of the envelope containing the bid. You are responsible for ensuring that the Bid Label is securely fastened to the envelope containing your bid. If applicable, indicate in the “Additional Information” field above whether the contents are “Bid Modifications” or a “Superseding Bid.” You must not write or otherwise place any other information or markings on the outside of the envelope (not including District address and postage, if you mail your bid).

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT BID FORM FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-1

BID FORM

(Do not leave any information blank) District: Saddleback Valley Unified School District Project: Bidding Contractor (“Bidder”): __________________________________________________________ The undersigned hereby certifies to the District, subject to penalty for perjury pursuant to the laws of the State of California, that all of the following is true and correct:

A. I am a duly authorized representative of the Bidder and, in that capacity, I have reviewed the information set forth in this Bid Proposal and other forms submitted with the Bid Proposal, and have executed and submitted this bid on behalf of the Bidder.

B. The Bidder is duly licensed as a contractor by the Contractors’ State License Board of the State of California (“CSLB”), such license(s) is (are) in full force and effect as of the date the Bidder has submitted this bid to the District, and the classification(s) of such license(s) is (are) appropriate to allow the Bidder to perform all of the Work in accordance with California law. The classification(s) and number(s) of the license(s) issued to the Bidder by the CSLB is (are):

Class: ____________ License No. ________ Class: ____________ License No. ________

Class: ____________ License No. ________ Class: ____________ License No. ________

C. The Bidder has become familiar with the Contract Documents as certified in the Certification Regarding Contract Documents submitted concurrently herewith, and hereby represents and warrants that it is sufficiently experienced and qualified, and that it has sufficient financial and other resources, to perform and complete the Work in strict accordance with the Contract Documents.

D. Bid Amount: The Bidder hereby proposes to (and, if awarded the Contract, the Bidder shall) furnish at its own cost and expense any and all labor, materials, tools, equipment, facilities, transportation, services and other things required for completion of the Work in strict conformity with the Bid Documents, in exchange for payment from the District of the following all‐inclusive amount (“Bid Amount”):

Dollars ($ _______________) Submittal of the panel manufacturer’s quote is required with Bid Form.

D. Base and Alternate Bid Amounts: The Bidder hereby proposes to (and, if awarded the Contract, the Bidder shall) furnish at its own cost and expense any and all labor, materials, tools, equipment, facilities, transportation, services and other things required for completion of the Work in strict conformity with the Bid Documents, in exchange for payment from the District of the following all‐ inclusive amounts:

Base Bid: Dollars ($ )

Alternate No. 1: _______________________________________________Dollars ($ _______________)

The lowest bid for purposes of the award of the Contract (“Bid Amount”) shall be the Base Bid less Alternate No. 1. The Bidder acknowledges that it received, and that it fully considered when completing this Bid Proposal and determining the foregoing Bid Amount, each of the following Addenda to the Bid Documents (check all that apply):

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT BID FORM FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-2

Addendum No. 1 Addendum No. 2 Addendum No. 3 Addendum No. 4 Addendum No. 5 Addendum No. 6 Addendum No. 7 Addendum No. 8

E. The Bidder acknowledges that the Bid Amount shall constitute all‐inclusive compensation in exchange for full and satisfactory completion of all of the Work, including, without limitation, compensation for any and all sales taxes, supervision, general conditions, fees, field‐office and home‐office overhead, and profit.

F. The Bidder represents and warrants that it was responsible for preparing this bid and that it has carefully checked and confirmed the Bid Amount and all other information set forth in this Bid Proposal. The Bidder acknowledges and agrees that the District may rely on such information and in no event shall the District Board or the District be responsible for any errors or omissions in this bid. The Bidder is aware and acknowledges that the District Board has the right to waive any minor irregularity in this bid, any other bid, or all bids for the Project.

G. The Bidder has completed, executed, and submitted with this Bid Proposal all of the mandatory Required Bid Forms. The Bidder acknowledges that the District shall deem this bid to be non‐ responsive if the Bidder fails to complete, execute, and submit to the District, concurrently with this Bid Proposal, any of the mandatory Required Bid Forms.

H. If awarded the Contract, the Bidder shall execute the Contract by causing its duly authorized representative to sign, and thereby bind the Bidder to, the Contract. The Bidder acknowledges that its bid security submitted concurrently herewith was given to guarantee that, if awarded the Contract, then, within seven calendar days of receipt of the Notice of Award, the Bidder shall complete as applicable, execute, and submit to the District: (i) the Construction Services Agreement, Payment Bond, Performance Bond, and all other Required Contract Forms; and (ii) all Certificates of Insurance and endorsements required by the Contract Documents. The Bidder further acknowledges that it shall forfeit up to the whole amount of its bid security in the event the Bidder fails to complete as applicable, execute, and submit any such documents to the District within seven calendar days following receipt by the Bidder of the Notice of Award.

I. The Bidder is, and if awarded the Contract, then at all times during the performance of Work shall be, in full compliance with the provisions of the Immigration Reform and Control Act of 1986 (“IRCA”) with respect to its employees, and the Bidder shall indemnify, hold harmless and defend the District against any and all claims, actions, other proceedings, penalties, costs and expenses (including, without limitation, attorneys’ fees), and other liabilities of any nature whatsoever that arise out of the Bidder's failure to strictly comply with the IRCA.

J. The contact information set forth below is the current address and telephone number for the Bidder. The Bidder acknowledges that, if the District attempts to contact the Bidder for any purpose relating to this bid (including, without limitation, to request additional information or to provide a Notice of Award), but the District is unable to reach the Bidder because information set forth below is not correct, then the District may reject this bid and, in such event, the District shall have no liability to the Bidder whatsoever.

Bidder Street Address: Telephone Number:

K. The Bidder is organized as a (check only one): Corporation Limited Liability Company General Partnership Sole Proprietorship Other (describe):

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT BID FORM FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-3

L. The Bidder was established pursuant to the laws of the state of:

M. The Bidder acknowledges and agrees that, unless it withdraws this bid prior to the Bid Deadline and in accordance with the Instructions for Bidders, the Bidder may not withdraw this bid for a period of sixty days after the Bid Deadline.

Representative Name: Representative Title: Representative Signature: Date Signed:

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT BID SECURITY FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-1

BID SECURITY District: Saddleback Valley Unified School District Project: Bidding Contractor (“Bidder”): The undersigned hereby certifies to the District, subject to penalty for perjury pursuant to the laws of the State of California, that all of the following is true and correct:

(i) I am a duly authorized representative of the Bidder and, in that capacity, I have executed this certification on behalf of the Bidder.

(ii) Concurrently with submitting its bid for the referenced Project, the Bidder has submitted bid security in an amount equal to 10% of its maximum bid.

(iii) The Bidder has submitted such bid security in the following form (check only one):

Cashier’s check payable to the District; Certified check payable to the District; or Bid bond.

(iv) If the Bidder has submitted bid security in the form of a bid bond, the bid bond is an executed copy of the “Bid Bond” form included as one of the Required Bidding Forms and has been issued by a California‐admitted surety as defined in Code of Civil Procedure Section 995.120.

(v) The Bidder is aware and hereby acknowledges that, unless its bid security is forfeited, the District shall return the bid security to the Bidder not later than sixty days after the District awards a contract for the referenced Project.

Representative Name: Representative Title: Representative Signature: Date Signed:

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT BID BOND FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-1

BID BOND District: Saddleback Valley Unified School District Project: ______________________________ Contractor (insert full legal name): _________________________________________________________ Surety (insert full legal name): ____________________________________________________________ Penal Sum: Ten Percent (10%) of Total Bid Amount

WHEREAS, the Contractor identified above (herein, the “Principal”) has provided this bid bond in connection with the bid submitted by the Principal to the School District identified above for the construction of the Project identified above, which, as provided by California law, is a public work and public project. WHEREAS, in issuing this bid bond, the Surety identified above certifies to the School District that the Surety is “an admitted surety insurer” as defined in California Code of Civil Procedure Section 995.120. NOW, THEREFORE, we, the Principal and the Surety, as evidenced by the signatures of our respective duly authorized representatives set forth below, are hereby held and firmly bound unto the School District in the amount of the Penal Sum specified above, for the payment of which amount, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors, and assigns as specified below. The payment obligation described above shall become null and void if: (i) the School District awards the Contract for construction of the Project to the Principal based on the bid described above and, within the required number of days as specified in the notice inviting bids, instructions for bidders, and other bid documents for the Project (“Bid Documents”), the Principal enters into the Contract and provides to the School District all documentation as required by the Bid Documents, including, without limitation, payment and performance bonds; (ii) the School District rejects all bids received for the Project; or (iii) the time period during which the Principal may not withdraw its bid, as specified in the Bid Documents, has expired without the School District awarding the Contract to the Principal. If, however, the School District awards the Contract to the Principal, but the Principal fails and/or refuses to enter into the Contract and/or to properly and duly execute and deliver the payment bond, performance bond and other required documentation, then, immediately upon request of the School District and without imposing any additional conditions on payment whatsoever, the Surety and/or the Principal shall forfeit and pay to the School District such amount as the School District states is the total of the costs reasonably incurred by the School District as a result of such failure or refusal by the Principal, including, without limitation, the difference between the Principal’s bid and the bid for the Project subsequently accepted by the School District, rebidding of the Project if necessary, and administrative, publication, and other costs incurred by the School District as a result of such failure or refusal by the Principal. In no event, however, shall the liability pursuant to this bid bond exceed the Penal Sum specified above. The Surety, for value received, hereby stipulates and agrees that this bid bond and the Surety’s obligations hereunder shall be and remain in effect until such time as one or more of the conditions described herein for rendering this bid bond null and void have been satisfied. The Surety, for value received, further stipulates and agrees that this bid bond shall in no way be impaired or otherwise affected by any extension of the time within which the School District may accept the Principal’s bid for the Project or of the time within which the Principal must enter into the Contract and submit the required documentation, and Surety hereby waives any requirement for notice of any such extension.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT BID BOND FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-2

Each person signing this bid bond on behalf of either the Principal or the Surety hereby represents and warrants that he or she has been duly authorized to sign, and thereby bind such party to, this bid bond.

IN WITNESS WHEREOF, the Principal and Surety, acting by and through their respective, duly authorized representatives, have executed this instrument on the date indicated below and affixed the name and, if applicable, corporate seal of each party. Principal:

(Corporate or Individual Name) Business Address: Authorized Signature: (Must be Notarized) Date Signed:

(Affix Corporate Seal)

Surety:

(Corporate Name) Business Address: Authorized Signature: (Must be Notarized) Date Signed:

(Affix Corporate Seal)

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT BID BOND FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-3

(The following is to be completed by Surety.) The rate of premium on this bond is: $ per thousand dollars. Total amount of premium

charged is: $ .

Note: A certified copy of the Power of Attorney of the Surety’s authorized signatory must be attached to this bid bond.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT NON-COLLUSION DECLARATION FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-1

NON-COLLUSION DECLARATION District: Saddleback Valley Unified School District Project: Bidding Contractor (“Bidder”): The undersigned hereby declares: I am the _________________________________ (insert position) of the Bidder (identified above), the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare subject to penalty for perjury pursuant to the laws of the State of California that the foregoing is true and correct and that this declaration is executed on ___________________________ [insert date], at __________________________________ [insert city], _________________________ [insert state]. Representative Name: Representative Title: Representative Signature: Date Signed:

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CERTIFICATION REGARDING SITE VISIT FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-1

CERTIFICATION REGARDING SITE VISIT District: Saddleback Valley Unified School District Project: Bidding Contractor (“Bidder”): Site Visit Date(s): ________________________________________________________________ The undersigned hereby certifies to the District, subject to penalty for perjury pursuant to the laws of the State of California, that the following is true and correct: (i) I am a duly-authorized representative of the Bidder and, in that capacity, I have executed this

certification on behalf of the Bidder. (ii) I have sufficient knowledge, experience and/or resources to have undertaken the activities and

reached the conclusions described and set forth in this Certification Regarding Site Visit. (iii) On the Site Visit Date(s) specified above, I inspected the Project Site and all conditions at the

Project Site that will or might affect the performance of the Work or the portion thereof to be performed by the Bidder if awarded the Contract, including, without limitation: (a) the general shape, layout, slope, crossfall and other features of the Project Site; (b) any right-of-way and access limitations affecting the Project Site; (c) any existing buildings, hardscape, paving and other improvements on, at or in the vicinity of the Project Site; (d) any encroachments on the Project Site; (e) any manholes, pullboxes, valves and valveboxes, backflow preventers, stormdrain inlets and outlets, and/or similar features on, at or in the vicinity of the Project Site that may indicate the presence of subsurface utilities or other improvements on the Project Site; (f) any reasonably-apparent past or present uses of the Project Site, and reasonably-apparent age or condition of any improvements on or at the Project Site, that may indicate presence of any asbestos, lead or other hazardous materials on or at the Project Site; and (g) any mature trees or other vegetation, natural drainage or watercourses, or other landscape features on or in the vicinity of the Project Site.

(iv) I am fully acquainted with all conditions that will affect the Work or the portion thereof to be

performed by the Bidder if awarded the Contract, and I fully understand the facilities, difficulties, and restrictions attending the execution of such Work; and such understanding is hereby attributed to and deemed to be the understanding of the Bidder.

(v) In connection with the Work or the portion thereof to be performed by the Bidder if awarded

the Contract, the Bidder accepts full responsibility for all conditions on, at or in the vicinity of the Project Site affecting such Work, including, without limitation, any as described herein, that reasonably could have been observed or identified during my visit to the Project Site.

Representative Name: Representative Title: Representative Signature: Date Signed:

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT SUBCONTRACTOR LISTING FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-1

SUBCONTRACTOR LISTING District: Saddleback Valley Unified School District Project: Bidding Contractor (“Bidder”): The undersigned hereby certifies to the District, subject to penalty for perjury pursuant to the laws of the State of California, that the following is true and correct:

1. I am a duly-authorized representative of the Bidder and, in that capacity, I have executed this certification on behalf of the Bidder.

2. The Bidder knows and understands the provisions of the Subletting and Subcontracting Fair Practices Act (Public Contract Code Section 4100 et seq.), including, without limitation, the consequences of not listing any subcontractor, or listing more than one subcontractor, for any portion of the work on the Project.

3. The Bidder is aware and acknowledges that, if bid alternates are required, the Bidder must submit a separate, complete list of subcontractors for each such bid alternate.

4. All subcontractors that the Bidder will use, if awarded a contract for work on the Project, are listed on the following Attachment Sheet(s), and the Bidder represents and warrants that each such subcontractor shall be duly and appropriately licensed by the Contractors State License Board of the State of California prior to commencing any of the Work.

5. The Bidder is aware and acknowledges that, not later than 24 hours following the bid deadline, the Bidder must submit to the District, in writing, the address, telephone number, and contact person’s first and last name, for each listed subcontractor.

1. The Bidder is aware and acknowledges that, if awarded a contract for work on the Project, the Bidder shall not, without the District’s written consent: (i) substitute any subcontractor in place of a listed subcontractor; (ii) permit any subcontract for work on the Project to be assigned or transferred; (iii) allow any such work, labor or service to be performed by anyone other than the applicable listed subcontractor; or (iv) sublet or subcontract any of the work in excess of one-half (½) of one percent (1%) of Bidder’s total bid for which the Bidder did not list a subcontractor. Representative Name: Representative Title: Representative Signature: Date Signed: Note: This certification page must be accompanied by the list of subcontractors on the following

attachment sheet. Make and use copies of the attachment sheet, as necessary to list additional subcontractors.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT SUBCONTRACTOR LISTING FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-2

SUBCONTRACTOR LISTING -- ATTACHMENT SHEET District: Saddleback Valley Unified School District Project: Bidding Contractor (“Bidder”): Attachment Sheet _____ of _____ _____________________________________________________________________________________

1. Subcontractor Name: ______________________________________ CSLB License No.: __________

Location of Business: ________________________________________________________________

Portion of Work: ____________________________________________________________________

2. Subcontractor Name: ______________________________________ CSLB License No.: __________

Location of Business: ________________________________________________________________

Portion of Work: ____________________________________________________________________

3. Subcontractor Name: ______________________________________ CSLB License No.: __________

Location of Business: ________________________________________________________________

Portion of Work: ____________________________________________________________________

4. Subcontractor Name: ______________________________________ CSLB License No.: __________

Location of Business: ________________________________________________________________

Portion of Work: ____________________________________________________________________

5. Subcontractor Name: ______________________________________ CSLB License No.: __________

Location of Business: ________________________________________________________________

Portion of Work: ____________________________________________________________________

6. Subcontractor Name: ______________________________________ CSLB License No.: __________

Location of Business: ________________________________________________________________

Portion of Work: ____________________________________________________________________

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CERTIFICATION REGARDING CONTRACT DOCUMENTS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-1

CERTIFICATION REGARDING CONTRACT DOCUMENTS District: Saddleback Valley Unified School District Project: Bidding Contractor (“Bidder”): The undersigned hereby certifies, subject to penalty for perjury pursuant to the laws of the State of California, that all of the following is true and correct:

(i) I am a duly authorized representative of the Bidder and, in that capacity, I have executed this certification on behalf of the Bidder.

(ii) I have sufficient knowledge, experience, and/or resources to have undertaken the activities and reached the conclusions described and set forth in this Certification Regarding Contract Documents.

(iii) The Bidder has thoroughly examined and developed an understanding of all of the Contract Documents relating to the work required to complete the Project or the portion thereof to be performed by the Bidder if awarded a contract for such work, including, without limitation, Notice Inviting Bids, Instructions for Bidders, Construction Services Agreement, General Provisions, Special Provisions, Required Bidding Forms, Required Contract Forms, Required Project Forms, any Addenda, and Plans and Specifications.

(iv) The Bidder had the opportunity, prior to submitting a bid for the Work, to seek from the Architect an interpretation of any and all conflicts, omissions or other discrepancies in any of the Contract Documents that the Bidder discovered or discerned during its review of the Contract Documents.

(v) The Bidder is aware and acknowledges that no person or entity is authorized to provide any oral interpretation of any provision of the Contract Documents, and no oral interpretation of the Contract Documents shall be binding on the District.

(vi) Because it has had the opportunity to seek interpretations of the Contract Documents, and by submitting a bid for the Work, the Bidder shall be deemed and construed to have no doubts as to the meaning of the Contract Documents or the nature or scope of such work.

(vii) The Bidder is aware and acknowledges that the Project is a “public work” and/or “public project” for purposes of various provisions of law and, because the Contract Documents do not include comprehensive statements of all requirements of law applicable to public works and public projects, the Bidder must know and understand (and shall be deemed and construed to know and understand) all requirements of law applicable to or in connection with the Work.

(viii) The Bidder is aware and acknowledges that the Contract Documents specify the construction delivery method being used to implement the Project, that the District may contract with others for work in connection with the Project in addition to the work to be performed by the Bidder if awarded a contract in connection with the Project, and that such work by the Bidder will be subject to coordination with any such work by others.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CERTIFICATION REGARDING CONTRACT DOCUMENTS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-2

(ix) The Bidder is aware and acknowledges that the Contract Documents specify a time period, deadline or procedure for determining the time for completion of the various portions and/or all of the work required to complete the Project and, by submitting a bid for the Work, the Bidder agrees and accepts that such time period, deadline or procedure is sufficient and reasonable.

(x) The Bidder is aware and acknowledges that, if the District awards a contract to the Bidder for or in connection with the Project, the Contract Documents, collectively and as duly amended, shall constitute the final, complete and exclusive statement of the terms of the agreement between the District and the Bidder relating to the performance of the Work.

(xi) The Bidder is aware and acknowledges that, if the District awards a contract to the Bidder for or in connection with the Project, neither any failure by the Bidder or the undersigned to have undertaken the activities described in this Certification Regarding Contract Documents, nor the falsity of any acknowledgment or certification by the undersigned set forth in this Certification Regarding Contract Documents, shall relieve Bidder from any obligations set forth in the Contract Documents.

Representative Name: Representative Title: Representative Signature: Date Signed:

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CERTIFICATION REGARDING DVBE COMPLIANCE FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-1

CERTIFICATION REGARDING DVBE COMPLIANCE District: Saddleback Valley Unified School District Project: Bidding Contractor (“Bidder”): The undersigned hereby certifies to the District, under penalty of perjury under the laws of the State of California, that all of the following is true and correct: (i) The undersigned is a duly-authorized representative of the Contractor and, in that capacity, has

executed this certification on behalf of the Contractor; (ii) The California-certified DVBE entities listed on the attachment sheet(s) to this certification

participated in the Contract to the extent described on the attachment sheet(s); and (iii) The dollar amount of the DVBE participation in the Contract totaled:

___________________________________________________ dollars ($__________________).

Representative Name: Representative Title: Representative Signature: Date Signed: Note: This certification page must be accompanied by the list of DVBE entities on the following attachment sheet. Make and use copies of the attachment sheet, as necessary, to list additional DVBE entities.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT DVBE PARTICIPATION STATEMENT FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-1

DVBE PARTICIPATION STATEMENT District: Saddleback Valley Unified School District Project: Bidding Contractor (“Bidder”): Attachment Sheet _____ of _____

____________________________________________________________________________________

1. DVBE Entity Name:

_______________________________________________________________________

State DVBE Certification No.: ______________________ Telephone No.: ________________

Business Address:

________________________________________________________________________

Participation in Contract: $________________________

Type of Participation:

_____________________________________________________________________

2. DVBE Entity Name:

_______________________________________________________________________

State DVBE Certification No.: ______________________ Telephone No.: ________________

Business Address:

________________________________________________________________________

Participation in Contract: $________________________

Type of Participation:

_____________________________________________________________________

3. DVBE Entity Name:

_______________________________________________________________________

State DVBE Certification No.: ______________________ Telephone No.: ________________

Business Address:

________________________________________________________________________

Participation in Contract: $________________________

Type of Participation:

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT DVBE PARTICIPATION STATEMENT FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-2

_____________________________________________________________________

4. DVBE Entity Name:

_______________________________________________________________________

State DVBE Certification No.: ______________________ Telephone No.: ________________

Business Address:

________________________________________________________________________

Participation in Contract: $________________________

Type of Participation:

_____________________________________________________________________

Note: Types of DVBE participation may include, but are not limited to: (i) construction; (ii) architectural

and/or engineering; (iii) suppliers of materials, equipment and/or supplies; and (iv) information technology.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT BIDDER REFERENCES AND INFORMATION FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-1

BIDDER REFERENCES AND INFORMATION District: Saddleback Valley Unified School District Project: Bidding Contractor (“Bidder”): The undersigned hereby certifies, subject to penalty for perjury pursuant to the laws of the State of California, that the following is true and correct:

(i) I am a duly-authorized representative of the Bidder and, in that capacity, I have executed this certification on behalf of the Bidder.

(ii) The Bidder is aware and hereby acknowledges that the District may investigate and determine whether the Bidder is a “responsible" bidder, based on such information as may be available for such purposes, including, without limitation, the bidder references set forth on the attachment sheet to this certification, information provided by other school districts and public agencies for which the Bidder has performed any public works, information provided by regulatory agencies, credit reports, financial statements, and public records.

(iii) In the last five years, the Bidder (acting as a prime contractor) has entered into the following number of contracts to perform construction services on public-projects undertaken by California public school districts (enter number): __________

(iv) In the last five years, the Bidder (acting as a subcontractor) has entered into the following number of contracts to perform construction services on public-projects undertaken by California public school districts (enter number): __________

(v) The reference information for the Bidder’s five most recent contracts for public-projects undertaken by California public school districts in the last five years is specified on the attachment sheet to this certification, and such information is complete, true and correct.

(vi) The Bidder acknowledges and agrees that, in connection with determining whether the Bidder is a responsible bidder, the District may seek additional information from the Bidder and/or may seek clarification of any information provided by the Bidder, and, upon request, the Bidder shall promptly provide such information and/or clarification to the District.

Representative Name: Representative Title: Representative Signature: Date Signed:

Note: This certification page must be accompanied by the reference information on the following attachment sheet.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT IRAN CONTRACTING CERTIFICATION FORM FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-1

IRAN CONTRACTING ACT CERTIFICATION FORM (Public Contract Code § 2200 et seq.)

District: Saddleback Valley Unified School District Project: Bidding Contractor (“Bidder”): The undersigned hereby certifies to the District, subject to penalty for perjury pursuant to the laws of the State of California, that all of the following is true and correct:

(i) I am a duly authorized representative of the Bidder and, in that capacity, I have executed this certification on behalf of the Bidder.

(ii) With respect to the Bidder’s status for purposes of the Iran Contracting Act of 2010 (Public Contract Code Section 2200 et seq.), the appropriate box is checked immediately below (check only one box).

The Bidder is not:

a. identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code Section 2203; or

b. a financial institution that extends, for 45 days or more, credit in the amount of $20,000,000 or more to any other person or entity identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code Section 2203, if that person or entity uses or will use the credit to provide goods or services in the energy sector in Iran.

The District has exempted the Bidder from the requirements of the Iran Contracting Act of 2010 after making a public finding that, absent the exemption, the District will be unable to obtain the goods and/or services to be provided pursuant to the Contract. The maximum total amount payable to the Bidder in connection with the Project, as of the date of this certification, will not exceed one million dollars ($1,000,000.00).

Representative Name: Representative Title: Representative Signature: Date Signed: Note: In accordance with Public Contract Code Section 2205, false certification of this form may result in civil penalties equal to the greater of $250,000 or twice the Contract Amount, termination of the Contract, and/or ineligibility to bid on contracts for three years.

005650.0006926 506477.1

Error!

Unknown document property name

(End of Bidding Documents)

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CONSTRUCTION SERVICES AGREEMENT FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-1

CONSTRUCTION SERVICES AGREEMENT This Construction Services Agreement is entered into as of _________________________________, by and between the Saddleback Valley Unified School District (“District”), a California public school district, and _______________________________________________________________________ (“Contractor”), a __________________________________________________________________. In consideration of their respective rights and obligations pursuant to this Construction Services Agreement, the District and the Contractor agree as follows:

Section 1. Project. This Construction Services Agreement applies to the following Project: __________________________________________________________________________ _________________________________________________________________________________.

Section 2. Scope of Work. The Contractor shall furnish any and all labor, materials, equipment, tools, utilities, temporary facilities, transportation, goods and other services and things necessary for full completion of all construction and other services required in accordance with the Contract Documents for the Project (“Work”).

Section 3. Component Parts of the Contract. This Construction Services Agreement is but one component of the Contract that sets forth the complete understanding and agreement of the District and the Contractor with respect to the performance of the Work. The Contract is composed of all of the Contract Documents, as may be amended in accordance with their provisions, and each such document is hereby incorporated as an operative and effective part of the Contract. The Contract Documents shall be deemed and construed to be complementary and an integrated whole. Any requirement or provision set forth in one Contract Document, but not in one or more of the other Contract Documents, shall be interpreted as if set forth in or applicable to all Contract Documents. The Contract Documents include, but are not limited to, all of the following:

(i) Notice Inviting Bids;

(ii) Instructions For Bidders;

(iii) Bidder References and Information (only if required by the District pursuant to the Instructions For Bidders);

(iv) Subcontractor Listing;

(v) Certification Regarding Site Visit;

(vi) Construction Services Agreement;

(vii) General Provisions;

(viii) Special Provisions;

(ix) Specifications;

(x) Drawings;

(xi) Addenda Nos. (only if applicable) ____________________________________________________________ ;

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CONSTRUCTION SERVICES AGREEMENT FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-2

(xii) Master Construction Schedule;

(xiii) Acknowledgment of Master Construction Schedule and Phasing;

(xiv) Non-Collusion Declaration;

(xv) Certification Regarding Workers Compensation;

(xvi) Certification of DVBE Compliance (only if applicable pursuant to the Special Provisions);

(xvii) DVBE Participation Statement (only if applicable pursuant to the Special Provisions);

(xviii) Certification of Drug-Free and Tobacco-Free Workplace;

(xix) Certification of Employee Background (only if applicable pursuant to the Special Provisions);

(xx) Certification of Asbestos-Free Materials;

(xxi) Notice and Certification Regarding Lead-Free Materials;

(xxii) Notice to Proceed;

(xxiii) Performance Bond;

(xxiv) Payment Bond;

(xxv) Architect Field Directives;

(xxvi) Construction Change Directives;

(xxvii) Change Orders; and

(xxviii) Contractor Guarantee.

Section 4. Contract Time. The Contractor shall mobilize and commence the Work on the date specified by the District as the date for commencing the Work (“Commencement Date”) in the notice from the District directing the Contractor to proceed with the Work (“Notice to Proceed”). The District may defer issuing a Notice to Proceed as provided in the General Provisions. The Contractor must fully complete the Work within the overall number of consecutive days specified in the Special Provisions (“Contract Time”) and in accordance with the Master Construction Schedule approved for the Project.

Section 5. Contract Price. As full consideration for the full and faithful performance by the Contractor of each and all of its obligations pursuant to the Contract, the District shall pay to the Contractor the total amount (“Contract Price”) of: ____________________________________________________________________________________________________________ dollars ($ _______________________________ ). The Contract Price is subject to increase and/or decrease as provided in the Contract Documents. The District shall pay the Contract Price to the Contractor in accordance with the General Provisions.

Section 6. Defined Terms. Capitalized terms used, but not defined, in this Construction Services Agreement shall have the meanings ascribed to such terms in other of the Contract Documents.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CONSTRUCTION SERVICES AGREEMENT FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-3

Section 7. Due Authority of Signatories. Each person signing this Construction Services Agreement on behalf of a party (either the District or the Contractor) represents and warrants that he or she has been duly authorized by such party to sign, and thereby bind such party to, this Construction Services Agreement and the Contract of which this Construction Services Agreement is a component part. In witness whereof, the District and the Contractor have executed this Construction Services Agreement as evidenced by the signatures below of their respective duly-authorized representatives. Saddleback Valley Unified School District _________________________________________ (District) (Contractor) By: ___________________________________ By: ______________________________________ Print Name: _________________________ Print Name: ____________________________ Print Title: __________________________ Print Title: _____________________________ Date Signed: ________________________ Date Signed: ___________________________ By: ______________________________________ Print Name: ____________________________ Print Title: _____________________________ Date Signed: ___________________________

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT REQUIRED CONTRACT FORMS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-1

REQUIRED CONTRACT FORMS

Payment Bond

Performance Bond

Certification Regarding Asbestos-Free Materials

Notice and Certification Regarding Lead-Free Materials

Certification Regarding Drug-Free and Tobacco-Free Workplace

Certification Regarding Workers Compensation

Certification of Employee Background

Notice to Proceed

Architect Field Directive

Contractor Guarantee

General Provisions (See Attachment A)

Special Provisions

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT PAYMENT BOND FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-1

PAYMENT BOND District: Saddleback Valley Unified School District Project: _____________________________________________________________________________ Contractor: __________________________________________________________________________ Surety: ______________________________________________________________________________ Bond #: _____________________________________________________________________________ Penal Sum: ________________________________________________________ ($_______________) WHEREAS, the Contract and/or California Civil Code Section 9550 et seq. require that the Principal furnish a labor and materials payment bond to the District that ensures the faithful performance of the Principal’s obligations under the Contract to pay for materials, labor, and other things as required by law, which bond must have a penal sum equal to one hundred percent of the total amount payable by the District to the Principal under the Contract; and WHEREAS, the Surety identified above hereby represents to the District that the Surety is an “admitted surety insurer” in accordance with Section 995.120 of the California Code of Civil Procedure; NOW, THEREFORE, we, the Principal and Surety, are hereby held and firmly bound to the District in an amount of lawful money of the United States of America equal to the Penal Sum specified above, the payment of which well and truly to be made, we hereby bind, jointly and severally, ourselves and our heirs, executors, administrators, and successors. THE CONDITION OF THIS OBLIGATION is that, if the Principal, or any of its heirs, executors, administrators, successors or assigns, or any of its subcontractors, fail in connection with the Project to pay as and when required (1) any of the persons authorized by California Civil Code Section 9100 to assert a claim against the Payment Bond, (2) amounts due under the Unemployment Insurance Code with respect to work or labor performed under the Contract, or (3) any amounts required to be deducted, withheld, and paid over to the Employment Development Department from wages of employees of the Principal or any of its subcontractors under Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety shall pay, in full, any and all claims for such amounts, in a total amount not in excess of the penal sum set forth herein, and also, in case suit is brought upon this Payment Bond, such reasonable attorneys’ fees as are fixed by the court. This Payment Bond shall inure to the benefit of any and all of the persons named in California Civil Code Section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon this Payment Bond. The Surety hereby stipulates and agrees that this Payment Bond shall not be exonerated and the Surety shall not be released from its obligations under this Payment Bond on account of: (1) any extension of time, change, amendment or other modification of the Contract or other Project documents, or of the Principal’s rights and/or obligations pursuant thereto, and Surety hereby waives notice of any and all such modifications; (2) any rescission or attempted rescission of the Contract or this Payment Bond; (3) any fraud of any person or entity other than fraud of a claimant in making a claim on this Payment Bond; or (4) any breach of any contract by the District, the Principal, or any person or entity for whose benefit

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT PAYMENT BOND FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-2

Surety has issued this Payment Bond. The Surety further stipulates and agrees that this Payment Bond shall be construed most strongly against the Surety and in favor of the persons and entities for whose benefit Surety has issued this Payment Bond. The Surety shall not be deemed to have fully and appropriately executed this Payment Bond unless Surety has provided all of the following information:

SURETY’S SOUTHERN CALIFORNIA/LOCAL REPRESENTATIVE _____________________________________ Company Name _____________________________________ Street Address _____________________________________ City, State, Zip Code _____________________________________ Representative Name _____________________________________ Representative Telephone Number

SURETY’S REPRESENTATIVE FOR FILING CLAIMS ____________________________________ Company Name ____________________________________ Street Address ____________________________________ City, State, Zip Code ____________________________________ Representative Name ____________________________________ Representative Telephone Number

(The remainder of this page intentionally left blank.)

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT PAYMENT BOND FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-3

Each person that signs this Payment Bond on behalf of the Principal or the Surety thereby represents and warrants that the party he or she represents has duly authorized him or her to sign, and thereby bind such party to, this Payment Bond. IN WITNESS WHEREOF, the Principal and Surety have executed this Payment Bond as evidenced by the signatures, below, of their respective, duly-authorized representatives.

PRINCIPAL _____________________________________ Company Name _____________________________________ Representative Signature _____________________________________ Representative Name _____________________________________ Representative Title _____________________________________ Date Signed Principal: Attach Notary acknowledgment to this Payment Bond and, if applicable, imprint corporate seal in the space below this line.

SURETY ____________________________________ Company Name ____________________________________ Representative Signature ____________________________________ Representative Name ____________________________________ Representative Title ____________________________________ Date Signed Surety: Attach Notary acknowledgment and power of attorney to this Payment Bond and imprint corporate seal in the space below this line.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT PERFORMANCE BOND FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-1

PERFORMANCE BOND District: Saddleback Valley Unified School District Project: _________________________ Contractor: _________________________ Surety: ______________________________________________________________________________ Bond #: ________________________________ Penal Sum: ________________________________________________________ ($_______________) WHEREAS, the Contract requires that the Principal furnish a bond to the District that ensures the faithful performance of the Principal’s obligations under the Contract to fully and satisfactorily perform the work and services required by the Contract, which bond must have a penal sum equal to one hundred percent of the total amount payable by the District to the Principal under the Contract; and WHEREAS, the Surety identified above hereby represents and warrants to the District that the Surety is an “admitted surety insurer” in accordance with Section 995.120 of the California Code of Civil Procedure; NOW, THEREFORE, we, the Principal and Surety, are hereby held and firmly bound to the District in an amount of lawful money of the United States of America equal to the Penal Sum specified above, the payment of which well and truly to be made, we hereby bind, jointly and severally, ourselves and our heirs, executors, administrators, and successors. THE CONDITION OF THE FOREGOING PAYMENT OBLIGATION is that, if the Principal (or, to the extent permitted by the Contract, its heirs, executors, administrators, successors or assigns) shall fully perform all of the undertakings, terms, covenants, conditions, agreements and other obligations required of the Principal under the Contract and any amendments or changes thereto, in full and strict conformance with the requirements thereof, and all within the time and in the manner designated therein, in all respects according to their true intent and meaning, then such obligation shall become null and void; otherwise, it shall remain in full force and effect. A condition precedent to the satisfactory completion of the Contract is that, after the acceptance of the Project by the District, the payment obligation of this Performance Bond shall remain in full force and effect, in the penal sum set forth herein, during all periods in which the Principal has any obligations under the Contract (including, without limitation, the obligations to make full, complete, and satisfactory repair and replacements of any defective materials and/or faulty workmanship, to pay liquidated damages and/or to indemnify the District or any other party), and the obligation of Surety hereunder shall continue so long as any such obligation of Principal continues to exist. The obligations of Surety under this Performance Bond are exclusive of and distinct from any obligations Surety may have under any labor and materials payment bond applicable to the Project. Whenever the District declares the Principal to be in default of its obligations under the Contract, the District having performed its obligations thereunder, the Surety, promptly within the time required by the Contract, shall remedy the default or, at the District’s discretion, shall:

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT PERFORMANCE BOND FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-2

(i) Complete the Project in strict accordance with the terms and conditions of the Contract, including, without limitation, provisions for the time(s) within which the Surety must act; or

(ii) Obtain, or permit the District to obtain, one or more bids or proposals for any and all work required

to complete the Project in strict accordance with the terms and conditions of the Contract, and upon determination of each lowest responsive and responsible bidder or proposer, arrange for such bidder or proposer and the District to enter into a contract, which may be in accordance with Education Code Section 17406, and make available as the work progresses sufficient funds, up to and including a total amount equal to the penal sum set forth herein less the balance of the contract amount, to pay the cost of completing the Project.

The term “balance of the contract amount,” as used in the foregoing paragraph, shall mean the total amount payable by the District to Principal under the Contract and any amendments and changes thereto, less the amounts thereof previously paid by the District to the Principal. In performing its obligations under this Performance Bond, the Surety expressly agrees that: (i) absent the express written consent of the District, the Surety shall neither use the Principal nor accept a bid or proposal from the Principal for purposes of completing the Project; and (ii) the District shall have the right, in its reasonable discretion, to reject any contractor or subcontractor that the Surety may propose to fulfill such obligations. In the event the District provides notice to the Surety that the Principal is in default of its obligations under the Contract and, therefore, the Surety is required, as provided herein, to complete the Project or to arrange for the District to contract for completion of the Project, and, through no fault of the District, the Surety has exceeded the time permitted under the Contract for doing so, the District may arrange to use replacement contractor(s) selected and contracted for by the District to complete the Project and, in such event, the Surety’s payment and other obligations under this Performance Bond shall not be thereby voided, diminished, or otherwise limited. Notwithstanding anything to the contrary, in the event the District determines that the Principal has not met, or likely will be unable to meet, any deadline required under the Contract, or that Principal’s performance does not conform with the requirements of the Contract, the District may notify the Surety. In such event, the Surety must make reasonable attempts to assist the Principal to resolve or avoid the default by the Principal. The Surety and Principal expressly agree that neither the giving of such notice by the District nor the giving of such assistance by the Surety shall be deemed or construed to constitute interference by the District or the Surety with the Contract or the ability of the Principal to obtain any bond(s) in any amount(s) from any surety insurer(s). For value received, the Surety hereby stipulates and agrees that this Performance Bond shall not be exonerated and the Surety shall not be released from its obligations under this Performance Bond by any change, amendment or other modification of the Contract or other Project documents, or of the Principal’s rights and/or obligations pursuant thereto, and Surety hereby waives notice of any and all such modifications.

(The remainder of this page intentionally left blank.)

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT PERFORMANCE BOND FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-3

The Surety shall not be deemed to have fully and appropriately executed this Performance Bond unless Surety has provided all of the following information:

SURETY’S SOUTHERN CALIFORNIA/LOCAL REPRESENTATIVE _____________________________________ Company Name _____________________________________ Street Address _____________________________________ City, State, Zip Code _____________________________________ Representative Name _____________________________________ Representative Telephone Number

SURETY’S REPRESENTATIVE FOR FILING CLAIMS ____________________________________ Company Name ____________________________________ Street Address ____________________________________ City, State, Zip Code ____________________________________ Representative Name ____________________________________ Representative Telephone Number

(The remainder of this page intentionally left blank.)

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT PERFORMANCE BOND FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-4

Each person that signs this Performance Bond on behalf of the Principal or the Surety thereby represents and warrants that the party he or she represents has duly authorized him or her to sign, and thereby bind such party to, this Performance Bond. IN WITNESS WHEREOF, the Principal and Surety have executed this Performance Bond as evidenced by the signatures, below, of their respective, duly-authorized representatives.

PRINCIPAL _____________________________________ Company Name _____________________________________ Representative Signature _____________________________________ Representative Name _____________________________________ Representative Title _____________________________________ Date Signed Principal: Attach Notary acknowledgment to this Performance Bond and, if applicable, imprint corporate seal in the space below this line.

SURETY ____________________________________ Company Name ____________________________________ Representative Signature ____________________________________ Representative Name ____________________________________ Representative Title ____________________________________ Date Signed Surety: Attach Notary acknowledgment and power of attorney to this Performance Bond and imprint corporate seal in the space below this line.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CERTIFICATE REGARDING ASBESTOS FREE MATERIALS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-1

CERTIFICATION REGARDING ASBESTOS-FREE MATERIALS District: Saddleback Valley Unified School District Project: Contractor:

The undersigned hereby certifies to the District, subject to penalty for perjury pursuant to the laws of

the State of California, that all of the following is true and correct: (i) The undersigned is a duly authorized representative of the Contractor and, in that capacity, has

executed this certification on behalf of the Contractor. (ii) The Contractor is aware and acknowledges that, for purposes of this certification: (a) asbestos is

any of chrysotile, crocidolite, amosite, anthophyllite, tremolite, actinolite or other minerals generally known as asbestos; and (b) an asbestos-containing material is any material or thing, or any component thereof, that contains, consists of, or is made up of greater than one-tenth of one percent (0.1%) asbestos.

(iii) The Contractor shall not use on, or incorporate into, the Project any asbestos or asbestos-

containing materials, including, without limitation, in any tools, devices, clothing, or equipment used in the construction of any portion of the Project.

(iv) The Contractor has instructed its employees and subcontractors in regard to such prohibition

against asbestos and asbestos-containing materials, and in regard to the hazards, risks and liabilities involved in the use of asbestos and asbestos-containing materials.

(v) The Contractor acknowledges and agrees that:

(a) Each dispute as to whether any material, equipment or other thing used on, or incorporated into, the Work contains asbestos or is an asbestos-containing material shall be settled by electron microscopy;

(b) The costs of any such tests shall be paid by the Contractor if the material is found to contain asbestos at a level greater than as specified herein; and

(c) The District shall reject any and all materials or other things incorporated into the Work that are determined to contain asbestos or asbestos-containing materials, and the Contractor, at no cost to the District, must remove, replace and/or repair as necessary any and all affected portions of the Work.

Representative Name: Representative Title: Representative Signature: Date Signed:

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT NOTICE AND CERTIFICATION REGARDING LEAD FREE MATERIALS

FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-1

NOTICE AND CERTIFICATION REGARDING LEAD‐FREE MATERIALS District: Saddleback Valley Unified School District Project: Contractor: NOTICE:

If the Work involves or relates to other than entirely new construction, the Work may disturb lead‐ containing or lead‐based paint and other building materials that may be incorporated into existing buildings or other improvements located on the site for construction of the Project (“Project Site”). Until sampling and testing confirms otherwise, it shall be presumed that all school buildings and improvements built in 1992 or earlier contain lead‐based or lead‐containing paint.

The Contractor shall be responsible for ensuring that its employees and subcontractors fully and adequately comply with, and that the Work is performed in conformance with, all applicable laws, ordinances, rules and regulations governing lead‐based or lead‐containing paint and other materials, including, but not limited to: (i) Education Code Section 32240 et seq.; (ii) Title 8, California Code of Regulations, Section 1532.1; and (iii) Title 17, California Code of Regulations, Section 35001, et seq.

If the Work involves renovation, modernization or other disturbance of any existing school buildings or improvements, the Contractor shall sample and test all materials as appropriate to determine whether lead‐based paint or other materials are present and may present a hazard or threat during any such renovation or modernization. The Contractor shall provide the District with the results of any and all such testing, whether conducted prior to commencement of the Work, during the Work, or after completion of the Work.

Any and all Work that may result in the disturbance of lead‐containing building materials must be coordinated through the District. Consistent with applicable law, when a lead‐based hazard is identified, the Contractor shall utilize personnel certified by the Department of Health Services (“DHS”) to perform lead‐related services. The District may at any time request that Contractor provide the training and certification records of each employee of the Contractor or subcontractor who provides lead‐related services. The Contractor shall be solely responsible for proper disposal, in conformance with all applicable laws, of any and all lead‐containing, lead‐based or hazardous waste products including, but not limited to, paint chips, residue, and any other material that may be exposed or disturbed during the course of the Work.

California law prohibits, in the construction of any new school facility or in the modernization or renovation of any existing school facility, the use of lead‐containing or lead‐based paint, plumbing, solders, and other materials that may constitute a potential source of lead contamination.

In the event the Contractor or its employees or subcontractors fail to comply with all applicable laws, rules and regulations related to lead‐containing or lead‐based paints and other materials, or fail to comply with any other requirements set forth in this Notice and Certification Regarding Lead‐Free Materials, the Contractor shall be held solely responsible for any and all costs associated with any investigative and/or corrective actions deemed necessary by the District, and shall indemnify, defend and hold harmless the District, pursuant to the indemnification provisions of the Contract for the Work,

with respect to any and all claims, demands, actions, damages, costs, expenses and other liabilities arising therefrom.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT NOTICE AND CERTIFICATION REGARDING LEAD FREE MATERIALS

FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-2

CERTIFICATION: The undersigned hereby certifies to the District, subject to penalty for perjury pursuant to the laws of the State of California, that all of the following is true and correct: (i) The undersigned is a duly authorized representative of the Contractor and, in that capacity, has executed this certification on behalf of the Contractor; (ii) The Contractor has received notice that, in circumstances described in this Notice and Certification Regarding Lead‐Free Materials, lead based paint and/or other lead‐containing materials may be located on the Project Site; (iii) The Contractor has received notice that it must comply with all applicable laws, rules and regulations governing work with, and disposal of, such materials; and (iv) In connection with the performance of the Work, the Contractor shall comply with all such applicable laws, rules and regulations applicable to work with, and disposal of, lead based paint and/or other lead‐containing materials, as well as the other requirements of this Notice and Certification Regarding Lead‐Free Materials. Representative Name: Representative Title: Representative Signature: Date Signed:

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CERTIFICATION OF DRUG FREE AND TOBACCO FREE WORKPLACE FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-1

CERTIFICATION OF DRUG-FREE AND TOBACCO FREE WORKPLACE District: Saddleback Valley Unified School District Project: Contractor:

The undersigned hereby certifies to the District, subject to penalty for perjury pursuant to the laws of

the State of California, that all of the following is true and correct: (i) The undersigned is a duly authorized representative of the Contractor and, in that capacity, has

executed this certification on behalf of the Contractor; (ii) The Contractor, in accordance with Government Code section 8350 et seq., the Drug-Free

Workplace Act of 1990, shall provide a drug-free workplace by doing all of the following:

(a) Publishing a statement notifying employees that the unlawful manufacture, distribution, dispensation, possession, or use of a controlled substance is prohibited in the Contractor’s workplace and specifying actions that will be taken against employees for violations of the prohibition.

(b) Establishing a drug-free awareness program to inform employees about all of the following:

(1) The dangers of drug abuse in the workplace;

(2) The Contractor’s policy of maintaining a drug-free workplace;

(3) Availability of drug counseling, rehabilitation and employee-assistance programs; and

(4) The penalties that may be imposed upon employees for drug abuse violations.

(c) Requiring that each employee engaged in the performance of Work on the Project be given a

copy of the statement required by clause (ii)(a) above and that, as a condition of employment on the Project, the employee agrees to abide by the terms of the statement.

(iii) The Contractor hereby acknowledges and agrees that, if the District determines that the

certification herein is false, or that the Contractor violated this certification by failing to carry out the requirements of Government Code section 8355, then the Contract awarded to the Contractor shall be subject to termination, suspension of payments, or both, and the Contractor shall be subject to debarment in accordance with the requirements of Section 8350 et seq. Representative Name: Representative Title: Representative Signature: Date Signed:

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CERTIFICATION REGARDING WORKERS COMPENSATION FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-1

CERTIFICATION REGARDING WORKERS COMPENSATION (Labor Code § 1861)

District: Saddleback Valley Unified School District Project: Contractor: The undersigned hereby certifies to the District, under penalty of perjury under the laws of the State of California, that all of the following is true and correct: (i) The undersigned is a duly-authorized representative of the Contractor and, in that capacity, has

executed this certification on behalf of the Contractor; and (iii) The Contractor is aware of the provisions of Labor Code Section 3700 et seq., which require every

employer to be insured against liability for Workers’ Compensation or to undertake self-insurance in accordance with the provisions of the Labor Code, and the Contractor shall comply with such provisions prior to commencing and throughout the entirety of performance of the Work on the Project.

Representative Name: Representative Title: Representative Signature: Date Signed:

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CERTIFICATION OF EMPLOYEE BACKGROUND FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-1

CERTIFICATION OF EMPLOYEE BACKGROUND District: Saddleback Valley Unified School District Project: Contractor:

The undersigned hereby certifies to the District, subject to penalty for perjury pursuant to the laws of the State of California, that all of the following is true and correct:

(i) The undersigned is a duly authorized representative of the Contractor and, in that capacity, has executed this certification on behalf of the Contractor;

(ii) The Contractor has fully complied with the requirements of Section 10.3 of the General Provisions for employee background checks, including, without limitation, with respect to employees of any subcontractors that the Contractor intends to use on the Project;

(iii) All of the employees of the Contractor and its subcontractors who will enter in or upon the Project Site, or be in the vicinity of the Project Site, in connection with the Project are identified on the Attachment Sheet(s) attached hereto;

(iv) None of the employees of the Contractor or its subcontractors who are identified on the Attachment Sheet(s) attached hereto have been convicted of a violent or serious felony as defined in Subdivision (c) of Education Code Section 45125.2; and

(v) Except for the employees identified on the Attachment Sheet(s) attached hereto (and except for the employees identified on attachment(s) to other certifications using this form that the Contractor has submitted to the District in connection with the Project), the Contractor shall not suffer or permit any employees of the Contractor or any of its subcontractors to enter in or upon the Project Site, or to be in the vicinity of the Project Site, in connection with the Project. Representative Name: Representative Title: Representative Signature: Date Signed:

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CERTIFICATION OF EMPLOYEE BACKGROUND FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-2

CERTIFICATION REGARDING EMPLOYEE BACKGROUND CHECKS – ATTACHMENT SHEET

Contractor: ____________________________

Instructions

(1) For each employee, insert all required information (as specified in the table below) in one row of the table.

(2) In the “Driver License/Identification” column in the table below: (i) specify the number of the employee’s driver’s license or, if the employee does not have a driver’s license, the number of the employee’s state-issued identification; and (ii) specify the state that issued the driver’s license or identification.

(3) If identifying more than ten employees: (i) use copies of this Attachment Sheet to identify the additional employees; and (ii) on each such copy, specify the sheet number and total number of sheets where indicated at the bottom of this Attachment Sheet.

Employer (Company)

Employee Name & Position Sex

Date of

Birth

Height Weight Hair Color

Eye Color

Driver’s License or ID

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

Attachment Sheet ___ of ___

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT NOTICE TO PROCEED FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-1

[INSERT DISTRICT LETTERHEAD]

[Insert Date] [Insert Address] [Sent Via _____]

NOTICE TO PROCEED Dear _____:

This is your Notice to Proceed in connection with:

District: Saddleback Valley Unified School District Project: _____________________________ Contract Amount: _____________________________ The period for completion of the Project, in accordance with the Contract for the Project, is as

follows: Start date: ____________ Calendar days: ____________ Contract completion date: ____________ Your attention is called to the Contract provisions regarding liquidated damages, if any, in the event

the Work is not complete within the time and/or milestones provided in the Contract. The Authorized District Representative for this Project, _______________________________, will

be the person with whom you should send all formal communications on this Project from this date forward.

Sincerely,

[INSERT DISTRICT NAME & TITLE]

cc:

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT ARCHITECT FIELD DIRECTIVE FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-1

ARCHITECT FIELD DIRECTIVE District: Saddleback Valley Unified School District Project: _____________________________ Contractor: _____________________________ Field Directive No: _____________________________ Date Issued: _____________________________ Subject: ______________________________________________________________________________________

Reference RFI, Change Order, Drawing, Specification, and/or other document: _____________________________ _____________________________________________________________________________________________ Directive (attach additional sheets as needed): ________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ _____________________________________________________________________________________________ Reason for Directive (attach additional sheets as needed): ______________________________________________ ____________________________________________________________________________________________ ____________________________________________________________________________________________ ____________________________________________________________________________________________

Note: The Contractor’s approval is not required for this Architect Field Directive to be valid and binding on the Contractor. If Contractor believes that implementation of this Architect Field Directive will require an adjustment to the Contract Time and/or Contract Price, the Contractor must give notice in accordance with Section 17.5 of the General Provisions of the Contract.

ARCHITECT CERTIFICATION: The undersigned hereby certifies to the District, subject to penalty for perjury pursuant to the laws of the State of California, that: (i) the undersigned is a duly authorized representative of the Architect and, in that capacity, has executed this Architect Field Directive on behalf of the Architect; (ii) the Architect has determined based on review of relevant facts that implementation of this Field Directive will not result in any need for adjustment to the Contract Time and/or Contract Price.

Name: ________________________________ Title: __________________________________ Signature: _____________________________ Date Signed: ____________________________

Project Manager Acknowledgment of Directive: Name: _______________________________ Title: ________________________________ Signature: ____________________________ Date Signed: __________________________

District Acknowledgment of Directive: Name: ____________________________________ Title: _____________________________________ Signature: _________________________________ Date Signed: ___________________________

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CONTRACTOR GUARANTEE FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-1

CONTRACTOR GUARANTEE District: Saddleback Valley Unified School District Project: Contractor:

The undersigned hereby certifies to the District, subject to penalty for perjury pursuant to the laws of

the State of California, that all of the following is true and correct: (i) The undersigned is a duly authorized representative of the Contractor and, in that capacity, has

executed this certification on behalf of the Contractor. (ii) The Contractor hereby acknowledges its obligations pursuant to the Contractor Warranty (defined

in Section 20.2 of the General Provisions), including, without limitation, the obligation, at its cost, to repair, replace or otherwise correct any defective Work that is discovered prior to the expiration of any applicable Warranty Period (defined in Section 20.4 of the General Provisions);

(iii) The Contractor hereby acknowledges that, except as the Contract Documents may otherwise

provide:

(a) The Warranty Period applicable to the Work generally shall commence on the Substantial Completion Date (defined in Section 19.1 of the General Provisions) and end on the date that is one year after the Work Acceptance Date or the date that is two years after the Substantial Completion Date, whichever is sooner;

(b) The Warranty Period applicable to replacements, repairs or other work, if any, on or affecting

heating, ventilation and air conditioning equipment, controls, et cetera, shall commence when such portion of the Work first begins and shall end on the date that is two years after the Work Acceptance Date or the date that is three years after the Substantial Completion Date, whichever is sooner; and

(c) The Warranty Period applicable to replacements, repairs or other work, if any, on or affecting

to roofing materials, membranes, flashings or other sheet-metal, et cetera, shall commence when such portion of the Work first begins and shall end on the date that is five years after the Substantial Completion Date.

(iv) The Contractor hereby acknowledges that any provision of the Contract Documents that

specifically requires a longer Warranty Period shall govern over the foregoing clause (iii), and in no event shall any applicable Warranty Period serve as a limitation with respect to latent defects in the Work, which remain subject to applicable statute(s) of limitation;

(v) The Contractor hereby acknowledges that, in no event shall the Contractor Warranty be deemed

or construed to limit, in any manner, any manufacturer or other third-party guarantee or warranty. At all times while the Contractor Warranty is in effect during an applicable Warranty Period, the Contractor must assist the District in processing any manufacturing and other third-party guarantee or warranty claims with respect to systems, equipment, materials and/or other things incorporated into the Project as part of the Work;

(vi) The Contractor, at no cost to the District, must perform Guarantee Work (defined in Section 20.7

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CONTRACTOR GUARANTEE FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE-2

of the General Provisions) within ten days after receipt of written notice from the District or, if the Guarantee Work reasonably cannot be completed within ten days of notice from the District, within such reasonable time as determined by the District. The Contractor must coordinate all Guarantee Work with the District in order to avoid interfering with District operations and/or endangering any person(s) or property at the Project Site. The Contractor must, in each case, provide written notice to the District upon completing Guarantee Work;

(vii) The Contractor hereby acknowledges that the District, at the Contractor’s cost, may cause any

required Guarantee Work to be performed by other than the Contractor if: (i) the Contractor fails to undertake and/or complete any Guarantee Work within the time permitted; or (ii) if the District reasonably determines that an Emergency situation exists and the delay that would result from providing notice to the Contractor and permitting the Contractor to perform the Guarantee Work would endanger or further endanger any person(s) or property. In no event shall the District so causing any Guarantee Work to be performed be deemed or construed to limit or otherwise condition the responsibilities and/or liabilities of the Contractor pursuant to the Contractor Warranty; and

(viii) The Contractor hereby acknowledges that this Contractor Guarantee form is a summary, and not

a complete restatement, of the provisions of Part 20 of the General Provisions. In the event of a conflict between any provision of Part 20 of the General Provisions and the provisions of this Contractor Guarantee form, the General Provisions shall govern. Representative Name: Representative Title: Representative Signature: Date Signed:

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT SPECIAL PROVISIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE 1

SPECIAL PROVISIONS 1. District Representative. The Authorized District Officers for the Project are: (1) Doug Monfils, the District’s Construction Manager, who may be reached at [email protected]. 2. Architect. The Architect for the Project is Dieli Murawka Howe, Inc. The Architect contact person for the Project is Richard V. Dieli, FCSI MA MBA, who may be reached at [email protected] and 619-285-1189. 3. Project Manager. The Project Manager for the Project is the District Representative. The Project Manager contact person for the Project is Doug Monfils, the District’s Construction Manager, who may be reached at [email protected]. 4. Commencement and Duration of Work. Not sooner than five calendar days after the date of the Notice of Award, the District will issue a Notice to Proceed with the Work to the Contractor. The Contractor must commence performance of the Work on the Commencement Date set forth in the Notice to Proceed. The Contractor shall complete all Work in accordance with any and all schedule milestones established for the Project pursuant to the Master Construction Schedule and other Contract Documents and within a total of ninety-six (96) consecutive calendar days after the Commencement Date. Such milestone periods and time for completion of the Work shall be deemed to include, without limitations, any and all federal and state holidays observed by the Contractor and/or any of its Subcontractors, and any and all Rain Days. In submitting its bid, the Contractor is deemed to have accepted and agreed that performance of the Work within such total period and in accordance with all such milestones is reasonable and attainable. The District anticipates, but does not guarantee, that the foregoing will occur in accordance with the following: District issues Notice to Award: April 3, 2020 District issues Notice to Proceed: April 3, 2020 Contractor commences Work: May 4, 2020 Contractor completes Work: August 7, 2020 5. Project Site Not Immediately Available. If, in accordance with the Master Construction Schedule, the Project Site will not immediately be available to the Contractor as of the Commencement Date the Contractor must use the time prior to commencing the Work for administrative tasks, initial mobilization ordering of long-lead items and offsite work, and shall coordinate such activities with the Project Manager. 6. Strict Scheduling Requirements for Operating Schools. The Contractor acknowledges that the District has scheduled the Work for a specific time period, in order to facilitate efficient allocation of District administrative and financial resources, to promote the best usage of school facilities, to provide an appropriate learning environment for students, and to avoid interference with the District’s educational, recreational and other programs. Contractor further acknowledges that strict compliance with scheduling requirements for the Work is mandatory in order to accomplish the foregoing goals. Therefore, in submitting a bid for the Work, the Contractor is deemed to have agreed that it will have materially breached the contract if it fails to do all things necessary to timely complete the Work, including, without limitation, failing to provide submittals within the time required by the Contract Documents or to provide an adequate workforce or proper and sufficient materials and equipment. 7. Time for Submitting Required Contract Forms. The Required Contract Forms include various form documents that the Contractor must complete and submit in connection with the execution of the Contract. The Contractor must complete, execute, and submit each such form within seven days after the date of the Notice of Award or prior to the Commencement Date, whichever is earlier. 8. Sole-Source Items. The District Board has by resolution made findings that the materials, products,

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT SPECIAL PROVISIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE 2

things and/or services specified in this Section 8 (each a “Sole-Source Item”) are necessary for reasons permitted in accordance with Public Contract Code Section 3400, and no substitutions shall be permitted with respect to any such Sole-Source Item. Each of the following is a Sole-Source Item: Not applicable 9. Additive and/or Deductive Alternates. The District requires that separate prices be submitted for each of the additive and/or deductive alternates described generally in this Section 9 and in more detail in the other Bid Documents. Failure of a bidder to submit separate prices for such alternates shall result in its bid being rejected as non-responsive. The required alternates for the Project are as follows: (i) See project drawings 10. Minimum Insurance Requirements. The Contractor must obtain and maintain, and must require that each Subcontractor obtain and maintain, Insurance Policies as required pursuant to Part 6 of the General Provisions and having the following minimum coverage amounts: (i) Commercial General Liability Insurance coverage limits of not less than: Per occurrence (combined single limit) $1,000,000 Project specific aggregate (for this Project only) $2,000,000

Products/Completed Operations $1,000,000 Personal & advertising Injury limit $1,000,000 Materials hoist where used $1,000,000 Explosion, collapse & underground (XCU) $1,000,000 Excess Liability coverage $1,000,000 (ii) Vehicle Liability Insurance coverage limits of not less than: Per occurrence (combined single limit) $1,000,000

11. Owner Controlled Insurance Program. The District may implement a program of owner-controlled, wrap-around, or similar insurance coverage (“OCIP”), through a joint-powers insurance cooperative. The OCIP will provide certain insurance coverage in connection with the Project for the District, the Contractor and the Subcontractors. A minimum level of participation by qualified contractors is required for the OCIP. Among other requirements, the Contractor and each Subcontractor must submit an application and qualification information to the OCIP administrator. If applicable, the OCIP requirements are described in detail in the General Provisions included in the Contract Documents. The OCIP requirements described in the General Provisions shall:

________ be in effect and apply to the Contract.

___X___ NOT be in effect and apply to the Contract. 12. District All-Risk Policy. A District All-Risk Policy, as described in Section 6.3 of the General Provisions, shall: ________ be in effect and apply to the Contract. ___X___ NOT be in effect and apply to the Contract. 13. Pre-Construction Labor-Law Conference. The District will conduct a pre-construction conference to discuss labor-law requirements applicable to the Work. Attendance at the conference is mandatory. The Contractor and each of its listed Subcontractors must attend. The conference will occur on Friday, May 1, 2020 at 8 am at the Educafe, 25566 Peter A. Hartman Way, Mission Viejo, CA.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT SPECIAL PROVISIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE 3

14. Regular Working Hours. For purposes of Section 13.9 of the General Provisions, “Regular Working Hours” shall mean any weekday, Monday through Friday, inclusive: ___X___ between the hours of: 7 a.m. and 4:30 p.m.

___X___ commencing at or after such time, and ending by or prior to such time, as may be specified in either an applicable local ordinance or the Mitigation Monitoring Plan adopted by the District pursuant to the California Environmental Quality Act, whichever is more restrictive.

15. Liquidated Damages. If a party is responsible for any liquidated damages in accordance with the General Provisions, the agreed amount of the liquidated damages, for each day or portion thereof, shall be $ 1,000. 16. Background Checks. The District has considered the totality of the circumstances concerning the Project and determined that Section 10.3 of the General Provisions shall: ________ be in effect and apply to the Contract. ___X___ NOT be in effect and apply to the Contract. 17. Stormwater Control Requirements. The NPDES and SWPPP requirements set forth in the General Provisions shall: ________ be in effect and apply to the Contract. ___X___ NOT be in effect and apply to the Contract. 18. Applicability of DVBE Requirements. The DVBE requirements set forth in the Instructions for Bidders shall: ________ apply to the Contract. ___X___ NOT apply to the Contract. 19. DVBE Advertising. If Section 18 of these Special Provisions makes the DVBE requirements set forth in the Instructions for Bidders applicable to the Contract, the Project Manager will: ________ advertise for DVBE in connection with the Project. ___X___ NOT advertise for DVBE in connection with the Project.

20. Retention. Public Contract Code Section 7201, among other things, permits the District to withhold Retention in excess of five percent if the District Board finds during a properly-noticed and normally-scheduled public hearing conducted prior to bidding of a project that the project is substantially complex and, therefore, requires a higher retention amount, and such finding and the required Retention amount is specified in the bid documents for the project. The District Board or its designee has, in the case of this Project:

________ made a finding, as specified in Section 21 of these Special Provisions, that Retention in excess of five percent is required for the Project.

___X___ NOT made a finding that Retention in excess of five percent is required for the Project. 21. Finding Regarding Retention. If Section 20 of these Special Provisions indicates that the District Board or its designee has made a finding that the Project is substantially complex and, therefore, requires Retention in excess of five percent, such finding is as follows:___NA_______________________________________________________________________.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT SPECIAL PROVISIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT PAGE 4

22. Required Retention. If Section 21 of these Special Provisions indicates that the District Board or its designee has made a finding that the Project is substantially complex and, therefore, requires Retention in excess of five percent, then, notwithstanding Section 21.14 of the General Provisions, the Retention required for the Project shall be: _5%_____________. 24. Copies of Plans and Specifications. The Contractor may obtain copies of the Plans and Specifications by downloading them from the District website. The Contractor should contact the Project Manager for the appropriate link to such documents. 25. Miscellaneous Requirements Applicable to Operating Schools. The following shall apply to the Work if the Project involves work on or at an existing, operating school: (i) No materials, equipment, et cetera, may be delivered to the Project Site between the hours of 7:45 a.m. -

8:30 a.m. or 2:15 p.m. - 2:45 p.m. on any school day. (ii) No materials and/or personal vehicles may be placed or parked in any fire lane on or adjacent to the Project

Site. A construction vehicle or machinery then being used in connection with the Work may be parked in any such fire lane only temporarily and, if unattended, the vehicle or machinery must remain unlocked and the key thereto left in the ignition switch so that it can be moved if necessary, but the Contractor shall at all times remain liable for any injury or damage resulting from unauthorized or improper use of the vehicle or machinery by others.

(iii) Not more than one vehicle per trade will be permitted on the Project Site at any one time. All tools,

materials, equipment, et cetera, are to be dropped off and vehicles removed from the Project Site immediately. Vehicles used in connection with the Work must be legally parked on public streets in the vicinity of the Project Site, and, except as authorized by the Project Manager, no such vehicles may be parked in the school parking lot.

(iv) The Contractor must coordinate with the Project Manager all traffic and pedestrian controls required for

the operations of the Contractor and its Subcontractors and suppliers. (v) All areas of the Project Site on which the Work is to occur may not be available at the same time, and the

Contractor may need to mobilize more than once to complete the Work. (vi) Existing landscaped areas and plants on and adjacent to the Project Site must be avoided and otherwise

protected, and the Contractor shall be responsible for repairing any damage to landscaping, irrigation systems, and plants.

26. Defined Terms. Capitalized terms used, but not defined, in these Special Provisions shall have the meanings ascribed to such terms in other of the Contract Documents.

(End of Special Provisions.) END OF DOCUMENT

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT EXISTING CONDITIONS FOODSERVICE REPLACEMENT PROJECT SECTION 00 31 19-1

DOCUMENT 00 31 19 EXISTING CONDITIONS

1. Summary

This document describes existing conditions at or near the Project, and use of information available regarding existing conditions. This document is not part of the Contract Documents. See General Conditions for definition(s) of terms used herein.

2. Reports and Information on Existing Conditions

a. Documents providing a general description of the Site and conditions of the Work may have

been collected by the Saddleback Valley Unified School District (“District“), its consultants, contractors, and tenants. These documents may, but are not required to, include previous contracts, contract specifications, tenant improvement contracts, as-built drawings, utility drawings, and information regarding underground facilities.

b. Information regarding existing conditions may be inspected at the District offices or the

Construction Manager’s offices, if any, and copies may be obtained at cost of reproduction and handling upon Bidder's agreement to pay for such copies. These reports, documents, and other information are not part of the Contract Documents. These reports, documents, and other information do not excuse Contractor from fulfilling Contractor’s obligation to independently investigate any or all existing conditions or from using reasonable prudent measures to avoid damaging existing improvements.

c. Information regarding existing conditions may also be included in the Project Manual, but shall

not be considered part of the Contract Documents.

d. Prior to commencing this Work, Contractor and the District’s representative shall survey the Site to document the condition of the Site. Contractor will record the survey in digital videotape format and provide an electronic copy to the District within fourteen (14) days of the survey.

e. Contractor may also document any pre-existing conditions in writing, provided that both the

Contractor and the District’s representative agree on said conditions and sign a memorandum documenting the same.

3. Use of Information

a. Information regarding existing conditions was obtained only for use of District and its

consultants, contractors, and tenants for planning and design and is not part of the Contract Documents.

b. District does not warrant, and makes no representation regarding, the accuracy or

thoroughness of any information regarding existing conditions. Bidder represents and agrees that in submitting a bid it is not relying on any information regarding existing conditions supplied by District.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT EXISTING CONDITIONS FOODSERVICE REPLACEMENT PROJECT SECTION 00 31 19-2

c. Under no circumstances shall District be deemed to warrant or represent existing above-ground conditions, as-built conditions, or other actual conditions, verifiable by independent investigation. These conditions are verifiable by Bidder by the performance of its own independent investigation that Bidder must perform as a condition to bidding and Bidder should not and shall not rely on this information or any other information supplied by District regarding existing conditions.

d. Any information shown or indicated in the reports and other data supplied herein with respect

to existing underground facilities at or contiguous to the Project may be based upon information and data furnished to District by the District's employees and/or consultants or builders of such underground facilities or others. District does not assume responsibility for the completeness of this information, and Bidder is solely responsible for any interpretation or conclusion drawn from this information.

e. District shall be responsible only for the general accuracy of information regarding underground

facilities, and only for those underground facilities that are owned by District, and only where Bidder has conducted the independent investigation required of it pursuant to the Instructions to Bidders, and discrepancies are not apparent.

4. Investigations/Site Examinations

a. Before submitting a bid, each Bidder is responsible for conducting or obtaining any additional or

supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and underground facilities) at or contiguous to the Site or otherwise, that may affect cost, progress, performance, or furnishing of Work or that relate to any aspect of the means, methods, techniques, sequences, or procedures of construction to be employed by Bidder and safety precautions and programs incident thereto or that Bidder deems necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price, and other terms and conditions of Contract Documents.

b. On request, District will provide each Bidder access to the Site to conduct such examinations,

investigations, explorations, tests, and studies, as each Bidder deems necessary for submission of a bid. Bidders must fill all holes and clean up and restore the Site to its former condition upon completion of its explorations, investigations, tests, and studies. Such investigations and Site examinations may be performed during any and all Site visits indicated in the Notice to Bidders and only under the provisions of the Contract Documents, including, but not limited to, proof of insurance and obligation to indemnify against claims arising from such work, and District’s prior approval.

END OF DOCUMENT

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT POST BID INTERVIEW FOODSERVICE REPLACEMENT PROJECT SECTION 00 45 90-1

DOCUMENT 00 45 90 POST BID INTERVIEW

PART 1 – GENERAL 1.1 SUMMARY

If requested by the District, this Section requires the apparent low bidder to attend and participate in a Post Bid

Interview with the Construction Manager, prior to award of any contract by the District. The Post Bid Interview will be scheduled by the District or Construction Manager within three (3) calendar days after the date of bid.

1.2 REQUIRED ATTENDANCE

A. A duly authorized representative of the apparent low bidder is required to attend the Post

Bid Interview, in person.

B. The apparent low bidder’s authorized representative(s) must have (1) knowledge of how the bid submitted was prepared, (2) the person responsible for supervising performance of the Work, and (3) the authority to bind the apparent low bidder.

C. Failure to attend the Post Bid Interview as scheduled will be considered just cause for the

District to reject the Bid as nonresponsive. 1.3 POST BID INTERVIEW PROCEDURE

A. The Construction Manager will review the Bid with the attendees.

B. The Construction Manager will review the Contract Documents with the attendees,

including but not limited to:

(1) Insurance

(2) Bonding

(3) Addenda

(4) Pre-Bid Clarifications

(5) Scope of Work

(6) Bid Packages Descriptions

(7) Bid Alternates

(8) Contract Plans

(9) Contract Specifications

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT POST BID INTERVIEW FOODSERVICE REPLACEMENT PROJECT SECTION 00 45 90-2

(10) Project Schedule and Schedule Requirements

(11) Critical Dates Requirement for Other Bid Packages

(12) Prevailing Wage Requirements

(13) Liquidated Damages

(14) Required Documentation for Contract Administration

(15) Contract Coordination Requirements 1.4 POST BID INTERVIEW DOCUMENTATION

The Construction Manager will document the Post Bid Interview on the form attached to this Section. Both the apparent low bidder and the Construction Manager are required to sign the Post Bid Interview Documentation.

[REMAINDER OF PAGE INTENTIONALLY LEFT BLANK]

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT POST BID INTERVIEW FOODSERVICE REPLACEMENT PROJECT SECTION 00 45 90-3

POST BID INTERVIEW CONSTRUCTION MANAGER

Douglas Monfils Saddleback Valley Unified School District

[email protected]

BIDDER: DATE:

TIME: PHONE:

I. INTRODUCTIONS:

A. Present _______________________ _______________________ CONTRACTOR CONTRACTOR

_______________________ _______________________ [CM] [CM]

II. PROPOSED CONTRACT:

III. PURPOSE OF INTERVIEW IS TO ASSURE A MUTUAL UNDERSTANDING OF THE FOLLOWING:

A.

B.

Do you acknowledge submission of a complete and accurate bid?

Do you acknowledge the Bid Document submittal timelines after

Yes No

NOA and NTP and can you meet those timelines? Yes No

C. Do you acknowledge the requirements for the escrow of bid documents?

Yes

No

D. Are you comfortable with your listed subcontractors? Yes No

IV. CONTRACTUAL REQUIREMENTS:

A. B.

Do you understand you are a prime contractor?

Can you meet specified insurance requirements?

Yes

Yes

No

No 1. Do any of your policies that require Additional Insured endorsements

exceed the minimum coverage requirements?

Yes

No

2. Are you requesting that the District accept an Excess Liability Insurance Policy to meet the policy limit? Yes No

3. Will there be a gap between the per occurrence amount of any underlying policy and the start of the coverage under the

Umbrella or Excess Liability Insurance Policy? Yes No

C. Will you provide the Performance Bond and Labor and Material Bond for 100% of the Contract Price as stipulated? Yes No

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT POST BID INTERVIEW FOODSERVICE REPLACEMENT PROJECT SECTION 00 45 90-4

1. Cost for bonds: _______________________% Yes No

2. Is the cost of your bonds in your base bid? Yes No

3. Is your surety licensed to issue bonds in California? Yes No

D. Do you understand the fingerprinting requirements? Yes No

E. Is it understood that all workers must be paid prevailing wage? Yes No

F. Is it understood that all subcontractors of every tier must be registered as a

public works contractor with the Department of Industrial Relations? Yes No

V. SCOPE OF WORK:

A. Acknowledged Receipt of Addenda #1- Yes No

B. Are the costs for addenda items included in your bid? (if applicable) Yes No

C. Do you have a complete understanding of your Scope of Work under the proposed Agreement? Yes No

D. You have re-reviewed the documents and understand the Scope of the Work. Are there any items that require clarification? Yes No

If yes, please identify them.

1.

2.

3.

Is (are) there additional cost(s) for the above item(s)? Yes No E. Is the cost for allowance included in your bid? Yes No F. Have you reviewed bid alternative(s) #1- (if applicable) Yes No G. Are the costs for bid alternatives included in your bid? Yes No

H. Are the plans and specifications clear and understandable to your satisfaction?

Yes

No

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT POST BID INTERVIEW FOODSERVICE REPLACEMENT PROJECT SECTION 00 45 90-5

I. Do you acknowledge that the time to submit notice of requests for substitution of specified materials has expired? Yes No

VI. SCHEDULE:

A. Do you acknowledge and agree to the stipulated completion dates and milestones in the contract? Yes No

1. Will you provide a detailed construction schedule to Bernards within the

required ten (10) days of the Notice to Proceed, per

the contract? Yes No

2. Can you meet the submittal deadline? Yes No

3. It is understood that the Project schedule is critical and that that weekend and overtime work may be required to meet the milestones.

Yes

No

4. It is understood that if rain does occur, then all dewatering and protection of work is required, per the contract. If not, what do you believe must change and why?

Yes

No

B. Identify critical materials, deliveries, long lead items and other dependencies, including Owner Furnished items that could affect

the completion of your work. Yes No

1.

2.

3.

4. 5.

C. Do you understand that there is going to be maintenance and other

construction taking place on site during the course of the project? Yes No

VII. EXECUTION OF WORK

A. Do you understand the access to the site? Yes No

B. Do you understand the staging area restrictions? Yes No

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT POST BID INTERVIEW FOODSERVICE REPLACEMENT PROJECT SECTION 00 45 90-6

C. Have you included protection of [asphalt, floors, and roofs]? Yes No

D. Do you understand that the site is occupied by students, teachers, administrators, parents, etc.?

Yes

No

I. CONTRACTOR COMMENTS/SUGGESTIONS: 1.

2.

3.

4.

5. II. CONTRACTOR

You agree the information contained herein is part of your contractual obligations. Your signature acknowledges your agreement to perform all Work in the Contract Documents, and that costs for all Work are included in your bid. The foregoing information is true and accurate, and I am authorized to sign as an officer of the company I am representing. [Company Name]

Signature Title: Date: DISTRICT/CONSTRUCTION MANAGER Signature Title: Date: Title of Document: POST BID INTERVIEW Number of Pages: Date of Document:

END OF DOCUMENT

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT AGREEMENT AND RELEASE OF ANY AND ALL CLAIMS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 65 19.26-1

DOCUMENT 00 65 19.26 AGREEMENT AND RELEASE OF ANY AND ALL CLAIMS

THIS AGREEMENT AND RELEASE OF CLAIMS (“Agreement and Release”) IS MADE AND ENTERED INTO THIS DAY OF , 20

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT (“District”) and (“Contractor”), whose place of business is .

by and between the

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT AGREEMENT AND RELEASE OF ANY AND ALL CLAIMS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 65 19.26-2

RECITALS

WHEREAS, District and Contractor entered into PROJECT/CONTRACT NO.: SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT in the County of , California; and WHEREAS, the Work under the Contract was completed on . NOW, THEREFORE, it is mutually agreed between District and Contractor as follows:

AGREEMENT AND RELEASE

1. Contractor will only be assessed liquidated damages as detailed below: Original Contract

Sum $

Modified Contract Sum $ Payment to Date $ Liquidated Damages $ Payment Due Contractor $ Subject to the provisions hereof, District shall forthwith pay to Contractor the undisputed sum of Dollars ($ ) under the Contract, less any amounts represented by any notice to withhold funds on file with District as of the date of such payment. Contractor acknowledges and hereby agrees that there are no unresolved or outstanding claims in dispute against District arising from the performance of work under the Contract, except for the claims described in Paragraph 5 and continuing obligations described in Paragraph 6. It is the intention of the parties in executing this Agreement and Release that this Agreement and Release shall be effective as a full, final and general release of all claims, demands, actions, causes of action, obligations, costs, expenses, damages, losses and liabilities of Contractor against District and all of its respective agents, employees, trustees, inspectors, assignees, consultants and transferees, except for any Disputed Claim that may be set forth in Paragraph 6 and the continuing obligations described in Paragraph 8 hereof.The following claims are disputed (hereinafter, the "Disputed Claims") and are specifically excluded from the operation of this Agreement and Release: Claim No. Description of Claim Amount of Claim Date Claim Submitted $ $

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT AGREEMENT AND RELEASE OF ANY AND ALL CLAIMS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 65 19.26-3

$ $ $ $ [If further space is required, attach additional sheets showing the required information.] Consistent with California Public Contract Code section 7100, Contractor hereby agrees that, in consideration of the payment set forth in Paragraph 1 hereof, Contractor hereby releases and forever discharges District, all its agents, employees, inspectors, assignees, and transferees from any and all liability, claims, demands, actions, or causes of action of whatever kind or nature arising out of or in any way concerned with the Work under the Contract. Guarantees and warranties for the Work, and any other continuing obligation of Contractor, including without limitation the duty to defend, indemnify and hold harmless the District, shall remain in full force and effect as specified in the Contract Documents. Contractor hereby waives the provisions of California Civil Code section 1542 which provides as follows: A GENERAL RELEASE DOES NOT EXTEND TO CLAIMS WHICH THE CREDITOR DOES NOT KNOW OR SUSPECT TO EXIST IN HIS OR HER FAVOR AT THE TIME OF EXECUTING THE RELEASE, WHICH IF KNOWN BY HIM OR HER MUST HAVE MATERIALLY AFFECTED HIS OR HER SETTLEMENT WITH THE DEBTOR. The provisions of this Agreement and Release are contractual in nature and not mere recitals and shall be considered independent and severable. If any such provision or any part thereof shall be at any time held invalid in whole or in part under any federal, state, county, municipal, or other law, ruling, or regulations, then such provision, or part thereof, shall remain in force and effect to the extent permitted by law, and the remaining provisions of this Agreement and Release shall also remain in full force and effect, and shall be enforceable.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT AGREEMENT AND RELEASE OF ANY AND ALL CLAIMS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 65 19.26-4

All rights of District shall survive completion of the Work or termination of Contract, and execution of this Release. * * * CAUTION: THIS IS A RELEASE - READ BEFORE EXECUTING * * * SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT Signature: Print Name: Title: CONTRACTOR: Signature: Print Name: Title:

END OF DOCUMENT

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GUARANTEE FORM FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 65 36-1

DOCUMENT 00 65 36 GUARANTEE FORM

("Contractor") hereby agrees that the (“Work” of Contractor) which Contractor has installed for the Saddleback Valley Unified School District ("District") for the following project: SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT (“Project” or “Contract”) has been performed in accordance with the requirements of the Contract Documents and that the Work as installed will fulfill the requirements of the Contract Documents. The undersigned agrees to repair or replace any or all of such Work that may prove to be defective in workmanship or material together with any other adjacent Work that may be displaced in connection with such replacement within a period of one year year(s) from the date of completion as defined in Public Contract Code section 7107, subdivision (c), ordinary wear and tear and unusual abuse or neglect excepted. The date of completion is , 20 . In the event of the undersigned’s failure to comply with the above-mentioned conditions within a reasonable period of time, as determined by the District, but not later than seven (7) days after being notified in writing by the District, the undersigned authorizes the District to proceed to have said defects repaired and made good at the expense of the undersigned. The undersigned shall pay the costs and charges therefor upon demand. Date: Proper Name of Contractor: Signature: Print Name: Title: Representatives to be contacted for service subject to terms of Contract: Name: Address: Phone No.: Email:

END OF DOCUMENT

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS TABLE OF CONTENTS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-2

DOCUMENT 00 72 13 GENERAL CONDITIONS TABLE OF CONTENTS

Page

1. CONTRACT TERMS AND DEFINITIONS ..............................................................................................1

1.1 Definitions .......................................................................................................................... 1

1.2 Laws Concerning the Contract ............................................................................................ 6

1.3 No Oral Agreements ........................................................................................................... 6

1.4 Notice and Service Thereof ................................................................................................ 7

1.5 No Waiver .......................................................................................................................... 7

1.6 Substitutions for Specified Items ........................................................................................ 8

1.7 Materials and Work ............................................................................................................ 8

2. [RESERVED] .................................................................................................................................... 10

3. ARCHITECT ..................................................................................................................................... 10

4. CONSTRUCTION MANAGER ........................................................................................................... 11

5. INSPECTOR, INSPECTIONS, AND TESTS .......................................................................................... 11

5.1 Project Inspector .............................................................................................................. 11

5.2 Tests and Inspections ....................................................................................................... 11

5.3 Costs for After Hours and/or Off Site Inspections ............................................................ 11

6. CONTRACTOR ................................................................................................................................ 12

6.1 Status of Contractor ......................................................................................................... 12

6.2 Project Inspection Card(s) ................................................................................................. 13

6.3 Contractor’s Supervision .................................................................................................. 13

6.4 Duty to Provide Fit Workers ............................................................................................. 13

6.5 Field Office ........................................................................................................................ 13

6.6 Purchase of Materials and Equipment ............................................................................. 13 6.7 Documents on Work ......................................................................................................... 14

6.8 Preservation of Records ................................................................................................... 14

6.9 Integration of Work .......................................................................................................... 15

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS TABLE OF CONTENTS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-3

6.10 Notifications ..................................................................................................................... 15

6.11 Obtaining of Permits, Licenses and Registrations ............................................................ 16

6.12 Royalties and Patents ....................................................................................................... 16

6.13 Work to Comply With Applicable Laws and Regulations .................................................. 16

6.14 Safety/Protection of Persons and Property...................................................................... 17

6.15 Working Evenings and Weekends .................................................................................... 19

6.16 Cleaning Up ....................................................................................................................... 20

7. SUBCONTRACTORS ........................................................................................................................ 20

8. OTHER CONTRACTS/CONTRACTORS ............................................................................................. 22

9. DRAWINGS AND SPECIFICATIONS ................................................................................................. 23

10. CONTRACTOR’S SUBMITTALS AND SCHEDULES ............................................................................ 24

10.1 Schedule of Work, Schedule of Submittals, and Schedule of Values ................................ 24

10.2 Monthly Progress Schedule(s) .......................................................................................... 27

10.3 Material Safety Data Sheets (MSDS) ................................................................................ 27

11. SITE ACCESS, CONDITIONS, AND REQUIREMENTS ........................................................................ 28

11.1 Site Investigation .............................................................................................................. 28

11.2 Soils Investigation Report ................................................................................................. 28

11.3 Access to Work ................................................................................................................. 29

11.4 Layout and Field Engineering ........................................................................................... 29

11.5 Utilities .............................................................................................................................. 29

11.6 Sanitary Facilities .............................................................................................................. 29

11.7 Surveys .............................................................................................................................. 29

11.8 Regional Notification Center ............................................................................................ 29 11.9 Existing Utility Lines .......................................................................................................... 30

11.10 Notification ....................................................................................................................... 30

11.11 Hazardous Materials ......................................................................................................... 30

11.12 No Signs ............................................................................................................................ 30

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS TABLE OF CONTENTS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-4

12. TRENCHES ...................................................................................................................................... 31

12.1 Trenches Greater Than Five Feet ...................................................................................... 31

12.2 Excavation Safety .............................................................................................................. 31

12.3 No Tort Liability of District ................................................................................................ 31

12.4 No Excavation without Permits ........................................................................................ 31

12.5 Discovery of Hazardous Waste and/or Unusual Conditions ............................................. 31

13. INSURANCE AND BONDS ............................................................................................................... 32

13.1 Insurance .......................................................................................................................... 32

13.2 Contract Security - Bonds ................................................................................................. 36

14. WARRANTY/GUARANTEE/INDEMNITY .......................................................................................... 36

14.1 Warranty/Guarantee ........................................................................................................ 36

14.2 Indemnity and Defense .................................................................................................... 37

15. TIME ............................................................................................................................................... 38

15.1 Notice to Proceed ............................................................................................................. 38

15.2 Computation of Time / Adverse Weather ........................................................................ 39

15.3 Hours of Work .................................................................................................................. 40

15.4 Progress and Completion ................................................................................................. 40

15.5 Schedule ........................................................................................................................... 40

15.6 Expeditious Completion.................................................................................................... 41

16. EXTENSIONS OF TIME – LIQUIDATED DAMAGES ........................................................................... 41

16.1 Liquidated Damages ......................................................................................................... 41

16.2 Excusable Delay ................................................................................................................ 41 16.3 No Additional Compensation for Delays Within Contractor’s Control ............................. 42

16.4 Float or Slack in the Schedule ........................................................................................... 42

17. CHANGES IN THE WORK ................................................................................................................ 43

17.1 No Changes Without Authorization ................................................................................. 43

17.2 Architect Authority ........................................................................................................... 43

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS TABLE OF CONTENTS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-5

17.3 Change Orders .................................................................................................................. 44

17.4 Construction Change Directives ....................................................................................... 44

17.5 Force Account Directives .................................................................................................. 44

17.6 Price Request .................................................................................................................... 45

17.7 Proposed Change Order ................................................................................................... 45

17.8 Format for Proposed Change Order ................................................................................. 47

17.9 Change Order Certification ............................................................................................... 49

17.10 Determination of Change Order Cost ............................................................................... 49

17.11 Deductive Change Orders ................................................................................................. 49

17.12 Addition or Deletion of Alternate Bid Item(s) ................................................................... 50

17.13 Discounts, Rebates, and Refunds ..................................................................................... 50

17.14 Accounting Records .......................................................................................................... 50

17.15 Notice Required ................................................................................................................ 50

17.16 Applicability to Subcontractors ........................................................................................ 50

17.17 Alteration to Change Order Language .............................................................................. 51

17.18 Failure of Contractor to Execute Change Order ............................................................... 51

18. REQUEST FOR INFORMATION ........................................................................................................ 51

19. PAYMENTS ..................................................................................................................................... 51

19.1 Contract Price ................................................................................................................... 51

19.2 Applications for Progress Payments ................................................................................. 51

19.3 Progress Payments ........................................................................................................... 54 19.4 Decisions to Withhold Payment ....................................................................................... 55

19.5 Subcontractor Payments .................................................................................................. 58

20. COMPLETION OF THE WORK ......................................................................................................... 58

20.1 Completion ....................................................................................................................... 58

20.2 Close-Out/Certification Procedures ................................................................................. 59

20.3 Final Inspection ................................................................................................................. 60

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS TABLE OF CONTENTS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-6

20.4 Costs of Multiple Inspections ........................................................................................... 61

20.5 Partial Occupancy or Use Prior to Completion ................................................................. 61

21. FINAL PAYMENT AND RETENTION ................................................................................................. 62

21.1 Final Payment ................................................................................................................... 62

21.2 Prerequisites for Final Payment ....................................................................................... 62

21.3 Retention .......................................................................................................................... 63

21.4 Substitution of Securities .................................................................................................. 63

22. UNCOVERING OF WORK ................................................................................................................ 63

23. NONCONFORMING WORK AND CORRECTION OF WORK ............................................................. 63

23.1 Nonconforming Work ....................................................................................................... 63

23.2 Correction of Work ........................................................................................................... 64

23.3 District's Right to Perform Work ...................................................................................... 64

24. TERMINATION AND SUSPENSION .................................................................................................. 65

24.1 District's Right to Terminate Contractor for Cause .......................................................... 65

24.2 Termination of Contractor for Convenience .................................................................... 68

24.3 Suspension of Work .......................................................................................................... 68

25. CLAIMS PROCESS ........................................................................................................................... 68

25.1 Performance during Claim Process................................................................................... 68

25.2 Definition of Claim ............................................................................................................ 69

25.3 Claims Presentation .......................................................................................................... 69 25.4 Claim Resolution pursuant to Public Contract Code section 9204 ................................... 70

25.5 Subcontractor Pass-Through Claims ................................................................................. 71

25.6 Government Code Claim Act Claim .................................................................................. 72

25.7 Claim Resolution pursuant to Public Contract Code section 20104 et seq ........ 72

25.8 Claim Resolution Non-Applicability .................................................................................. 73

25.9 Attorney’s Fees ................................................................................................................. 74

26. STATE LABOR, WAGE & HOUR, APPRENTICE, AND RELATED PROVISIONS .................................... 74

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS TABLE OF CONTENTS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-7

26.1 Labor Compliance and Enforcement ................................................................................ 74

26.2 Wage Rates, Travel, and Subsistence ............................................................................... 74

26.3 Hours of Work .................................................................................................................. 75

26.4 Payroll Records ................................................................................................................. 75

26.5 [RESERVED] ....................................................................................................................... 77

26.6 Apprentices ....................................................................................................................... 77

26.7 Non-Discrimination ........................................................................................................... 78

26.8 Labor First Aid ................................................................................................................... 78

27. [RESERVED] .................................................................................................................................... 78

28. MISCELLANEOUS............................................................................................................................ 78

28.1 Assignment of Antitrust Actions ....................................................................................... 78

28.2 Excise Taxes ...................................................................................................................... 79

28.3 Taxes ................................................................................................................................. 80

28.4 Shipments ......................................................................................................................... 80

28.5 Compliance with Government Reporting Requirements ................................................. 80

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-1

DOCUMENT 00 72 13 GENERAL CONDITIONS

1. CONTRACT TERMS AND DEFINITIONS

1.1 Definitions

Wherever used in the Contract Documents, the following terms shall have the meanings indicated, which shall be applicable to both the singular and plural thereof:

1.1.1 Adverse Weather: Shall be only weather that satisfies all of the following conditions: (1) unusually severe precipitation, sleet, snow, hail, or extreme temperature conditions in excess of the norm for the location and time of year it occurred based on the closest weather station data averaged over the past five years, (2) that is unanticipated and would cause unsafe work conditions and/or is unsuitable for scheduled work that should not be performed during inclement weather (i.e., exterior finishes), and (3) at the Project.

1.1.2 Allowance Expenditure Directive: Written authorization for expenditure of allowance, if any.

1.1.3 Approval, Approved, and/or Accepted: Written authorization, unless stated otherwise.

1.1.4 Architect (or “Design Professional in General Responsible Charge”): The individual, partnership, corporation, joint venture, or any combination thereof, named as Architect, who will have the rights and authority assigned to the Architect in the Contract Documents. The term Architect means the Design Professional in General Responsible Charge as defined in DSA PR 13-02 on this Project or the Architect’s authorized representative.

1.1.5 As-Builts: Reproducible blue line prints of drawings to be prepared on a monthly basis pursuant to the Contract Documents, that reflect changes made during the performance of the Work, recording differences between the original design of the Work and the Work as constructed since the preceding monthly submittal. See Record Drawings.

1.1.6 Bidder: A contractor who intends to provide a proposal to the District to perform the Work of this Contract.

1.1.7 Change Order: A written order to the Contractor authorizing an addition to, deletion from, or revision in the Work, and/or authorizing an adjustment in the Contract Price or Contract Time.

1.1.8 Claim: A Dispute that remains unresolved at the conclusion of the all the applicable Dispute Resolution requirements provided herein.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-2

1.1.9 Construction Change Directive: A written order prepared and issued by the District, the Construction Manager, and/or the Architect and signed by the District and the Architect, directing a change in the Work.

1.1.10 Construction Manager: The individual, partnership, corporation, joint venture, or any combination thereof, or its authorized representative, named as such by the District. If no Construction Manager is used on the Project that is the subject of this Contract, then all references to Construction Manager herein shall be read to refer to District.

1.1.11 Construction Schedule: The progress schedule of construction of the Project as provided by Contractor and approved by District.

1.1.12 Contract, Contract Documents: The Contract consists exclusively of the documents evidencing the agreement of the District and Contractor, identified as the Contract Documents. The Contract Documents consist of the following documents:

1.1.12.1 Notice to Bidders 1.1.12.2 Instructions to Bidders 1.1.12.3 Bid Form and Proposal 1.1.12.4 Bid Bond 1.1.12.5 Designated Subcontractors List 1.1.12.6 Site Visit Certification (if a site visit was required) 1.1.12.7 Non-Collusion Declaration 1.1.12.8 Notice of Award 1.1.12.9 Notice to Proceed 1.1.12.10 Agreement 1.1.12.11 Escrow of Bid Documentation 1.1.12.12 Escrow Agreement for Security Deposits in Lieu of Retention (if applicable) 1.1.12.13 Performance Bond 1.1.12.14 Payment Bond (Contractor’s Labor & Material Bond) 1.1.12.15 General Conditions 1.1.12.16 Special Conditions (if applicable) 1.1.12.17 Project Labor Agreement (if applicable) 1.1.12.18 Hazardous Materials Procedures and Requirements 1.1.12.19 Workers’ Compensation Certification 1.1.12.20 Prevailing Wage Certification 1.1.12.21 Disabled Veteran Business Enterprise Participation Certification (if applicable) 1.1.12.22 Drug-Free Workplace Certification (if applicable) 1.1.12.23 Tobacco-Free Environment Certification 1.1.12.24 Hazardous Materials Certification (if applicable) 1.1.12.25 Lead-Based Materials Certification (if applicable) 1.1.12.26 Imported Materials Certification (if applicable) 1.1.12.27 Criminal Background Investigation/Fingerprinting Certification 1.1.12.28 Buy American Certification (if applicable) 1.1.12.29 Roofing Project Certification (if applicable) 1.1.12.30 Registered Subcontractors List 1.1.12.31 Iran Contracting Act Certification (if applicable)

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-3

1.1.12.32 Post Bid Interview 1.1.12.33 All Plans, Technical Specifications, and Drawings 1.1.12.34 Any and all addenda to any of the above documents 1.1.12.35 Any and all change orders or written modifications to the above documents if

approved in writing by the District 1.1.13 Contract Price: The total monies payable to the Contractor under the terms and conditions of the Contract Documents.

1.1.14 Contract Time: The time period stated in the Agreement for the completion of the Work.

1.1.15 Contractor: The person or persons identified in the Agreement as contracting to perform the Work to be done under this Contract, or the legal representative of such a person or persons.

1.1.16 Daily Job Report(s): Daily Project reports prepared by the Contractor's employee(s) who are present on Site, which shall include the information required herein.

1.1.17 Day(s): Unless otherwise designated, day(s) means calendar day(s).

1.1.18 Department of Industrial Relations (or “DIR”): is responsible, among other things, for labor compliance monitoring and enforcement of California prevailing wage laws and regulations for public works contracts.

1.1.19 Design Professional in General Responsible Charge: See definition of Architect above.

1.1.20 Dispute: A separate demand by Contractor for a time extension, or payment of money or damages arising from Work done by or on behalf of the Contractor pursuant to the Contract and payment of which is not otherwise expressly provided for or Contractor is not otherwise entitled to; or an amount of payment disputed by the District.

1.1.21 District: The public agency or the school district for which the Work is performed. The governing board of the District or its designees will act for the District in all matters pertaining to the Contract. The District may, at any time,

1.1.21.1 Direct the Contractor to communicate with or provide notice to the Construction Manager or the Architect on matters for which the Contract Documents indicate the Contractor will communicate with or provide notice to the District; and/or

1.1.21.2 Direct the Construction Manager or the Architect to communicate with or direct the Contractor on matters for which the Contract Documents indicate the District will communicate with or direct the Contractor.

1.1.22 Drawings (or “Plans”): The graphic and pictorial portions of the Contract Documents showing the design, location, scope and dimensions of the work, generally including plans, elevations, sections, details, schedules, sequence of operation, and diagrams.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-4

1.1.23 DSA: Division of the State Architect.

1.1.24 Force Account Directive: A process that may be used when the District and the Contractor cannot agree on a price for a specific portion of work or before the Contractor prepares a price for a specific portion of work and whereby the Contractor performs the work as indicated herein on a time and materials basis.

1.1.25 Job Cost Reports: Any and all reports or records detailing the costs associated with work performed on or related to the Project that Contractor shall maintain for the Project. Specifically, Job Cost Reports shall contain, but are not limited by or to, the following information: a description of the work performed or to be performed on the Project; quantity, if applicable, of work performed (hours, square feet, cubic yards, pounds, etc.) for the Project; Project budget; costs for the Project to date; estimated costs to complete the Project; and expected costs at completion. The Job Cost Reports shall also reflect all Contract cost codes, change orders, elements of non-conforming work, back charges, and additional services.

1.1.26 Labor Commissioner’s Office (or “Labor Commissioner”, also known as the Division of Labor Standards Enforcement (“DLSE”)): Division of the DIR responsible for adjudicating wage claims, investigating discrimination and public works complaints, and enforcing Labor Code statutes and Industrial Welfare Commission orders.

1.1.27 Municipal Separate Storm Sewer System (or “MS4”): A system of conveyances used to collect and/or convey storm water, including, without limitation, catch basins, curbs, gutters, ditches, man-made channels, and storm drains.

1.1.28 Plans: See Drawings.

1.1.29 Premises: The real property owned by the District on which the Site is located.

1.1.30 Product(s): New material, machinery, components, equipment, fixtures and systems forming the Work, including existing materials or components required and approved by the District for reuse.

1.1.31 Product Data: Illustrations, standard schedules, performance charts, instructions, brochures, diagrams, and other information furnished by the Contractor to illustrate a material, product, or system for some portion of the Work.

1.1.32 Program Manager: The individual, partnership, corporation, joint venture, or any combination thereof, or its authorized representative, named as such by the District. If no Program Manager is designated for Project that is the subject of this Contract, then all references to Project Manager herein shall be read to refer to District.

1.1.33 Project: The planned undertaking as provided for in the Contract Documents.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-5

1.1.34 Project Inspector (or “Inspector”): The individual(s) retained by the District in accordance with title 24 of the California Code of Regulations to monitor and inspect the Project.

1.1.35 Project Labor Agreement (or “PLA”): a prehire collective bargaining agreement in accordance with Public Contract Code section 2500 et seq. that establishes terms and conditions of employment for a specific construction project or projects and/or is an agreement described in Section 158(f) of Title 29 of the United States Code.

1.1.36 Proposed Change Order (or “PCO”): a written request prepared by the Contractor requesting that the District and the Architect issue a Change Order based upon a proposed change to the Work.

1.1.37 Provide: Shall include “provide complete in place,” that is, “furnish and install,” and “provide complete and functioning as intended in place” unless specifically stated otherwise.

1.1.38 Qualified SWPPP Practitioners (or “QSP”): certified personnel that attended a State Water Resources Control Board sponsored or approved training class and passed the qualifying exam.

1.1.39 Record Drawings: Reproducible drawings (or Plans) prepared pursuant to the requirements of the Contract Documents that reflect all changes made during the performance of the Work, recording differences between the original design of the Work and the Work as constructed upon completion of the Project. See also As- Builts.

1.1.40 Request for Information (or “RFI”): A written request prepared by the Contractor requesting that the Architect provide additional information necessary to clarify or amplify an item in the Contract Documents that the Contractor believes is not clearly shown or called for in the Drawings or Specifications or other portions o f the Contract Documents, or to address problems that have arisen under field conditions.

1.1.41 Request for Substitution for Specified Item: A request by Contractor to substitute an equal or superior material, product, thing, or service for a specific material, product, thing, or service that has been designated in the Contract Documents by a specific brand or trade name.

1.1.42 Safety Orders: Written and/or verbal orders for construction issued by the California Division of Occupational Safety and Health (“CalOSHA”) or by the United States Occupational Safety and Health Administration (“OSHA”).

1.1.43 Safety Plan: Contractor’s safety plan specifically adapted for the Project. Contractor's Safety Plan shall comply with all provisions regarding Project safety, including all applicable provisions in these General Conditions.

1.1.44 Samples: Physical examples that illustrate materials, products, equipment, finishes, colors, or workmanship and that, when approved in accordancewith the Contract Documents, establish standards by which portions of the Work will be judged.

1.1.45 Shop Drawings: All drawings, prints, diagrams, illustrations, brochures, schedules, and other data that are prepared by the Contractor, a subcontractor, manufacturer, supplier, or distributor, that illustrate how specific portions of the Work shall be fabricated or installed.

1.1.46 Site: The Project site as shown on the Drawings.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-6

1.1.47 Specifications: That portion of the Contract Documents, Division 1 through Division 49, and all technical sections, and addenda to all of these, if any, consisting of written descriptions and requirements of a technical nature of materials, equipment, construction methods and systems, standards, and workmanship.

1.1.48 State: The State of California.

1.1.49 Storm Water Pollution Prevention Plan (or “SWPPP”): A document which identifies sources and activities at a particular facility that may contribute pollutants to storm water and contains specific control measures and time frames to prevent or treat such pollutants.

1.1.50 Subcontractor: A contractor and/or supplier who is under contract with the Contractor or with any other subcontractor, regardless of tier, to perform a portion of the Work of the Project.

1.1.51 Submittal Schedule: The schedule of submittals as provided by Contractor and approved by District.

1.1.52 Surety: The person, firm, or corporation that executes as surety the Contractor’s Performance Bond and Payment Bond, and must be a California admitted surety insurer as defined in the Code of Civil Procedure section 995.120.

1.1.53 Work: All labor, materials, equipment, components, appliances, supervision, coordination, and services required by, or reasonably inferred from, the Contract Documents, that are necessary for the construction and completion of the Project.

1.2 Laws Concerning the Contract

Contract is subject to all provisions of the Constitution and laws of California and the United States governing, controlling, or affecting District, or the property, funds, operations, or powers of District, and such provisions are by this reference made a part hereof. Any provision required by law to be included in this Contract shall be deemed to be inserted.

1.3 No Oral Agreements

No oral agreement or conversation with any officer, agent, or employee of District, either before or after execution of Contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the Contract.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-7

1.4 Notice and Service Thereof

1.4.1 Any notice from one party to the other or otherwise under Contract shall be in writing and shall be dated and signed by the party giving notice or by a duly authorized representative of that party. Any notice shall not be effective for any purpose whatsoever unless served in one of the following manners:

1.4.1.1 If notice is given by personal delivery thereof, it shall be considered delivered on the day of delivery.

1.4.1.2 If notice is given by overnight delivery service, it shall be considered delivered one (1) day after date deposited, as indicated by the delivery service.

1.4.1.3 If notice is given by depositing same in United States mail, enclosed in a sealed envelope, it shall be considered delivered three (3) days after date deposited, as indicated by the postmarked date.

1.4.1.4 If notice is given by registered or certified mail with postage prepaid, return receipt requested, it shall be considered delivered on the day the notice is signed for.

1.4.1.5 Electronic mail may be used for convenience but is not a substitute for the notice and service requirements herein.

1.5 No Waiver

The failure of District in any one or more instances to insist upon strict performance of any of the terms of this Contract or to exercise any option herein conferred shall not be construed as a waiver or relinquishment to any extent of the right to assert or rely upon any such terms or option on any future occasion. No action or failure to act by the District, Architect, or Construction Manager shall constitute a waiver of any right or duty afforded the District under the Contract, nor shall any action or failure to act constitute an approval of or acquiescence in any breach thereunder, except as may be specifically agreed in writing

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-8

1.6 Substitutions for Specified Items

Unless the Special Conditions contain different provisions, Contractor shall not substitute different items for any items identified in the Contract Documents without prior written approval of the District.

1.7 Materials and Work

1.7.1 Except as otherwise specifically stated in this Contract, Contractor shall provide and pay for all materials, labor, tools, equipment, transportation, supervision, temporary constructions of every nature, and all other services, management, and facilities of every nature whatsoever necessary to execute and complete this Contract, in a good and workmanlike manner, within the Contract Time.

1.7.2 Unless otherwise specified, all materials shall be new and of the best quality of their respective kinds and grades as noted or specified, workmanship shall be of good quality, and Contractor shall use all diligence to inform itself fully as to the required manufacturer’s instructions and to comply therewith.

1.7.3 Materials shall be furnished in ample quantities and at such times as to insure uninterrupted progress of Work and shall be stored properly and protected from the elements, theft, vandalism, or other loss or damage as required.

1.7.4 For all materials and equipment specified or indicated in the Drawings, the Contractor shall provide all labor, materials, equipment, and services necessary for complete assemblies and complete working systems, functioning as intended. Incidental items not indicated on Drawings, nor mentioned in the Specifications, that can legitimately and reasonably be inferred to belong to the Work described, or be necessary in good practice to provide a complete assembly or system, shall be furnished as though itemized here in every detail. In all instances, material and equipment shall be installed in strict accordance with each manufacturer’s most recent published recommendations and specifications.

1.7.5 Contractor shall, after award of Contract by District and after relevant submittals have been approved, place orders for materials and/or equipment as specified so that delivery of same may be made without delays to the Work. Contractor shall, upon demand from District, present documentary evidence showing that orders have been placed.

1.7.6 District reserves the right but has no obligation, in response to Contractor’s neglect or failure in complying with the above instructions, to place orders for such materials and/or equipment as the District may deem advisable in order that the Work may be completed at the date specified in the Agreement, and all expenses incidental to the procuring of said materials and/or equipment shall be paid for by Contractor or deducted from payment(s) to Contractor.

1.7.7 Contractor warrants good title to all material, supplies, and equipment installed or incorporated in Work and agrees upon completion of all Work to deliver the Site to District, together with all improvements and appurtenances constructed or placed thereon by it, and free from any claims, liens, or charges. Contractor

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-9

further agrees that neither it nor any person, firm, or corporation furnishing any materials or labor for any work covered by the Contract shall have any right to lien any portion of the Premises or any improvement or appurtenance thereon, except that Contractor may install metering devices or other equipment of utility companies or of political subdivision, title to which is commonly retained by utility company or political subdivision. In the event of installation of any such metering device or equipment, Contractor shall advise District as to owner thereof.

1.7.7.1 If a lien or a claim based on a stop payment notice of any nature should at any time be filed against the Work or any District property, by any entity that has supplied material or services at the request of the Contractor, Contractor and Contractor’s Surety shall promptly, on demand by District and at Contractor’s and Surety’s own expense, take any and all action necessary to cause any such lien or a claim based on a stop payment notice to be released or discharged immediately therefrom.

1.7.7.2 If the Contractor fails to furnish to the District within ten (10) calendar days after demand by the District, satisfactory evidence that a lien or a claim based on a stop payment notice has been so released, discharged, or secured, the District may discharge such indebtedness and deduct the amount required therefor, together with any and all losses, costs, damages, and attorney’s fees and expense incurred or suffered by District from any sum payable to Contractor under the Contract.

1.7.8 Nothing contained in this Article, however, shall defeat or impair the rights of persons furnishing materials or labor under any bond given by Contractor for their protection or any rights under any law permitting such protection or any rights under any law permitting such persons to look to funds due Contractor in hands of District (e.g., stop payment notices), and this provision shall be inserted in all subcontracts and material contracts and notice of its provisions shall be given to all persons furnishing material for work when no formal contract is entered into for such material.

1.7.9 Title to new materials and/or equipment for the Work of this Contract and attendant liability for its protection and safety shall remain with Contractor until incorporated in the Work of this Contract and accepted by District. No part of any materials and/or equipment shall be removed from its place of storage except for immediate installation in the Work of this Contract. Should the District, in its discretion, allow the Contractor to store materials and/or equipment for the Work off-site, Contractor will store said materials and/or equipment at a bonded warehouse and with appropriate insurance coverage at no cost to District. Contractor shall keep an accurate inventory of all materials and/or equipment in a manner satisfactory to District or its authorized representative and shall, at the District’s request, forward it to the District.

2. [RESERVED]

3. ARCHITECT

3.1 The Architect shall represent the District during the Project and will observe the progress and quality of the Work on behalf of the District. Architect shall have the authority to act on behalf of District to the extent expressly provided in the Contract Documents and to the extent determined by District. Architect shall have authority to reject materials, workmanship, and/or the Work whenever rejection may be necessary, in Architect’s reasonable opinion, to insure the proper execution of the Contract.

3.2 Architect shall, with the District and on behalf of the District, determine the amount, quality, acceptability, and fitness of all parts of the Work, and interpret the Specifications, Drawings, and shall,

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-10

with the District, interpret all other Contract Documents.

3.3 Architect shall have all authority and responsibility established by law, including title 24 of the California Code of Regulations.

3.4 Contractor shall provide District and the Construction Manager with a copy of all written communication between Contractor and Architect at the same time as that communication is made to Architect, including, without limitation, all RFIs, correspondence, submittals, claims, and proposed change orders.

4. CONSTRUCTION MANAGER

4.1 If a Construction Manager is used on this Project (“Construction Manager” or “CM”), the Construction Manager will provide administration of the Contract on the District's behalf. After execution of the Contract and Notice to Proceed, all correspondence and/or instructions from Contractor and/or District shall be forwarded through the Construction Manager. The Construction Manager will not be responsible for and will not have control or charge of construction means, methods, techniques, sequences, or procedures or for safety precautions in connection with the Work, which shall all remain the Contractor’s responsibility.

4.2 The Construction Manager, however, will have authority to reject materials and/or workmanship not conforming to the Contract Documents, as determined by the District, the Architect, and/or the Project Inspector. The Construction Manager shall also have the authority to require special inspection or testing of any portion of the Work, whether it has been fabricated, installed, or fully completed. Any decision made by the Construction Manager, in good faith, shall not give rise to any duty or responsibility of the Construction Manager to: the Contractor; any Subcontractor; the Contractor or Subcontractor’s respective agents, employees; or other persons performing any of the Work. The Construction Manager shall have free access to any or all parts of Work at any time.

4.3 If the District does not use a Construction Manager on this Project, all references to Construction Manager or CM shall be read as District.

5. INSPECTOR, INSPECTIONS, AND TESTS

5.1 Project Inspector

5.1.1 One or more Project Inspector(s), including special Project Inspector(s), as required, will be assigned to the Work by District, in accordance with requirements of title 24, part 1, of the California Code of Regulations, to enforce the building code and monitor compliance with Plans and Specifications for the Project Previously approved by the DSA. Duties of Project Inspector(s) are specifically defined in section 4-342 of said part 1 of title 24.

5.1.2 No Work shall be carried on except with the knowledge and under the inspection of the Project Inspector(s). The Project Inspector(s) shall have free access to any or all parts of Work at any time. Contractor shall furnish Project Inspector(s) reasonable opportunities for obtaining such information as may be necessary to keep Project Inspector(s) fully informed respecting progress and manner of work and character of materials, including, but not limited to, submission of form DSA 156 (or the most current version applicable at the time the Work is performed) to the Project Inspector at least 48 hours in advance of the commencement and completion of construction of each and every aspect of the Work. Forms are available on the DSA’s website at: http://www.dgs.ca.gov/dsa/Forms.aspx. Inspection of Work shall not

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-11

relieve Contractor from an obligation to fulfill this Contract. Project Inspector(s) and the DSA are authorized to suspend work whenever the Contractor and/or its Subcontractor(s) are not complying with the Contract Documents. Any work stoppage by the Project Inspector(s) and/or DSA shall be without liability to the District. Contractor shall instruct its Subcontractors and employees accordingly.

5.1.3 If Contractor and/or any Subcontractor requests that the Project Inspector(s) perform any inspection off-site, this shall only be done if it is allowable pursuant to applicable regulations and DSA approval, if the Project Inspector(s) agree to do so, and at the expense of the Contractor.

5.2 Tests and Inspections

5.2.1 Tests and Inspections shall comply with title 24, part 1, California Code of Regulations, group 1, article 5, section 4-335, and with the provisions of the Specifications.

5.2.2 The District will select an independent testing laboratory to conduct the tests. Selection of the materials required to be tested shall be by the laboratory or the District's representative and not by the Contractor. The Contractor shall notify the District's representative a sufficient time in advance of its readiness for required observation or inspection.

5.2.3 The Contractor shall notify the District's representative a sufficient time in advance of the manufacture of material to be supplied under the Contract Documents, which must by terms of the Contract Documents be tested, in order that the District may arrange for the testing of same at the source of supply. This notice shall be provided, at a minimum, seventy-two (72) hours prior to the manufacture of the material that needs to be tested.

5.2.4 Any material shipped by the Contractor from the source of supply prior to having satisfactorily passed such testing and inspection or prior to the receipt of notice from said representative that such testing and inspection will not be required, shall not be incorporated into and/or onto the Project.

The District will select the testing laboratory and pay for the cost of all tests and inspections. Contractor shall reimburse the District for any and all laboratory costs or other testing costs for any materials found to be not in compliance with the Contract Documents. At the District’s discretion, District may elect to deduct laboratory or other testing costs for noncompliant materials from the Contract Price, and such deduction shall not constitute a withholding.

5.3 Costs for After Hours and/or Off Site Inspections If the Contractor performs Work outside the Inspector’s regular working hours or requests the Inspector to perform inspections off Site, costs of any inspections required outside regular working hours or off Site shall be borne by the Contractor and may be invoiced to the Contractor by the District or the District may deduct those expenses from the next Progress Payment. 6. CONTRACTOR Contractor shall construct and complete, in a good and workmanlike manner, the Work for the Contract Price

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-12

including any adjustment(s) to the Contract Price pursuant to provisions herein regarding changes to the Contract Price. Except as otherwise noted, Contractor shall provide and pay for all labor, materials, equipment, permits (excluding DSA), fees, licenses, facilities, transportation, taxes, bonds and insurance, and services necessary for the proper execution and completion of the Work, except as indicated herein.

6.1 Status of Contractor

6.1.1 Contractor is and shall at all times be deemed to be an independent contractor and shall be wholly responsible for the manner in which it and its Subcontractors perform the services required of it by the Contract Documents. Nothing herein contained shall be construed as creating the relationship of employer and employee, or principal and agent, between the District, or any of the District's employees or agents, and Contractor or any of Contractor’s Subcontractors, agents or employees. Contractor assumes exclusively the responsibility for the acts of its agents, and employees as they relate to the services to be provided during the course and scope of their employment. Contractor, its Subcontractors, agents, and its employees shall not be entitled to any rights or privileges of District employees. District shall be permitted to monitor the Contractor’s activities to determine compliance with the terms of this Contract.

6.1.2 As required by law, Contractor and all Subcontractors shall be properly licensed and regulated by the Contractors State License Board, 9821 Business Park Drive, Sacramento, California 95827, http://www.cslb.ca.gov.

6.1.3 As required by law, Contractor and all Subcontractors shall be properly registered as public works contractors by the Department of Industrial Relations at: https://efiling.dir.ca.gov/PWCR/ActionServlet?action=displayPWCRegistrationForm or current URL.

6.2 Contractor represents that it has no existing interest and will not acquire any interest, direct or

indirect, which could conflict in any manner or degree with the performance of Work required under this Contract and that no person having any such interest shall be employed by Contractor.Project Inspection Card(s)

Contractor shall verify that forms DSA 152 (or the current version applicable at the time the Work is performed) are issued for the Project prior to the commencement of construction.

6.3 Contractor’s Supervision

6.3.1 During progress of the Work, Contractor shall keep on the Premises, and at all other locations where any Work related to the Contract is being performed, an experienced and competent project manager and construction superintendent who are employees of the Contractor, to whom the District does not object and at least one of whom shall be fluent in English, written and verbal.

6.3.2 The project manager and construction superintendent shall both speak fluently the predominant language of the Contractor’s employees.

6.3.3 Before commencing the Work herein, Contractor shall give written notice to District of the name of its project manager and construction superintendent. Neither the Contractor’s project manager nor construction superintendent shall be changed except with prior written notice to District. If the Contractor’s project manager and/or construction superintendent proves to be unsatisfactory to

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-13

Contractor, or to District, any of the District's employees, agents, the Construction Manager, or the Architect, Contractor shall notify District in writing before any change occurs, but no less than two (2) business days prior. Any replacement of the project manager and/or construction superintendent shall be made promptly and must be satisfactory to the District. The Contractor’s project manager and construction superintendent shall each represent Contractor, and all directions given to Contractor’s project manager and/or construction superintendent shall be as binding as if given to Contractor.

6.3.4 Contractor shall give efficient supervision to Work, using its best skill and attention. Contractor shall carefully study and compare all Contract Documents, Drawings, Specifications, and other instructions and shall at once report to District, Construction Manager, and Architect any error, inconsistency, or omission that Contractor or its employees and Subcontractors may discover, in writing, with a copy to District's Project Inspector(s). The Contractor shall have responsibility for discovery of errors, inconsistencies, or omissions.

6.4 Duty to Provide Fit Workers

6.4.1 Contractor and Subcontractor(s) shall at all times enforce strict discipline and good order among their employees and shall not employ or work any unfit person or anyone not skilled in work assigned to that person. It shall be the responsibility of Contractor to ensure compliance with this requirement. District may require Contractor to permanently remove unfit persons from Project Site.

6.4.2 Any person in the employ of Contractor or Subcontractor(s) whom District may deem incompetent or unfit shall be excluded from working on the Project and shall not again be employed on the Project except with the prior written consent of District. The Contractor shall furnish labor that can work in harmony with all other elements of labor employed or to be employed in the Work.

6.4.3 If Contractor intends to make any change in the name or legal nature of the Contractor’s entity, Contractor must first notify the District in writing prior to making any contemplated change. The District shall determine in writing if Contractor’s intended change is permissible while performing this Contract.

6.5 Field Office

6.5.1 Contractor shall provide a temporary office on the Work Site for the District’s use exclusively, during the term of the Contract.

6.6 Purchase of Materials and Equipment

The Contractor is required to order, obtain, and store materials and equipment sufficiently in advance of its Work at no additional cost or advance payment from District to assure that there will be no delays.

6.7 Documents on Work

6.7.1 Contractor shall at all times keep on the Work Site, or at another location as the District may authorize in writing, one legible copy of all Contract Documents, including Addenda and Change Orders, and Titles 19 and 24 of the California Code of Regulations, the specified edition(s) of the Uniform Building

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-14

Code, all approved Drawings, Plans, Schedules, and Specifications, and all codes and documents referred to in the Specifications, and made part thereof. These documents shall be kept in good order and available to District, Construction Manager, Architect, Architect’s representatives, the Project Inspector(s), and all authorities having jurisdiction. Contractor shall be acquainted with and comply with the provisions of these titles as they relate to this Project. (See particularly the duties of Contractor, Title 24, Part 1, California Code of Regulations, section 4-343.) Contractor shall also be acquainted with and comply with all California Code of Regulations provisions relating to conditions on this Project, particularly Titles 8 and 17. Contractor shall coordinate with Architect and Construction Manager and shall submit its verified report(s) according to the requirements of Title 24.

6.7.2 Daily Job Reports.

6.7.2.1 Contractor shall maintain, at a minimum, at least one (1) set of Daily Job Reports on the Project. These must be prepared by the Contractor's employee(s) who are present on Site, and must include, at a minimum, the following information:

6.7.2.1.1 A brief description of all Work performed on that day. 6.7.2.1.2 A summary of all other pertinent events and/or occurrences on that day. 6.7.2.1.3 The weather conditions on that day. 6.7.2.1.4 A list of all Subcontractor(s) working on that day, including DIR registration

numbers. 6.7.2.1.5 A list of each Contractor employee working on that day and the total hours

worked for each employee. 6.7.2.1.6 A complete list of all equipment on Site that day, whether in use or not. 6.7.2.1.7 A complete list of all materials, supplies, and equipment delivered on that

day. 6.7.2.1.8 A complete list of all inspections and tests performed on that day.

6.7.2.2 Each day Contractor shall provide a copy of the previous day’s Daily Job Report to the District or the Construction Manager.

6.8 Preservation of Records

Contractor shall maintain, and District shall have the right to inspect, Contractor’s financial records for the Project, including, without limitation, Job Cost Reports for the Project in compliance with the criteria set forth herein. The District shall have the right to examine and audit all Daily Job Reports or other Project records of Contractor’s project manager(s), project superintendent(s), and/or project foreperson(s), all certified payroll records and/or related documents including, without limitation, Job Cost Reports, payroll, payment, timekeeping and tracking documents; all books, estimates, records, contracts, documents, bid documents, bid cost data, subcontract job cost reports, and other data of the Contractor, any Subcontractor, and/or supplier, including computations and projections related to bidding, negotiating, pricing, or performing the Work or Contract modification, in order to evaluate the accuracy, completeness, and currency of the cost, manpower, coordination, supervision, or pricing data at no additional cost to the District. These documents may be duplicative and/or be in addition to any Bid Documents held in escrow by the District. The Contractor shall make available at its office at all reasonable times the materials described in this paragraph for the examination, audit, or reproduction until three (3) years after final payment under this Contract. Notwithstanding the provisions above, Contractor shall provide any records requested by any governmental agency, if available, after the time set forth above.

6.9 Integration of Work

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-15

6.9.1 Contractor shall do all cutting, fitting, patching, and preparation of Work as required to make its several parts come together properly, to fit it to receive or be received by work of other contractors, and to coordinate tolerances to various pieces of work, showing upon, or reasonably implied by, the Drawings and Specifications for the completed structure, and shall conform them as District and/or Architect may direct.

6.9.2 Contractor shall make its own layout of lines and elevations and shall be responsible for the accuracy of both Contractor’s and Subcontractors' work resulting therefrom.

6.9.3 Contractor and all Subcontractors shall take all field dimensions required in performance of the Work, and shall verify all dimensions and conditions on the Site. All dimensions affecting proper fabrication and installation of all Work must be verified prior to fabrication by taking field measurements of the true conditions. If there are any discrepancies between dimensions in drawings and existing conditions which will affect the Work, Contractor shall bring such discrepancies to the attention of the District and Architect for adjustment before proceeding with the Work. In doing so, it is recognized that Contractor is not acting in the capacity of a licensed design professional, and that Contractor’s examination is made in good faith to facilitate construction and does not create an affirmative responsibility to detect errors, omissions or inconsistencies in the Contract Documents or to ascertain compliance with applicable laws, building codes or regulations. Following receipt of written notice from Contractor, the District and/or Architect shall inform Contractor what action, if any, Contractor shall take with regard to such discrepancies.

6.9.4 All costs caused by noncompliant, defective, or delayed Work shall be borne by Contractor, inclusive of repair work.

6.9.5 Contractor shall not endanger any work performed by it or anyone else by cutting, excavating, or otherwise altering work and shall not cut or alter work of any other contractor except with consent of District.

6.10 Notifications

6.10.1 Contractor shall notify the Architect and Project Inspector, in writing, of the commencement of construction of each and every aspect of the Work at least 48 hours in advance by submitting form DSA 156 (or the most current version applicable at the time the Work is performed) to the Project Inspector. Forms are available on the DSA’s website at: http://www.dgs.ca.gov/dsa/Forms.aspx.

6.10.2 Contractor shall notify the Architect and Project Inspector, in writing, of the completion of construction of each and every aspect of the Work at least 48 hours in advance by submitting form DSA 156 (or current version) to the Project Inspector.

6.11 Obtaining of Permits, Licenses and Registrations

Contractor shall secure and pay for all permits (except DSA), licenses, registrations, approvals and certificates necessary for prosecution of Work, including but not limited to those listed in the Special Conditions, if any, before the date of the commencement of the Work or before the permits, licenses, registrations, approvals and certificates are legally required to continue the Work without interruption. The Contractor shall obtain and pay, only when legally required, for all licenses, registrations, approvals, permits, inspections, and inspection certificates required to be obtained from or issued by any authority having jurisdiction over any

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-16

part of the Work included in the Contract. All final permits, licenses, registrations, approvals and certificates shall be delivered to District before demand is made for final payment.

6.12 Royalties and Patents

6.12.1 Contractor shall obtain and pay, only when legally required, all royalties and license fees necessary for prosecution of Work before the earlier of the date of the commencement of the Work or the date that the license is legally required to continue the Work without interruption. Contractor shall defend suits or claims of infringement of patent, copyright, or other rights and shall hold the District, the Architect, and the Construction Manager harmless and indemnify them from loss on account thereof except when a particular design, process, or make or model of product is required by the Contract Documents. However, if the Contractor has reason to believe that the required design, process, or product is an infringement of a patent or copyright, the Contractor shall indemnify and defend the District, Architect and Construction Manager against any loss or damage unless the Contractor promptly informs the District of its information.

6.12.2 The review by the District or Architect of any method of construction, invention, appliance, process, article, device, or material of any kind shall be only its adequacy for the Work and shall not approve use by the Contractor in violation of any patent or other rights of any person or entity.

6.13 Work to Comply With Applicable Laws and Regulations

6.13.1 Contractor shall give all notices and comply with the following specific laws, ordinances, rules, and regulations and all other applicable laws, ordinances, rules, and regulations bearing on conduct of Work as indicated and specified, including but not limited to the appropriate statutes and administrative code sections. If Contractor observes that Drawings and Specifications are at variance therewith, or should Contractor become aware of the development of conditions not covered by Contract Documents that may result in finished Work being at variance therewith, Contractor shall promptly notify District in writing and any changes deemed necessary by District shall be made as provided in Contract for changes in Work.

6.13.1.1 National Electrical Safety Code, U. S. Department of Commerce

6.13.1.2 National Board of Fire Underwriters’ Regulations

6.13.1.3 International Building Code, latest addition, and the California Code of Regulations, title 24, and other amendments

6.13.1.4 Manual of Accident Prevention in Construction, latest edition, published by A.G.C. of America

6.13.1.5 Industrial Accident Commission’s Safety Orders, State of California

6.13.1.6 Regulations of the State Fire Marshall (title 19, California Code of Regulations) and Pertinent Local Fire Safety Codes

6.13.1.7 Americans with Disabilities Act

6.13.1.8 Education Code of the State of California

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-17

6.13.1.9 Government Code of the State of California

6.13.1.10 Labor Code of the State of California, division 2, part 7, Public Works and Public Agencies

6.13.1.11 Public Contract Code of the State of California

6.13.1.12 California Art Preservation Act

6.13.1.13 U. S. Copyright Act

6.13.1.14 U. S. Visual Artists Rights Act

6.13.2 Contractor shall comply with all applicable mitigation measures, if any, adopted by any public agency with respect to this Project pursuant to the California Environmental Quality Act (Public Resources Code section 21000 et seq.).

6.13.3 If Contractor performs any Work that it knew, or through exercise of reasonable care should have known, to be contrary to any applicable laws, ordinance, rules, or regulations, Contractor shall bear all costs arising therefrom and arising from the correction of said Work.

6.13.4 Where Specifications or Drawings state that materials, processes, or procedures must be approved by the DSA, State Fire Marshall, or other body or agency, Contractor shall be responsible for satisfying requirements of such bodies or agencies applicable at the time the Work is performed, and as determined by those bodies or agencies.

6.14 Safety/Protection of Persons and Property

6.14.1 The Contractor will be solely and completely responsible for conditions of the Work Site, including safety of all persons and property during performance of the Work. This requirement will apply continuously and not be limited to normal working hours.

6.14.2 The wearing of hard hats will be mandatory at all times for all personnel on Site. Contractor shall supply sufficient hard hats to properly equip all employees and visitors.

6.14.3 Any construction review of the Contractor’s performance is not intended to include review of the adequacy of the Contractor’s safety measures in, on, or near the Work Site.

6.14.4 Implementation and maintenance of safety programs shall be the sole responsibility of the Contractor.

6.14.5 The Contractor shall furnish to the District a copy of the Contractor's safety plan within the time frame indicated in the Contract Documents and specifically adapted for the Project.

6.14.6 Contractor shall be responsible for all damages to persons or property that occur as a result of its fault or negligence in connection with the prosecution of this Contract and shall take all necessary measures and be responsible for the proper care and completion and final acceptance by District. All Work shall be solely at Contractor’s risk with the exception of damage to the Work caused by “acts of God” as defined in Public Contract Code section 7105. 6.14.7 Contractor shall take, and require Subcontractors to take, all necessary precautions for safety

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-18

of workers on the Project and shall comply with all applicable federal, state, local, and other safety laws, standards, orders, rules, regulations, and building codes to prevent accidents or injury to persons on, about, or adjacent to premises where Work is being performed and to provide a safe and healthful place of employment. Contractor shall furnish, erect, and properly maintain at all times, all necessary safety devices, safeguards, construction canopies, signs, nets, barriers, lights, and watchmen for protection of workers and the public and shall post danger signs warning against hazards created by such features in the course of construction.

6.14.8 Hazards Control – Contractor shall store volatile wastes in covered metal containers and remove them from the Site daily. Contractor shall prevent accumulation of wastes that create hazardous conditions. Contractor shall provide adequate ventilation during use of volatile or noxious substances.

6.14.9 Contractor shall designate a responsible member of its organization on the Project, whose duty shall be to post information regarding protection and obligations of workers and other notices required under occupational safety and health laws, to comply with reporting and other occupational safety requirements, and to protect the life, safety, and health of workers. Name and position of person so designated shall be reported to District by Contractor.

6.14.10 Contractor shall correct any violations of safety laws, rules, orders, standards, or regulations. Upon the issuance of a citation or notice of violation by the Division of Occupational Safety and Health, Contractor shall correct such violation promptly.

6.14.11 Contractor shall comply with any District storm water requirements that are approved by the District and applicable to the Project, at no additional cost to the District.

6.14.12 In an emergency affecting safety of life or of work or of adjoining property, Contractor, without special instruction or authorization, shall act, at its discretion, to prevent such threatened loss or injury. Any compensation claimed by Contractor on account of emergency work shall be determined by agreement.

6.14.13 All salvage materials will become the property of the Contractor and shall be removed from the Site unless otherwise called for in the Contract Documents. However, the District reserves the right to designate certain items of value that shall be turned over to the District unless otherwise directed by District.

6.14.14 All connections to public utilities and/or existing on-site services shall be made and maintained in such a manner as to not interfere with the continuing use of same by the District during the entire progress of the Work.

6.14.15 Contractor shall provide such heat, covering, and enclosures as are necessary to protect all Work, materials, equipment, appliances, and tools against damage by weather conditions, such as extreme heat, cold, rain, snow, dry winds, flooding, or dampness. 6.14.16 The Contractor shall protect and preserve the Work from all damage or accident, providing any temporary roofs, window and door coverings, boxings, or other construction as required by the Architect. The Contractor shall be responsible for existing structures, walks, roads, trees, landscaping, and/or improvements in working areas; and shall provide adequate protection therefore. If temporary removal is necessary of any of the above items, or damage occurs due to the Work, the Contractor shall replace same at his expense with same kind, quality, and size of Work or item damaged. This shall include

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-19

any adjoining property of the District and others.

6.14.17 Contractor shall take adequate precautions to protect existing roads, sidewalks, curbs, pavements, utilities, adjoining property, and structures (including, without limitation, protection from settlement or loss of lateral support), and to avoid damage thereto, and repair any damage thereto caused by construction operations.

6.14.18 Contractor shall confine apparatus, the storage of materials, and the operations of workers to limits indicated by law, ordinances, permits, or directions of Architect, and shall not interfere with the Work or unreasonably encumber Premises or overload any structure with materials. Contractor shall enforce all instructions of District and Architect regarding signs, advertising, fires, and smoking, and require that all workers comply with all regulations while on Project Site.

6.14.19 Contractor, Contractor’s employees, Subcontractors, Subcontractors’ employees, or any person associated with the Work shall conduct themselves in a manner appropriate for a school site. No verbal or physical contact with neighbors, students, and faculty, profanity, or inappropriate attire or behavior will be permitted. District may require Contractor to permanently remove non-complying persons from Project Site.

6.14.20 Contractor shall take care to prevent disturbing or covering any survey markers, monuments, or other devices marking property boundaries or corners. If such markers are disturbed, Contractor shall have a civil engineer, registered as a professional engineer in California, replace them at no cost to District.

6.14.21 In the event that the Contractor enters into any agreement with owners of any adjacent property to enter upon the adjacent property for the purpose of performing the Work, Contractor shall fully indemnify, defend, and hold harmless each person, entity, firm, or agency that owns or has any interest in adjacent property. The form and content of the agreement of indemnification shall be approved by the District prior to the commencement of any Work on or about the adjacent property. The Contractor shall also indemnify the District as provided in the indemnification provision herein. These provisions shall be in addition to any other requirements of the owners of the adjacent property.

6.15 Working Evenings and Weekends

Contractor may be required to work increased hours, evenings, and/or weekends at no additional cost to the District. Contractor shall give the District seventy-two (72) hours’ notice prior to performing any evening and/or weekend work. Contractor shall perform all evening and/or weekend work only upon District’s approval and in compliance with all applicable rules, regulations, laws, and local ordinances including, without limitation, all noise and light limitations. Contractor shall reimburse the District for any increased or additional Inspector charges as a result of Contractor’s increased hours, or evening and/or weekend work.

6.16 Cleaning Up

6.16.1 The Contractor shall provide all services, labor, materials, and equipment necessary for protecting and securing the Work, all school occupants, furnishings, equipment, and building structure from damage until its completion and final acceptance by District. Dust barriers shall be provided to isolate dust and dirt from construction operations. At completion of the Work and portions thereof, Contractor shall clean to the original state any areas beyond the Work area that become dust laden as a result of the Work. The Contractor must erect the necessary warning signs and barricades to ensure the safety of all school occupants. The Contractor at all times must maintain good housekeeping

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-20

practices to reduce the risk of fire damage and must make a fire extinguisher, fire blanket, and/or fire watch, as applicable, available at each location where cutting, braising, soldering, and/or welding is being performed or where there is an increased risk of fire.

6.16.2 Contractor at all times shall keep Premises, including property immediately adjacent thereto, free from debris such as waste, rubbish (including personal rubbish of workers, e.g., food wrappers, etc.), and excess materials and equipment caused by the Work. Contractor shall not leave debris under, in, or about the Premises (or surrounding property or neighborhood), but shall promptly remove same from the Premises on a daily basis. If Contractor fails to clean up, District may do so and the cost thereof shall be charged to Contractor. If Contract is for work on an existing facility, Contractor shall also perform specific clean-up on or about the Premises upon request by the District as it deems necessary for the continuing education process. Contractor shall comply with all related provisions of the Specifications.

6.16.3 If the Construction Manager, Architect, or District observes the accumulation of trash and debris, the District will give the Contractor a 24-hour written notice to mitigate the condition.

6.16.4 Should the Contractor fail to perform the required clean-up, or should the clean-up be deemed unsatisfactory by the District, the District will then perform the clean-up. All cost associated with the clean-up work (including all travel, payroll burden, and costs for supervision) will be deducted from the Contract Price, or District may withhold those amounts from payment(s) to Contractor.

7. SUBCONTRACTORS

7.1 Contractor shall provide the District with information for all Subcontracts as indicated in the Contractor’s Submittals and Schedules Section herein.

7.2 No contractual relationship exists between the District and any Subcontractor, supplier, or sub-subcontractor by reason of this Contract.

7.3 Contractor agrees to bind every Subcontractor by terms of this Contract as far as those terms that are applicable to Subcontractor’s work including, without limitation, all labor, wage & hour, apprentice and related provisions and requirements. If Contractor shall subcontract any part of this Contract, Contractor shall be as fully responsible to District for acts and omissions of any Subcontractor and of persons either directly or indirectly employed by any Subcontractor, including Subcontractor caused Project delays, as it is for acts and omissions of persons directly employed by Contractor. The divisions or sections of the Specifications and/or the arrangement of the drawings are not intended to control the Contractor in dividing the Work among Subcontractors or limit the work performed by any trade.

7.4 District's consent to, or approval of, or failure to object to, any Subcontractor under this Contract shall not in any way relieve Contractor of any obligations under this Contract and no such consent shall be deemed to waive any provisions of this Contract.

7.5 Contractor is directed to familiarize itself with sections 4100 through 4114 of the Public Contract Code of the State of California, as regards subletting and subcontracting, and to comply with all applicable requirements therein. In addition, Contractor is directed to familiarize itself with sections 1720 through 1861 of the Labor Code of the State of California, as regards the payment of prevailing wages and related issues, and to comply with all applicable requirements therein including, without limitation, section 1775 and the Contractor’s and Subcontractors’ obligations and liability for violations of prevailing wage law and other applicable laws.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-21

7.6 No Contractor whose Bid is accepted shall, without consent of the awarding authority and in full compliance with section 4100 et seq. of the Public Contract Code, including, without limitation, sections 4107, 4107.5, and 4109 of the Public Contract Code, and section 1771.1 of the Labor Code, either:

7.6.1 Substitute any person as a Subcontractor in place of the Subcontractor designated in the original Bid; or

7.6.2 Permit any Subcontract to be assigned or transferred, or allow any portion of the Work to be performed by anyone other than the original Subcontractor listed in the Bid; or

7.6.3 Sublet or subcontract any portion of the Work in excess of one-half of one percent (0.5%) of the Contractor’s total bid as to which his original bid did not designate a Subcontractor.

7.7 The Contractor shall be responsible for the coordination of the trades, Subcontractors, sub-subcontractors, and material or equipment suppliers working on the Project.

7.7.1 If the Contract is valued at $1 million or more and uses, or plans to use, state bond funds, then Contractor is responsible for ensuring that first tier Subcontractors holding C-4, C-7, C-10, C-16, C-20, C-34, C-36, C-38, C-42, C-43, and/or C-46 licenses are prequalified by the District to work on the Project pursuant to Public Contract Code section 20111.6.

7.8 Contractor is responsible for ensuring that all Subcontractors are properly registered as public works contractors by the Department of Industrial Relations. 7.9 Contractor is solely responsible for settling any differences between the Contractor and its Subcontractor(s) or between Subcontractors.

7.10 Contractor must include in all of its subcontracts the assignment provisions as indicated in the Termination section of these General Conditions.

8. OTHER CONTRACTS/CONTRACTORS

8.1 District reserves the right to let other contracts, and/or to perform work with its own forces, in connection with the Project. Contractor shall afford other contractors reasonable opportunity for introduction and storage of their materials and execution of their work and shall properly coordinate and connect Contractor’s Work with the work of other contractors.

8.2 In addition to Contractor’s obligation to protect its own Work, Contractor shall protect the work of any other contractor that Contractor encounters while working on the Project.

8.3 If any part of Contractor’s Work depends for proper execution or results upon work of District or any other contractor, the Contractor shall inspect and, before proceeding with its Work, promptly report to the District in writing any defects in District’s or any other contractor’s work that render Contractor’s Work unsuitable for proper execution and results. Contractor shall be held accountable for damages to District for District’s or any other contractor’s work that Contractor failed to inspect or should have inspected.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-22

Contractor’s failure to inspect and report shall constitute Contractor’s acceptance of all District’s or any other contractor’s work as fit and proper for reception of Contractor’s Work, except as to defects that may develop in District’s or any other contractor’s work after execution of Contractor’s Work and not caused by execution of Contractor’s Work.

8.4 To ensure proper execution of its subsequent work, Contractor shall measure and inspect work already in place and shall at once report to the District in writing any discrepancy between that executed work and the Contract Documents.

8.5 Contractor shall ascertain to its own satisfaction the scope of the Project and nature of District’s or any other contracts that have been or may be awarded by District in prosecution of the Project to the end that Contractor may perform this Contract in light of the other contracts, if any.

8.6 Nothing herein contained shall be interpreted as granting to Contractor exclusive occupancy of the Site, the Premises, or of the Project. Contractor shall not cause any unnecessary hindrance or delay to the use and/or school operation(s) of the Premises and/or to District or any other contractor working on the Project. If simultaneous execution of any contract or school operation is likely to cause interference with performance of Contractor’s Contract, Contractor shall coordinate with those contractor(s), person(s), and/or entity(s) and shall notify the District of the resolution.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-23

9. DRAWINGS AND SPECIFICATIONS

9.1 A complete list of all Drawings that form a part of the Contract is to be found as an index on the Drawings themselves, and/or may be provided to the Contractor and/or in the Table of Contents.

9.2 Materials or Work described in words that so applied have a well-known technical or trade meaning shall be deemed to refer to recognized standards, unless noted otherwise.

9.3 Trade Name or Trade Term. It is not the intention of this Contract to go into detailed descriptions of any materials and/or methods commonly known to the trade under “trade name” or “trade term.” The mere mention or notation of “trade name” or “trade term” shall be considered a sufficient notice to Contractor that it will be required to complete the work so named, complete, finished, and operable, with all its appurtenances, according to the best practices of the trade.

9.4 The naming of any material and/or equipment shall mean furnishing and installing of same, including all incidental and accessory items thereto and/or labor therefor, as per best practices of the trade(s) involved, unless specifically noted otherwise.

9.5 Contract Documents are complementary, and what is called for by one shall be binding as if called for by all. As such, Drawings and Specifications are intended to be fully cooperative and to agree. However, if Contractor observes that Drawings and Specifications are in conflict with the Contract Documents, Contractor shall promptly notify District and Architect in writing, and any necessary changes shall be made as provided in the Contract Documents.

9.6 In the case of discrepancy or ambiguity in the Contract Documents, the order of precedence in the Agreement shall prevail. However, in the case of discrepancy or ambiguity solely between and among the Drawings and Specifications, the discrepancy or ambiguity shall be resolved in favor of the interpretation that will provide District with the functionally complete and operable Project described in the Drawings and Specifications. In case of ambiguity, conflict, or lack of information, District will furnish clarifications with reasonable promptness.

9.7 Drawings and Specifications are intended to comply with all laws, ordinances, rules, and regulations of constituted authorities having jurisdiction, and where referred to in the Contract Documents, the laws, ordinances, rules, and regulations shall be considered as a part of the Contract within the limits specified. Contractor shall bear all expense of correcting work done contrary to said laws, ordinances, rules, and regulations.

9.8 As required by Section 4-317(c), Part 1, Title 24, CCR: “Should any existing conditions such as deterioration or non-complying construction be discovered which is not covered by the DSA-approved documents wherein the finished work will not comply with Title 24, California Code of Regulations, a construction change document, or a

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-24

separate set of plans and specifications, detailing and specifying the required repair work shall be submitted to and approved by DSA before proceeding with the repair work.”

9.9 Ownership of Drawings

All copies of Plans, Drawings, Designs, Specifications, and copies of other incidental architectural and engineering work, or copies of other Contract Documents furnished by District, are the property of District. They are not to be used by Contractor in other work and, with the exception of signed sets of Contract Documents, are to be returned to District on request at completion of Work, or may be used by District as it may require without any additional costs to District. Neither the Contractor nor any Subcontractor, or material or equipment supplier shall own or claim a copyright in the Drawings, Specifications, and other documents prepared by the Architect. District hereby grants the Contractor, Subcontractors, sub-subcontractors, and material or equipment suppliers a limited license to use applicable portions of the Drawings prepared for the Project in the execution of their Work under the Contract Documents.

10. CONTRACTOR’S SUBMITTALS AND SCHEDULES

Contractor’s submittals shall comply with the provisions and requirements of the Specifications including, without limitation Submittals.

10.1 Schedule of Work, Schedule of Submittals, and Schedule of Values

10.1.1 Within TEN (10) calendar days after the date of the Notice to Proceed (unless otherwise specified in the Specifications), the Contractor shall prepare and submit to the District for review, in a form supported by sufficient data to substantiate its accuracy as the District may require:

10.1.1.1 Preliminary Schedule. A preliminary schedule of construction indicating the starting and completion dates of the various stages of the Work, including any information and following any form as may be specified in the Specifications. Once approved by District, this shall become the Construction Schedule. This schedule shall include and identify all tasks that are on the Project’s critical path with a specific determination of the start and completion of each critical path task as well as all Contract milestones and each milestone’s completion date(s) as may be required by the District.

10.1.1.1.1 The District is not required to approve a preliminary schedule of construction with early completion, i.e., one that shows early completion dates for the Work and/or milestones. Contractor shall not be entitled to extra compensation if the District approves a Construction Schedule with an early completion date and Contractor completes the Project beyond the date shown in the schedule but within the Contract Time. A Construction Schedule showing the Work completed in less than the Contract Time, the time between the early completion date and the end of the Contract Time shall be Float.

10.1.1.2 Preliminary Schedule of Values. A preliminary schedule of values for all of the Work, which must include quantities and prices of items aggregating the Contract Price and must subdivide the Work into component parts in sufficient

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-25

detail to serve as the basis for progress payments during construction. Unless the Special Conditions contain different limits, this preliminary schedule of values shall include, at a minimum, the following information and the following structure:

10.1.1.2.1 Divided into at least the following categories:

10.1.1.2.1.1 Overhead and profit; 10.1.1.2.1.2 Supervision; 10.1.1.2.1.3 General conditions; 10.1.1.2.1.4 Layout; 10.1.1.2.1.5 Mobilization; 10.1.1.2.1.6 Submittals; 10.1.1.2.1.7 Bonds and insurance; 10.1.1.2.1.8 Close-out/Certification documentation; 10.1.1.2.1.9 Demolition; 10.1.1.2.1.10 Installation; 10.1.1.2.1.11 Rough-in; 10.1.1.2.1.12 Finishes; 10.1.1.2.1.13 Testing; 10.1.1.2.1.14 Punchlist and District acceptance.

10.1.1.2.2 And also divided by each of the following areas:

10.1.1.2.2.1 Site work; 10.1.1.2.2.2 By each building; 10.1.1.2.2.3 By each floor.

10.1.1.2.3 The preliminary schedule of values shall not provide for values any greater than the following percentages of the Contract value:

10.1.1.2.3.1 Mobilization and layout combined to equal not more than 1%; 10.1.1.2.3.2 Submittals, samples and shop drawings combined to equal not more than 3%; 10.1.1.2.3.3 Bonds and insurance combined to equal not more than 2%.

10.1.1.2.4 Closeout documentation shall have a value in the preliminary schedule of not less than 5%.

10.1.1.2.5 Notwithstanding any provision of the Contract Documents to the contrary, payment of the Contractor's overhead, supervision, general conditions costs, and profit, as reflected in the Cost Breakdown, shall be paid based on percentage complete, with the disbursement of Progress Payments and the Final Payment.

10.1.1.2.6 Contractor shall certify that the preliminary schedule of values as submitted to the District is accurate and reflects the costs as developed in preparing Contractor’s bid. For example, without limiting the foregoing,

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-26

Contractor shall not “front-load” the preliminary schedule of values with dollar amounts greater than the value of activities performed early in the Project.

10.1.1.2.7 The preliminary schedule of values shall be subject to the District's review and approval of the form and content thereof. In the event that the District objects to any portion of the preliminary schedule of values, the District shall notify the Contractor, in writing, of the District's objection(s) to the preliminary schedule of values. Within five (5) calendar days of the date of the District's written objection(s), Contractor shall submit a revised preliminary schedule of values to the District for review and approval. The foregoing procedure for the preparation, review and approval of the preliminary schedule of values shall continue until the District has approved the entirety of the preliminary schedule of values.

10.1.1.2.8 Once the preliminary schedule of values is approved by the District, this shall become the Schedule of Values. The Schedule of Values shall not be thereafter modified or amended by the Contractor without the prior consent and approval of the District, which may be granted or withheld in the sole discretion of the District.

10.1.1.3 Preliminary Schedule of Submittals. A preliminary schedule of submittals, including Shop Drawings, Product Data, and Samples submittals. Once approved by District, this shall become the Submittal Schedule. All submittals shall be forwarded to the District by the date indicated on the approved Submittal Schedule, unless an earlier date is necessary to maintain the Construction Schedule, in which case those submittals shall be forwarded to the District so as not to delay the Construction Schedule. Upon request by the District, Contractor shall provide an electronic copy of all submittals to the District. All submittals shall be submitted no later than 90 days after the Notice to Proceed.

10.1.1.4 Safety Plan. Contractor’s Safety Plan specifically adapted for the Project. Contractor's Safety Plan shall comply with the following requirements:

10.1.1.4.1 All applicable requirements of California Division of Occupational Safety and Health (“CalOSHA”) and/or of the United States Occupational Safety and Health Administration (“OSHA”).

10.1.1.4.2 All provisions regarding Project safety, including all applicable provisions in these General Conditions.

10.1.1.4.3 Contractor’s Safety Plan shall be in English and in the language(s) of the Contractor’s and its Subcontractors’ employees.

10.1.1.5 Complete Registered Subcontractors List. The name, address, telephone number, facsimile number, California State Contractors License number, classification, DIR registration number and monetary value of all Subcontracts of any tier for parties furnishing labor, material, or equipment for completion of the Project.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-27

10.1.2 Contractor must provide all schedules both in hard copy and electronically, in a format (e.g., Microsoft Project or Primavera) approved in advance by the District.

10.1.3 The District will review the schedules submitted and the Contractor shall make changes and corrections in the schedules as requested by the District and resubmit the schedules until approved by the District.

10.1.4 The District shall have the right at any time to revise the schedule of values if, in the District's sole opinion, the schedule of values does not accurately reflect the value of the Work performed.

10.1.5 All submittals and schedules must be approved by the District before Contractor can rely on them as a basis for payment.

10.2 Monthly Progress Schedule(s)

10.2.1 Contractor shall provide Monthly Progress Schedule(s) to the District. A Monthly Progress Schedule shall update the approved Construction Schedule or the last Monthly Progress Schedule, showing all work completed and to be completed as well as updating the Registered Subcontractors List. The monthly Progress Schedule shall be sent within the timeframe requested by the District and shall be in a format acceptable to the District and contain a written narrative of the progress of work that month and any changes, delays, or events that may affect the work. The process for District approval of the Monthly Progress Schedule shall be the same as the process for approval of the Construction Schedule.

10.2.2 Contractor shall submit Monthly Progress Schedule(s) with all payment applications.

10.2.3 Contractor must provide all schedules both in hard copy and electronically, in a format (e.g., Microsoft Project or Primavera) approved in advance by the District.

10.2.4 The District will review the schedules submitted and the Contractor shall make changes and corrections in the schedules as requested by the District and resubmit the schedules until approved by the District.

10.2.5 The District shall have the right at any time to revise the schedule of values if, in the District’s sole opinion, the schedule of values does not accurately reflect the value of the Work performed.

10.2.6 All submittals and schedules must be approved by the District before Contractor can rely on them as a basis for payment.

10.3 Material Safety Data Sheets (MSDS)

Contractor is required to ensure Material Safety Data Sheets are available in a readily accessible place at the Work Site for any material requiring a Material Safety Data Sheet per the federal “Hazard Communication” standard, or employees’ “right to know” law. The Contractor is also required to ensure proper labeling on substances brought onto the

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-28

job site and that any person working with the material or within the general area of the material is informed of the hazards of the substance and follows proper handling and protection procedures. Two additional copies of the Material Safety Data Sheets shall also be submitted directly to the District.

11. SITE ACCESS, CONDITIONS, AND REQUIREMENTS

11.1 Site Investigation

Before bidding on this Work, Contractor shall make a careful investigation of the Site and thoroughly familiarize itself with the requirements of the Contract. By the act of submitting a bid for the Work included in this Contract, Contractor shall be deemed to have made a complete study and investigation, and to be familiar with and accepted the existing conditions of the Site.

Prior to commencing the Work, Contractor and the District’s representative shall survey the Site to document the condition of the Site. Contractor will record the survey in digital videotape format and provide an electronic copy to the District within fourteen (14) days of the survey. This electronic record shall serve as a basis for determining any damages caused by the Contractor during the Project. The Contractor may also document any pre-existing conditions in writing, provided that both the Contractor and the District’s representative agree on said conditions and sign a memorandum documenting the same.

11.2 Soils Investigation Report

11.2.1 When a soils investigation report obtained from test holes at Site or for the Project is available, that report may be available to the Contractor but shall not be a part of this Contract and shall not alleviate or excuse the Contractor’s obligation to perform its own investigation. Any information obtained from that report or any information given on Drawings as to subsurface soil condition or to elevations of existing grades or elevations of underlying rock is approximate only, is not guaranteed, does not form a part of this Contract, and Contractor may not rely thereon. By submitting its bid, Contractor acknowledges that it has made visual examination of Site and has made whatever tests Contractor deems appropriate to determine underground condition of soil.

11.2.2 Contractor agrees that no claim against District will be made by Contractor for damages and hereby waives any rights to damages if, during progress of Work, Contractor encounters subsurface or latent conditions at Site materially differing from those shown on Drawings or indicated in Specifications, or for unknown conditions of an unusual nature that differ materially from those ordinarily encountered in the work of the character provided for in Plans and Specifications, except as indicated in the provisions of these General Conditions regarding trenches, trenching, and/or existing utility lines.

11.3 Access to Work

District and its representatives shall at all times have access to Work wherever it is in preparation or progress, including storage and fabrication. Contractor shall provide safe and proper facilities for such access so that District's representatives may perform their functions.

11.4 Layout and Field Engineering

11.4.1 All field engineering required for layout of this Work and establishing grades for earthwork operations shall be furnished by Contractor at its expense. This Work shall be done by a qualified,

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-29

California-registered civil engineer approved in writing by District and Architect. Any required Record and/or As-Built Drawings of Site development shall be prepared by the approved civil engineer.

11.4.2 The Contractor shall be responsible for having ascertained pertinent local conditions such as location, accessibility, and general character of the Site and for having satisfied itself as to the conditions under which the Work is to be performed. Contractor shall follow best practices, including but not limited to potholing to avoid utilities. District shall not be liable for any claim for allowances because of Contractor’s error, failure to follow best practices, or negligence in acquainting itself with the conditions at the Site.

11.4.3 Contractor shall protect and preserve established benchmarks and monuments and shall make no changes in locations without the prior written approval of District. Contractor shall replace any benchmarks or monuments that are lost or destroyed subsequent to proper notification of District and with District's approval.

11.5 Utilities

Utilities shall be provided as indicated in the Specifications.

11.6 Sanitary Facilities

Sanitary facilities shall be provided as indicated in the Specifications.

11.7 Surveys

Contractor shall provide surveys done by a California-licensed civil engineer surveyor to determine locations of construction, grading, and site work as required to perform the Work.

11.8 Regional Notification Center

The Contractor, except in an emergency, shall contact the appropriate regional notification center at least two (2) days prior to commencing any excavation if the excavation will be conducted in an area or in a private easement that is known, or reasonably should be known, to contain subsurface installations other than the underground facilities owned or operated by the District, and obtain an inquiry identification number from that notification center. No excavation shall be commenced and/or carried out by the Contractor unless an inquiry identification number has been assigned to the Contractor or any Subcontractor and the Contractor has given the District the identification number. Any damages arising from Contractor's failure to make appropriate notification shall be at the sole risk and expense of the Contractor. Any delays caused by failure to make appropriate notification shall be at the sole risk of the Contractor and shall not be considered for an extension of the Contract Time.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-30

11.9 Existing Utility Lines

11.9.1 Pursuant to Government Code section 4215, District assumes the responsibility for removal, relocation, and protection of main or trunk utility lines and facilities located on the construction Site at the time of commencement of construction under this Contract with respect to any such utility facilities that are not identified in the Plans and Specifications. Contractor shall not be assessed for liquidated damages for delay in completion of the Project caused by failure of District or the owner of a utility to provide for removal or relocation of such utility facilities.

11.9.2 Locations of existing utilities provided by District shall not be considered exact, but approximate within a reasonable margin and shall not relieve Contractor of responsibilities to exercise reasonable care or costs of repair due to Contractor’s failure to do so. District shall compensate Contractor for the costs of locating, repairing damage not due to the failure of Contractor to exercise reasonable care, and removing or relocating such utility facilities not indicated in the Plans and Specifications with reasonable accuracy, and for equipment necessarily idle during such work.

11.9.3 No provision herein shall be construed to preclude assessment against Contractor for any other delays in completion of the Work. Nothing in this Article shall be deemed to require District to indicate the presence of existing service laterals, appurtenances, or other utility lines, within the exception of main or trunk utility lines or whenever the presence of these utilities on the Site of the construction Project can be inferred from the presence of other visible facilities, such as buildings, meter junction boxes, on or adjacent to the Site of the construction.

11.9.4 If Contractor, while performing Work under this Contract, discovers utility facilities not identified by District in Contract Plans and Specifications, Contractor shall immediately notify the District and the utility in writing. The cost of repair for damage to above-mentioned visible facilities without prior written notification to the District shall be borne by the Contractor.

11.10 Notification

Contractor understands, acknowledges and agrees that the purpose for prompt notification to the District pursuant to these provisions is to allow the District to investigate the condition(s) so that the District shall have the opportunity to decide how the District desires to proceed as a result of the condition(s). Accordingly, failure of Contractor to promptly notify the District in writing, pursuant to these provisions, shall constitute Contractor's waiver of any claim for damages or delay incurred as a result of the condition(s).

11.11 Hazardous Materials

Contractor shall comply with all provisions and requirements of the Contract Documents related to hazardous materials including, without limitation, Hazardous Materials Procedures and Requirements. 11.12 No Signs

Neither the Contractor nor any other person or entity shall display any signs not required by law or the Contract Documents at the Site, fences trailers, offices, or elsewhere on the Site without specific prior written approval of the District.

12. TRENCHES

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-31

12.1 Trenches Greater Than Five Feet

Pursuant to Labor Code section 6705, if the Contract Price exceeds $25,000 and involves the excavation of any trench or trenches five (5) feet or more in depth, the Contractor shall, in advance of excavation, promptly submit to the District and/or a registered civil or structural engineer employed by the District or Architect, a detailed plan, stamped by a licensed engineer retained by the Contractor, showing the design of shoring for protection from the hazard of caving ground during the excavation of such trench or trenches.

12.2 Excavation Safety

If such plan varies from the Shoring System Standards established by the Construction Safety Orders, the plan shall be prepared by a registered civil or structural engineer, but in no case shall such plan be less effective than that required by the Construction Safety Orders. No excavation of such trench or trenches shall be commenced until said plan has been accepted by the District or by the person to whom authority to accept has been delegated by the District.

12.3 No Tort Liability of District

Pursuant to Labor Code section 6705, nothing in this Article shall impose tort liability upon the District or any of its employees.

12.4 No Excavation without Permits

The Contractor shall not commence any excavation Work until it has secured all necessary permits including the required CalOSHA excavation/shoring permit. Any permits shall be prominently displayed on the Site prior to the commencement of any excavation.

12.5 Discovery of Hazardous Waste and/or Unusual Conditions

12.5.1 Pursuant to Public Contract Code section 7104, if the Work involves digging trenches or other excavations that extend deeper than four feet below the Surface, the Contractor shall promptly, and before the following conditions are disturbed, notify the District, in writing, of any:

12.5.1.1 Material that the Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. 12.5.1.2 Subsurface or latent physical conditions at the Site differing from those indicated.

12.5.1.3 Unknown physical conditions at the Site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract.

12.5.2 The District shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in the Contractor’s cost of, or the time required for, performance of any part of the Work, shall issue a Change Order under the procedures described herein.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-32

12.5.3 In the event that a dispute arises between District and the Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the Contractor’s cost of, or time required for, performance of any part of the Work, the Contractor shall not be excused from any scheduled completion date provided for by the Contract, but shall proceed with all work to be performed under the Contract. The Contractor shall retain any and all rights provided either by Contract or by law that pertain to the resolution of disputes and protests.

13. INSURANCE AND BONDS

13.1 Insurance

Unless different provisions and/or limits are indicated in the Special Conditions, all insurance required of Contractor and/or its Subcontractor(s) shall be in the amounts and include the provisions set forth herein.

13.1.1 Commercial General Liability and Automobile Liability Insurance

13.1.1.1 Contractor shall procure and maintain, during the life of this Contract, Commercial General Liability Insurance and Automobile Liability Insurance that shall protect Contractor, District, State, Construction Manager(s), Project Inspector(s), and Architect(s) from all claims for bodily injury, property damage, personal injury, death, advertising injury, and medical payments arising from, or in connection with, operations under this Contract. This coverage shall be provided in a form at least as broad as Insurance Services (ISO) Form CG 0001 11188. Contractor shall ensure that Products Liability and Completed Operations coverage, Fire Damage Liability coverage, and Automobile Liability Insurance coverage including owned, non-owned, and hired automobiles, are included within the above policies and at the required limits, or Contractor shall procure and maintain these coverages separately.

13.1.1.2 Contractor’s deductible or self-insured retention for its Commercial General Liability Insurance policy shall not exceed $25,000 unless approved in writing by District.

13.1.1.3 All such policies shall be written on an occurrence form.

13.1.2 Excess Liability Insurance

13.1.2.1 If Contractor’s underlying policy limits are less than required, subject to 13.1.2.3 below, Contractor may procure and maintain, during the life of this Contract, an Excess Liability Insurance Policy to meet the policy limit requirements of the required policies in order to satisfy, in the aggregate with its underlying policy, the insurance requirements herein..

13.1.2.2 There shall be no gap between the per occurrence amount of any underlying policy and the start of the coverage under the Excess Liability Insurance Policy. Any Excess Liability Insurance Policy shall be written on a following form and shall protect Contractor, District, State, Construction Manager(s), Project Manager(s), and Architect(s) in amounts and including the provisions as set forth in the Supplementary Conditions (if any) and/or Special Conditions, and that complies with all requirements for Commercial General Liability and Automobile Liability and Employers’ Liability Insurance.

13.1.2.3 The District, in its sole discretion, may accept the Excess Liability Insurance Policy that brings Contractor’s primary limits to the minimum requirements herein.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-33

13.1.3 Subcontractor(s): Contractor shall require its Subcontractor(s), if any, to procure and maintain Commercial General Liability Insurance, Automobile Liability Insurance, and Excess Liability Insurance (if Subcontractor elects to satisfy, in part the insurance required herein by procuring and maintaining an Excess Liability Insurance Policy) with forms of coverage and limits equal to the amounts required of the Contractor.

13.1.4 Workers’ Compensation and Employers’ Liability Insurance

13.1.4.1 In accordance with provisions of section 3700 of the California Labor Code, the Contractor and every Subcontractor shall be required to secure the payment of compensation to its employees.

13.1.4.2 Contractor shall procure and maintain, during the life of this Contract, Workers’ Compensation Insurance and Employers’ Liability Insurance for all of its employees engaged in work under this Contract, on/or at the Site of the Project. This coverage shall cover, at a minimum, medical and surgical treatment, disability benefits, rehabilitation therapy, and survivors' death benefits. Contractor shall require its Subcontractor(s), if any, to procure and maintain Workers’ Compensation Insurance and Employers’ Liability Insurance for all employees of Subcontractor(s). Any class of employee or employees not covered by a Subcontractor’s insurance shall be covered by Contractor’s insurance. If any class of employee or employee engaged in Work under this Contract, on or at the Site of the Project, is not protected under the Workers’ Compensation Insurance, Contractor shall provide, or shall cause a Subcontractor to provide, adequate insurance coverage for the protection of any employee(s) not otherwise protected before any of those employee(s) commence work.

13.1.5 Builder's Risk Insurance: Builder's Risk “All Risk” Insurance Contractor shall procure and maintain, during the life of this Contract, Builder’s Risk (Course of Construction), or similar first party property coverage acceptable to the District, issued on a replacement cost value basis. The cost shall be consistent with the total replacement cost of all insurable Work of the Project included within the Contract Documents. Coverage is to insure against all risks of accidental physical loss and shall include without limitation the perils of vandalism and/or malicious mischief (both without any limitation regarding vacancy or occupancy), sprinkler leakage, civil authority, theft, sonic disturbance, earthquake, flood, collapse, wind, rain, dust, fire, war, terrorism, lightning, smoke, and rioting. Coverage shall include debris removal, demolition, increased costs due to enforcement of all applicable ordinances and/or laws in the repair and replacement of damaged and undamaged portions of the property, and reasonable costs for the Architect’s and engineering services and expenses required as a result of any insured loss upon the Work and Project, including completed Work and Work in progress, to the full insurable value thereof.

13.1.6 Pollution Liability Insurance

13.1.6.1 Contractor shall procure and maintain Pollution Liability Insurance that shall protect Contractor, District, State, Construction Manager(s), Project Inspector(s), and Architect(s) from all claims for bodily injury, property damage, including natural resource damage, cleanup costs, removal, storage, disposal, and/or use of the pollutant arising from operations under this Contract, and defense, including costs and expenses incurred in the investigation, defense, or settlement of claims. Coverage shall apply to sudden and/or gradual pollution conditions resulting from the escape or release of smoke, vapors, fumes, acids, alkalis, toxic chemicals, liquids, or gases, natural gas, waste

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-34

materials, or other irritants, contaminants, or pollutants, including asbestos. This coverage shall be provided in a form at least as broad as Insurance Services Offices, Inc. (ISO) Form CG 2415, or Contractor shall procure and maintain these coverages separately.

13.1.6.2 Contractor warrants that any retroactive date applicable to coverage under the policy shall predate the effective date of the Contract and that continuous coverage will be maintained or an extended reporting or discovery period will be exercised for a period of three (3) years, beginning from the time that the Work under the Contract is completed.

13.1.6.3 If Contractor is responsible for removing any pollutants from a site, then Contractor shall ensure that Any Auto, including owned, non-owned, and hired, is included within the above policies and at the required limits, to cover its automobile exposure from transporting the pollutants from the site to an approved disposal site. This coverage shall include the Motor Carrier Act Endorsement, MCS 90.

13.1.7 Proof of Insurance and Other Requirements: Endorsements and Certificates

13.1.7.1 Contractor shall not commence Work nor shall it allow any Subcontractor to commence Work under this Contract, until Contractor and its Subcontractor(s) have procured all required insurance and Contractor has delivered in duplicate to the District complete endorsements (or entire insurance policies) and certificates indicating the required coverages have been obtained, and the District has approved these documents.

13.1.7.2 Endorsements, certificates, and insurance policies shall include the following:

13.1.7.2.1 A clause stating the following, or other language acceptable to the District:

“This policy shall not be canceled until written notice to District, Architect, and Construction

Manager stating date of the cancellation by the insurance carrier. Date of cancellation may not be less than thirty (30) days after date of mailing notice.”

13.1.7.2.2 Language stating in particular those insured, extent of insurance, location and operation to which insurance applies, expiration date, to whom cancellation and reduction notice will be sent, and length of notice period.

13.1.7.2.3 All endorsements, certificates and insurance policies shall state that District, its trustees, employees and agents, the State of California, Construction Manager(s), Project Manager(s), Inspector(s) and Architect(s) are named additional insureds under all policies except Workers’ Compensation Insurance and Employers’ Liability Insurance.

13.1.7.3 No policy shall be amended, canceled or modified, and the coverage amounts shall not be reduced, until Contractor or Contractor’s broker has provided written notice to District, Architect(s), and Construction Manager(s) stating date of the amendment, modification, cancellation or reduction, and a description of the change. Date of amendment, modification, cancellation or reduction may not be less than thirty (30) days after date of mailing notice.

13.1.7.4 Insurance written on a “claims made” basis shall be retroactive to a date that coincides with or precedes Contractor’s commencement of Work, including subsequent policies purchased as renewals or replacements. Said policy is to be renewed by the Contractor and all Subcontractors for a period of five (5) years following completion of the Work or termination of this Agreement. Such insurance must have the same coverage and limits as the policy that was in effect during the term of

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-35

this Agreement, and will cover the Contractor and all Subcontractors for all claims made.

13.1.7.5 Contractor’s and Subcontractors’ insurance policy(s) shall be primary and non-contributory to any insurance or self-insurance maintained by District, its trustees, employees and/or agents, the State of California, Construction Manager(s), Project Manager(s), Inspector(s), and/or Architect(s).

13.1.7.6 All endorsements shall waive any right to subrogation against any of the named additional insureds. 13.1.7.7 Unless otherwise stated in the Special Conditions, all of Contractor’s insurance shall be with insurance companies with an A.M. Best rating of no less than A: VII.

13.1.7.8 The insurance requirements set forth herein shall in no way limit the Contractor’s liability arising out of or relating to the performance of the Work or related activities.

13.1.7.9 Failure of Contractor and/or its Subcontractor(s) to comply with the insurance requirements herein shall be deemed a material breach of the Contract.

13.1.8 Insurance Policy Limits

Unless different limits are indicated in the Special Conditions, the limits of insurance shall not be less than the following amounts:

Commercial General Liability

Product Liability and Completed Operations, Fire Damage Liability – Split Limit

$2,000,000 per occurrence; $4,000,000 aggregate

Automobile Liability

Any Auto – Combined Single Limit

$1,000,000

Workers’ Compensation

Statutory limits pursuant to State law

Employers’ Liability

$1,000,000

Builder’s Risk (Course of Construction)

Issued for the value and scope of Work indicated herein.

Pollution Liability $1,000,000 per claim; $2,000,000 aggregate

13.2 Contract Security - Bonds

13.2.1 Contractor shall furnish two surety bonds issued by a California admitted surety insurer as follows:

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-36

13.2.1.1 Performance Bond: A bond in an amount at least equal to one hundred percent (100%) of Contract Price as security for faithful performance of this Contract.

13.2.2 Payment Bond: A bond in an amount at least equal to one hundred percent (100%) of

the Contract Price as security for payment of persons performing labor and/or furnishing materials in connection with this Contract.

13.2.3 Cost of bonds shall be included in the Bid and Contract Price.

13.2.4 All bonds related to this Project shall be in the forms set forth in these Contract Documents and shall comply with all requirements of the Contract Documents, including, without limitation, the bond forms.

14. WARRANTY/GUARANTEE/INDEMNITY

14.1 Warranty/Guarantee

14.1.1 The Contractor shall obtain and preserve for the benefit of the District, manufacturer’s warranties on materials, fixtures, and equipment incorporated into the Work.

14.1.2 In addition to guarantees required elsewhere, Contractor shall, and hereby does guarantee and warrant all Work furnished on the job against all defects for a period of ONE (1) year after the later of the following dates, unless a longer period is provided for in the Contract Documents:

14.1.2.1 The acceptance by the District’s governing board of the Work, subject to these General Conditions, or

14.1.2.2 The date that commissioning for the Project, if any, was completed.

At the District’s sole option, Contractor shall repair or replace any and all of that Work, together with any other Work that may be displaced in so doing, that may prove defective in workmanship and/or materials within a ONE (1) year period from date of completion as defined above, unless a longer period is provided for in the Contract Documents, without expense whatsoever to District. In the event of failure of Contractor and/or Surety to commence and pursue with diligence said replacements or repairs within ten (10) days after being notified in writing, Contractor and Surety hereby acknowledge and agree that District is authorized to proceed to have defects repaired and made good at expense of Contractor and/or Surety who hereby agree to pay costs and charges therefore immediately on demand.

14.1.3 If, in the opinion of District, defective work creates a dangerous condition or requires immediate correction or attention to prevent further loss to District or to prevent interruption of operations of District, District will attempt to give the notice required above. If Contractor or Surety cannot be contacted or neither complies with District's request for correction within a reasonable time as determined by District, District may, notwithstanding the above provision, proceed to make any and all corrections and/or provide attentions the District believes are necessary. The costs of correction or attention shall be charged against Contractor and Surety of the guarantees provided in this Article or elsewhere in this Contract.

14.1.4 The above provisions do not in any way limit the guarantees on any items for which a longer

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-37

guarantee is specified or on any items for which a manufacturer gives a guarantee for a longer period. Contractor shall furnish to District all appropriate guarantee or warranty certificates as indicated in the Specifications or upon request by District.

14.1.5 Nothing herein shall limit any other rights or remedies available to District.

14.2 Indemnity and Defense

14.2.1 To the furthest extent permitted by California law, the Contractor shall indemnify, keep and hold harmless the District, the Architect(s), and the Construction Manager(s), their respective consultants, separate contractors, board members, officers, representatives, , agents, and employees, in both individual and official capacities (“Indemnitees”), against all suits, claims, injury, damages, losses, and expenses (“Claims”), including but not limited to attorney’s fees, caused by, arising out of, resulting from, or incidental to, in whole or in part, the performance of the Work under this Contract by the Contractor, its Subcontractors, vendors, or suppliers. However, the Contractor’s indemnification and hold harmless obligation shall be reduced by the proportion of the Indemnitees’ and/or Architect’s liability to the extent the Claim(s) is/are caused by the sole negligence, active negligence, or willful misconduct of the Indemnitees, and/or defects in design furnished by the Architect, as found by a court or arbitrator of competent jurisdiction. This indemnification and hold harmless obligation of the Contractor shall not be construed to negate, abridge, or otherwise reduce any right or obligation of indemnity that would otherwise exist or arise as to any Indemnitee or other person described herein. This indemnification and hold harmless obligation includes, but is not limited to, any failure or alleged failure by Contractor to comply with any provision of law, any failure or alleged failure to timely and properly fulfill all of its obligations under the Contract Documents in strict accordance with their terms, and without limitation, any failure or alleged failure of Contractor’s obligations regarding any stop payment notice actions or liens, including Civil Wage and Penalty Assessments and/or Orders by the DIR.

14.2.2 To the furthest extent permitted by California law, Contractor shall also defend Indemnitees, at its own expense, including but not limited to attorneys’ fees and costs, against all Claims caused by, arising out of, resulting from, or incidental to, in whole or in part, the performance of the Work under this Contract by the Contractor, its Subcontractors, vendors, or suppliers. However, the Contractor’s defense obligation shall be reduced by the proportion of the Indemnitees’ and/or Architect’s liability to the extent caused by the sole negligence, active negligence, or willful misconduct of the Indemnitees, and/or defects in design furnished by the Architect, as found by a court or arbitrator of competent jurisdiction. The District shall have the right to accept or reject any legal representation that Contractor proposes to defend the Indemnitees. If any Indemnitee provides its own defense due to failure to timely respond to tender of defense, rejection of tender of defense, or conflict of interest of proposed counsel, Contractor shall reimburse such Indemnitee for any expenditures. Contractor’s defense obligation shall not be construed to negate, abridge, or otherwise reduce any right or obligation of defense that would otherwise exist as to any Indemnitee or other person described herein. Contractor’s defense obligation includes, but is not limited to, any failure or alleged failure by Contractor to comply with any provision of law, any failure or alleged failure to timely and properly fulfill all of its obligations under the Contract Documents in strict accordance with their terms, and without limitation, any failure or alleged failure of Contractor’s obligations regarding any stop payment notice actions or liens, including Civil Wage and Penalty Assessments and/or Orders by the DIR. The Contractor shall give prompt notice to the District in the event of any Claim(s).

14.2.3 Without limitation of the provisions herein, if the Contractor’s obligation to indemnify and hold harmless the Indemnitees or its obligation to defend Indemnitees as provided herein shall be determined to be void or unenforceable, in whole or in part, it is the intention of the parties that these

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-38

circumstances shall not otherwise affect the validity or enforceability of the Contractor’s agreement to indemnify, defend, and hold harmless the rest of the Indemnitees, as provided herein. Further, the Contractor shall be and remain fully liable on its agreements and obligations herein to the fullest extent permitted by law.

14.2.4 Pursuant to Public Contract Code section 9201, the District shall provide timely notification to Contractor of the receipt of any third-party Claim relating to this Contract. The District shall be entitled to recover its reasonable costs incurred in providing said notification.

14.2.5 In any and all Claims against any of the Indemnitees by any employee of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the Contractor’s indemnification obligation herein shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for the Contractor or any Subcontractor under workers’ compensation acts, disability benefit acts, or other employee benefit acts.

14.2.6 The District may retain so much of the moneys due the Contractor as shall be considered necessary, until disposition of any such Claims or until the District, Architect(s) and Construction Manager(s) have received written agreement from the Contractor that they will unconditionally defend the District, Architect(s) and Construction Manager(s), their respective officers, agents and employees, and pay any damages due by reason of settlement or judgment.

14.2.7 The Contractor’s defense and indemnification obligations hereunder shall survive the completion of Work, the warranty/guarantee period, and the termination of the Contract.

15. TIME

15.1 Notice to Proceed

15.1.1 District may issue a Notice to Proceed within ninety (90) days from the date of the Notice of Award. Once Contractor has received the Notice to Proceed, Contractor shall complete the Work within the period of time indicated in the Contract Documents.

15.1.2 In the event that the District desires to postpone issuing the Notice to Proceed beyond ninety (90) days from the date of the Notice of Award, it is expressly understood that with reasonable notice to the Contractor, the District may postpone issuing the Notice to Proceed. It is further expressly understood by Contractor that Contractor shall not be entitled to any claim of additional compensation as a result of the postponement of the issuance of the Notice to Proceed.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-39

15.1.3 If the Contractor believes that a postponement of issuance of the Notice to Proceed will cause a hardship to Contractor, Contractor may terminate the Contract. Contractor’s termination due to a postponement shall be by written notice to District within ten (10) days after receipt by Contractor of District's notice of postponement. It is further understood by Contractor that in the event that Contractor terminates the Contract as a result of postponement by the District, the District shall only be obligated to pay Contractor for the Work that Contractor had performed at the time of notification of postponement. Should Contractor terminate the Contract as a result of a notice of postponement, District shall have the authority to award the Contract to the next lowest responsive responsible bidder.

15.2 Computation of Time / Adverse Weather

15.2.1 The Contractor will only be allowed a time extension for Adverse Weather conditions if requested by Contractor in compliance with the time extension request procedures and only if all of the following conditions are met:

15.2.1.1 The weather conditions constitute Adverse Weather, as defined herein and further specified in the Special Conditions;

15.2.1.2 Contractor can verify that the Adverse Weather caused delays in excess of five (5) hours of the indicated labor required to complete the scheduled tasks of Work on the day affected by the Adverse Weather;

15.2.1.3 The Contractor’s crew is dismissed as a result of the Adverse Weather;

15.2.1.4 Said delay adversely affects the critical path in the Construction Schedule; and

15.2.1.5 Exceeds twelve (12) days of delay per year.

15.2.2 If the aforementioned conditions are met, a non-compensable day-for-day extension will only be allowed for those days in excess of those indicated in the Special Conditions.

15.2.3 The Contractor shall work seven (7) days per week, if necessary, irrespective of inclement weather, to maintain access and the Construction Schedule, and to protect the Work under construction from the effects of Adverse Weather, all at no further cost to the District.

15.2.4 The Contract Time has been determined with consideration given to the average climate weather conditions prevailing in the County in which the Project is located.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-40

15.3 Hours of Work

15.3.1 Sufficient Forces

Contractor and Subcontractors shall continuously furnish sufficient and competent work forces with the required levels of familiarity with the Project and skill, training and experience to ensure the prosecution of the Work in accordance with the Construction Schedule.

15.3.2 Performance During Working Hours

Work shall be performed during regular working hours as permitted by the appropriate governmental agency except that in the event of an emergency, or when required to complete the Work in accordance with job progress, Work may be performed outside of regular working hours with the advance written consent of the District and approval of any required governmental agencies.

15.3.3 No Work during State Testing

Contractor shall, at no additional cost to the District and at the District’s request, coordinate its Work to not disturb District students including, without limitation, not performing any Work when students at the Site are taking State or Federally- required tests. The District or District’s Representative will provide Contractor with a schedule of test dates concurrent with the District’s issuance of the Notice to Proceed, or as soon as test dates are made available to the District.

15.4 Progress and Completion

15.4.1 Time of the Essence

Time limits stated in the Contract Documents are of the essence to the Contract. By executing the Agreement, the Contractor confirms that the Contract Time is a reasonable period for performing the Work.

15.4.2 No Commencement Without Insurance or Bonds

The Contractor shall not commence operations on the Project or elsewhere prior to the effective date of insurance and bonds. The date of commencement of the Work shall not be changed by the effective date of such insurance or bonds. If Contractor commences Work without insurance and bonds, all Work is performed at Contractor’s peril and shall not be compensable until and unless Contractor secures bonds and insurance pursuant to the terms of the Contract Documents and subject to District claim for damages.

15.5 Schedule

Contractor shall provide to District, Construction Manager, and Architect a schedule in conformance with the Contract Documents and as required in the Notice to Proceed and the Contractor’s Submittals and Schedules section of these General Conditions.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-41

15.6 Expeditious Completion

The Contractor shall proceed expeditiously with adequate forces and shall achieve Completion within the Contract Time.

16. EXTENSIONS OF TIME – LIQUIDATED DAMAGES

16.1 Liquidated Damages

Contractor and District hereby agree that the exact amount of damages for failure to complete the Work within the time specified is extremely difficult or impossible to determine. If the Work is not completed within the time specified in the Contract Documents, it is understood that the District will suffer damage. It being impractical and unfeasible to determine the amount of actual damage, it is agreed the Contractor shall pay to District as fixed and liquidated damages, and not as a penalty, the amount set forth in the Agreement for each calendar day of delay in completion. Contractor and its Surety shall be liable for the amount thereof pursuant to Government Code section 53069.85.

16.2 Excusable Delay

16.2.1 Contractor shall not be charged for liquidated damages because of any delays in completion of Work which are not the fault of Contractor or its Subcontractors, including acts of God as defined in Public Contract Code section 7105, acts of enemy, epidemics, and quarantine restrictions. Contractor shall, within five (5) calendar days of beginning of any delay, notify District in writing of causes of delay including documentation and facts explaining the delay and the direct correlation between the cause and effect. District shall review the facts and extent of any delay and shall grant extension(s) of time for completing Work when, in its judgment, the findings of fact justify an extension. Extension(s) of time shall apply only to that portion of Work affected by delay, and shall not apply to other portions of Work not so affected. An extension of time may only be granted if Contractor has timely submitted the Construction Schedule as required herein.

16.2.2 Contractor shall notify the District pursuant to the claims provisions in these General Conditions of any anticipated delay and its cause. Following submission of a claim, the District may determine whether the delay is to be considered avoidable or unavoidable, how long it continues, and to what extent the prosecution and completion of the Work might be delayed thereby.

16.2.3 In the event the Contractor requests an extension of Contract Time for unavoidable delay, such request shall be submitted in accordance with the provisions in the Contract Documents governing changes in Work. When requesting time, requests must be submitted with full justification and documentation. If the Contractor fails to submit justification, it waives its right to a time extension at a later date. Such justification must be based on the official Construction Schedule as updated at the time of occurrence of the delay or execution of Work related to any changes to the Scope of Work. Any claim for delay must include the following information as support, without limitation:

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-42

16.2.3.1 The duration of the activity relating to the changes in the Work and the resources (manpower, equipment, material, etc.) required to perform the activities within the stated duration.

16.2.3.2 Specific logical ties to the Contract Schedule for the proposed changes and/or delay showing the activity/activities in the Construction Schedule that are affected by the change and/or delay. In particular, Contractor must show an actual impact to the schedule, after making a good faith effort to mitigate the delay by rescheduling the work, by providing an analysis of the schedule (“Schedule Analysis”). Such Schedule Analysis shall describe in detail the cause and effect of the delay and the impact on the critical dates in the Project schedule. (A portion of any delay of seven (7) days or more must be provided.)

16.2.3.3 A recovery schedule must be submitted within twenty (20) calendar days of written notification to the District of causes of delay.

16.3 No Additional Compensation for Delays Within Contractor’s Control

16.3.1 Contractor is aware that governmental agencies, including, without limitation, the Division of the State Architect, the Department of General Services, gas companies, electrical utility companies, water districts, and other agencies may have to approve Contractor-prepared drawings or approve a proposed installation. Accordingly, Contractor shall include in its bid, time for possible review of its drawings and for reasonable delays and damages that may be caused by such agencies. Thus, Contractor is not entitled to make a claim for damages or delays arising from the review of Contractor’s drawings.

16.3.2 Contractor shall only be entitled to compensation for delay when all of the following conditions are met:

16.3.2.1 The District is responsible for the delay;

16.3.2.2 The delay is unreasonable under the circumstances involved;

16.3.2.3 The delay was not within the contemplation of the District and Contractor;

16.3.2.4 The delay could not have been avoided or mitigated by Contractor’s reasonable diligence; and

16.3.2.5 Contractor timely complies with the claims procedure of the Contract Documents.

16.4 Float or Slack in the Schedule

Float or slack is the amount of time between the early start date and the late start date, or the early finish date and the late finish date, of any of the activities in the schedule. Float or slack is not for the exclusive use of or benefit of either the District or the Contractor, but its use shall be determined solely by the District.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-43

17. CHANGES IN THE WORK

17.1 No Changes Without Authorization

17.1.1 There shall be no change whatsoever in the Drawings, Specifications, or in the Work without an executed Change Order or a written Construction Change Directive authorized by the District as herein provided. District shall not be liable for the cost of any extra work or any substitutions, changes, additions, omissions, or deviations from the Drawings and Specifications unless the District's governing board has authorized the same and the cost thereof has been approved in writing by Change Order or Construction Change Directive in advance of the changed Work being performed. No extension of time for performance of the Work shall be allowed hereunder unless claim for such extension is made at the time changes in the Work are ordered, and such time duly adjusted and approved in writing in the Change Order or Construction Change Directive. Contractor shall be responsible for any costs incurred by the District for professional services and DSA fees and/or delay to the Project Schedule, if any, for DSA to review any request for changes to the DSA approved plans and specifications for the convenience of the Contractor and/or to accommodate the Contractor’s means and methods. The provisions of the Contract Documents shall apply to all such changes, additions, and omissions with the same effect as if originally embodied in the Drawings and Specifications.

17.1.2 Contractor shall perform immediately all work that has been authorized by a fully executed Change Order or Construction Change Directive. Contractor shall be fully responsible for any and all delays and/or expenses caused by Contractor's failure to expeditiously perform this Work.

17.1.3 Should any Change Order result in an increase in the Contract Price or extend the Contract Time, the cost of or length of extension in that Change Order shall be agreed to, in writing, by the District in advance of the Work by Contractor, and shall be subject to the monetary limitations set forth in Public Contract Code section 20118.4. In the event that Contractor proceeds with any change in Work without a Change Order executed by the District or Construction Change Directive, Contractor waives any claim of additional compensation or time for that additional work. Under no circumstances shall Contractor be entitled to any claim of additional compensation or time not expressly requested by Contractor in a Proposed Change Order or approved by District in an executed Change Order.

17.1.4 Contractor understands, acknowledges, and agrees that the reason for District authorization is so that District may have an opportunity to analyze the Work and decide whether the District shall proceed with the Change Order or alter the Project so that a change in Work becomes unnecessary.

17.2 Architect Authority

The Architect will have authority to order minor changes in the Work not involving any adjustment in the Contract Price, or an extension of the Contract Time, or a change that is inconsistent with the intent of the Contract Documents. These changes shall be effected by written Change Order, Construction Change Directive, by Architect’s response(s) to RFI(s), or by Architect’s Supplemental Instructions (“ASI”).

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-44

17.3 Change Orders

17.3.1 A Change Order is a written instrument prepared and issued by the District and/or the Architect and signed by the District (as authorized by the District's Governing Board), the Contractor, the Architect, and approved by the Project Inspector (if necessary) and DSA (if necessary), stating their agreement regarding all of the following:

17.3.1.1 A description of a change in the Work;

17.3.1.2 The amount of the adjustment in the Contract Price, if any; and

17.3.1.3 The extent of the adjustment in the Contract Time, if any.

17.4 Construction Change Directives

17.4.1 A Construction Change Directive is a written order prepared and issued by the District, the Construction Manager, and/or the Architect and signed by the District and the Architect, directing a change in the Work. The District may, as provided by law, by Construction Change Directive and without invalidating the Contract, order changes in the Work consisting of additions, deletions, or other revisions. The adjustment to the Contract Price or Time, if any, is subject to the provisions of this section regarding Changes in the Work. If all or a portion of the Project is being funded by funds requiring approval by the State Allocation Board (“SAB”), these revisions may be subject to compensation once approval of same is received and funded by the SAB, and funds are released by the Office of Public School Construction (“OPSC”). Any dispute as to the adjustment in the Contract Price, if any, of the Construction Change Directive or timing of payment shall be resolved pursuant to the Payment and Claims and Disputes provisions herein.

17.4.2 The District may issue a Construction Change Directive in the absence of agreement on the terms of a Change Order.

17.5 Force Account Directives

17.5.1 When work, for which a definite price has not been agreed upon in advance, is to be paid for on a force account basis, all direct costs necessarily incurred and paid by the Contractor for labor, material, and equipment used in the performance of that Work, shall be subject to the approval of the District and compensation will be determined as set forth herein.

17.5.2 The District will issue a Force Account Directive to proceed with the Work on a force account basis, and a not-to-exceed budget will be established by the District.

17.5.3 All requirements regarding direct cost for labor, labor burden, material, equipment, and markups on direct costs for overhead and profit described in this section shall apply to Force Account Directives. However, the District will only pay for actual costs verified in the field by the District or its authorized representative(s) on a daily basis.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-45

17.5.4 The Contractor shall be responsible for all cost related to the administration of Force Account Directive. The markup for overhead and profit for Contractor modifications shall be full compensation to the Contractor to administer Force Account Directive, and Contractor shall not be entitled to separately recover additional amounts for overhead and/or profit.

17.5.5 The Contractor shall notify the District or its authorized representative(s) at least twenty-four (24) hours prior to proceeding with any of the force account work. Furthermore, the Contractor shall notify the District when it has consumed eighty percent (80%) of the budget, and shall not exceed the budget unless specifically authorized in writing by the District. The Contractor will not be compensated for force account work in the event that the Contractor fails to timely notify the District regarding the commencement of force account work, or exceeding the force account budget.

17.5.6 The Contractor shall diligently proceed with the work, and on a daily basis, submit a daily force account report on a form supplied by the District no later than 5:00 p.m. each day. The report shall contain a detailed itemization of the daily labor, material, and equipment used on the force account work only. The names of the individuals performing the force account work shall be included on the daily force account reports. The type and model of equipment shall be identified and listed. The District will review the information contained in the reports, and sign the reports no later than the next work day, and return a copy of the report to the Contractor for their records. The District will not sign, nor will the Contractor receive compensation for work the District cannot verify. The Contractor will provide a weekly force account summary indicating the status of each Force Account Directive in terms of percent complete of the not-to-exceed budget and the estimated percent complete of the work.

In the event the Contractor and the District reach a written agreement on a set cost for the work while the work is proceeding based on a Force Account Directive, the Contractor’s signed daily force account reports shall be discontinued and all previously signed reports shall be invalid.

17.6 Price Request

17.6.1 Definition of Price Request

A Price Request (“PR”) is a written request prepared by the Architect requesting the Contractor to submit to the District and the Architect an estimate of the effect of a proposed change in the Work on the Contract Price and the Contract Time.

17.6.2 Scope of Price Request

A Price Request shall contain adequate information, including any necessary Drawings and Specifications, to enable Contractor to provide the cost breakdowns required herein. The Contractor shall not be entitled to any additional compensation for preparing a response to a Price Request, whether ultimately accepted or not.

17.7 Proposed Change Order

17.7.1 Definition of Proposed Change Order

A Proposed Change Order (“PCO”) is a written request prepared by the Contractor requesting that the District and the Architect issue a Change Order based upon a proposed change to the Work.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-46

17.7.2 Changes in Contract Price

A PCO shall include breakdowns and backup documentation pursuant to the revisions herein and sufficient, in the District’s judgment, to validate any change in Contract Price. In no case shall Contractor or any of its Subcontractors be permitted to reserve rights for additional compensation for Change Order Work.

17.7.3 Changes in Time

A PCO shall also include any changes in time required to complete the Project. Any additional time requested shall not be the number of days to make the proposed change, but must be based upon the impact to the Construction Schedule as defined in the Contract Documents. The Contractor shall justify the proposed change in time by submittal of a schedule analysis that accurately shows the impact of the change on the critical path of the Construction Schedule (“Time Impact Analysis”). If Contractor fails to request a time extension in a PCO, including the Time Impact Analysis, then the Contractor is thereafter precluded from requesting, and waives any right to request, additional time and/or claim a delay. In no case shall Contractor or any of its Subcontractors be permitted to reserve rights for additional time for Change Order Work. A PCO that leaves the amount of time requested blank, or states that such time requested is “to be determined”, is not permitted and shall also constitute a waiver of any right to request additional time and/or claim a delay.

17.7.4 Unknown and/or Unforeseen Conditions

If there is an Allowance, then Contractor must submit a Request for Allowance Expenditure Directive, including supporting documentation as described below, to receive authorization for the release of funds from the Allowance. If cost of the unforeseen condition(s) exceed the Allowance, Contractor must submit a PCO requesting an increase in Contract Price and/or Contract Time that is based at least partially on Contractor’s assertion that Contractor has encountered unknown and/or unforeseen condition(s) on the Project, then Contractor shall base the PCO on provable information that, beyond a reasonable doubt and to the District’s satisfaction, demonstrates that the unknown and/or unforeseen condition(s) were actually unknown and/or unforeseen and that the condition(s) were reasonably unknown and/or unforeseen. If not, the District shall deny the PCO as unsubstantiated, and the Contractor shall complete the Project without any increase in Contract Price and/or Contract Time based on that PCO.

17.7.5 Time to Submit Proposed Change Order

Contractor shall submit its PCO within five (5) working days of the date Contractor discovers, or reasonably should have discovered, the circumstances giving rise to the PCO, unless additional time to submit a PCO is granted in writing by the District. Time is of the essence in Contractor’s submission of PCOs so that the District can promptly investigate the basis for the PCO. Accordingly, if Contractor fails to submit its PCO within this timeframe, Contractor waives, releases, and discharges any right to assert or claim any entitlement to an adjustment of the Contract Price and/or Time based on circumstances giving rise to the PCO.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-47

17.7.6 Proposed Change Order Certification

In submitting a PCO, Contractor certifies and affirms that the cost and/or time request is submitted in good faith, that the cost and/or time request is accurate and in accordance with the provisions of the Contract Documents, and the Contractor submits the cost and/or request for extension of time recognizing the significant civil penalties and treble damages which follow from making a false claim or presenting a false claim under Government Code section 12650 et seq.

17.8 Format for Proposed Change Order

17.8.1 The following format shall be used as applicable by the District and the Contractor (e.g. Change Orders, PCO’s) to communicate proposed additions and deductions to the Contract, supported by attached documentation. Any spaces left blank will be deemed no change to cost or time.

WORK PERFORMED OTHER THAN BY CONTRACTOR ADD DEDUCT

(a) Material (attach suppliers’ invoice or itemized quantity and unit cost plus sales tax)

(b) Add Labor (attach itemized hours and rates, fully encumbered)

(c) Add Equipment (attach suppliers’ invoice) (d) Subtotal (e) Add overhead and profit for any and all tiers of

Subcontractor, the total not to exceed ten percent (10%) of Item (d)

(f) Subtotal (g) Add Overhead and Profit for Contractor, not to exceed

five percent (5%) of Item (f)

(h) Subtotal (i) Add Bond and Insurance, not to exceed one and a half percent

(1.5%) of Item (h)

(j) TOTAL

(k) Time (zero unless indicated; “TBD” not permitted) Calendar Days

WORK PERFORMED BY CONTRACTOR ADD DEDUCT (a) Material (attach itemized quantity and unit cost plus sales

tax)

(b) Add Labor (attach itemized hours and rates, fully encumbered)

(c) Add Equipment (attach suppliers’ invoice) (d) Subtotal (e) Add Overhead and Profit for Contractor, not to exceed

fifteen percent (15%) of Item (d)

(f) Subtotal (g) Add Bond and Insurance, not to exceed one and a half percent

(1.5%) of Item (f)

(h) TOTAL

(i) Time (zero unless indicated; “TBD” not permitted) Calendar Days

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-48

17.8.2 Labor. Contractor shall be compensated for the costs of labor actually and directly utilized in the performance of the Work. Such labor costs shall be limited to field labor for which there is a prevailing wage rate classification. Wage rates for labor shall not exceed the prevailing wage rates in the locality of the Site and shall be in the labor classification(s) necessary for the performance of the Work. Labor costs shall exclude costs incurred by the Contractor in preparing estimate(s) of the costs of the change in the Work, in the maintenance of records relating to the costs of the change in the Work, coordination and assembly of materials and information relating to the change in the Work or performance thereof, or the supervision and other overhead and general conditions costs associated with the change in the Work or performance thereof, including but not limited to the cost for the job superintendent.

17.8.3 Materials. Contractor shall be compensated for the costs of materials necessarily and actually used or consumed in connection with the performance of the change in the Work. Costs of materials may include reasonable costs of transportation from a source closest to the Site of the Work and delivery to the Site. If discounts by material suppliers are available for materials necessarily used in the performance of the change in the Work, they shall be credited to the District. If materials necessarily used in the performance of the change in the Work are obtained from a supplier or source owned in whole or in part by the Contractor, compensation therefor shall not exceed the current wholesale price for such materials. If, in the reasonable opinion of the District, the costs asserted by the Contractor for materials in connection with any change in the Work are excessive, or if the Contractor fails to provide satisfactory evidence of the actual costs of such materials from its supplier or vendor of the same, the costs of such materials and the District’s obligation to pay for the same shall be limited to the then lowest wholesale price at which similar materials are available in the quantities required to perform the change in the Work. The District may elect to furnish materials for the change in the Work, in which event the Contractor shall not be compensated for the costs of furnishing such materials or any mark-up thereon.

17.8.4 Equipment. As a precondition to the District’s duty to pay for Equipment rental or loading and transportation, Contractor shall provide satisfactory evidence of the actual costs of Equipment from the supplier, vendor or rental agency of same. Contractor shall be compensated for the actual cost of the necessary and direct use of Equipment in the performance of the change in the Work. Use of such Equipment in the performance of the change in the Work shall be compensated in increments of fifteen (15) minutes. Rental time for Equipment moved by its own power shall include time required to move such Equipment to the site of the Work from the nearest available rental source of the same. If Equipment is not moved to the Site by its own power, Contractor will be compensated for the loading and transportation costs in lieu of rental time. The foregoing notwithstanding, neither moving time or loading and transportation time shall be allowed if the Equipment is used for performance of any portion of the Work other than the change in the Work. Unless prior approval in writing is obtained by the Contractor from the Architect, the Project Inspector and the District, no costs or compensation shall be allowed for time while Construction Equipment is inoperative, idle or on standby, for any reason. Contractor shall not be entitled to an allowance or any other compensation for Equipment or tools used in the performance of change in the Work where such Equipment or tools have a replacement value of $500.00 or less. Equipment costs claimed by the Contractor in connection with the performance of any Work shall not exceed rental rates established by distributors or construction equipment rental agencies in the locality of the Site; any costs asserted which exceed such rental rates shall not be allowed or paid. Unless otherwise specifically approved in writing by theArchitect, the Project Inspector and the District, the allowable rate for the use of Equipment in connection with the Work shall constitute full compensation to the Contractor for the cost of rental, fuel, power, oil, lubrication, supplies, necessary attachments, repairs or maintenance of any kind, depreciation, storage, insurance, labor (exclusive of labor costs of the Equipment operator), and any and all other costs incurred by the Contractor incidental to the use of such Equipment.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-49

17.8.5 Overhead and Profit. The phrase “Overhead and Profit” shall include field and office supervisors and assistants, watchperson, use of small tools, consumable, insurance other than construction bonds and insurance required herein, and general field and home office expenses.

17.9 Change Order Certification

17.9.1 All Change Orders and PCOs must include the following certification by the Contractor:

17.9.1.1 The undersigned Contractor approves the foregoing as to the changes, if any, to the Contract Price specified for each item, and as to the extension of time allowed, if any, for completion of the entire Work as stated herein, and agrees to furnish all labor, materials, and service, and perform all work necessary to complete any additional work specified for the consideration stated herein. Submission of sums which have no basis in fact or which Contractor knows are false are at the sole risk of Contractor and may be a violation of the False Claims Act set forth under Government Code section 12650 et seq. It is understood that the changes herein to the Contract shall only be effective when approved by the governing board of the District.

17.9.1.2 It is expressly understood that the value of the extra Work or changes expressly includes any and all of the Contractor’s costs and expenses, direct and indirect, resulting from additional time required on the Project or resulting from delay to the Project. Contractor is not entitled to separately recover amounts for overhead or other indirect costs. Any costs, expenses, damages, or time extensions not included are deemed waived.

17.10 Determination of Change Order Cost

17.10.1 The amount of the increase or decrease in the Contract Price from a Change Order, if any, shall be determined in one or more of the following ways as applicable to a specific situation and at the District's discretion:

17.10.1.1 District acceptance of a PCO;

17.10.1.2 By unit prices contained in Contractor’s original bid;

17.10.1.3 By agreement between District and Contractor.

17.11 Deductive Change Orders

All deductive Change Order(s) must be prepared pursuant to the provisions herein. Where a portion of the Work is deleted from the Contract, the reasonable value of the deducted work less the value of work performed shall be considered the appropriate deduction. The value submitted on the Schedule of Values shall be used to calculate the credit amount unless the bid documentation is being held in escrow as part of the Contract Documents. Unit Prices, if any, may be used in District’s discretion in calculating reasonable value. If Contractor offers a proposed amount for a deductive Change Order(s), Contractor shall include a minimum of five percent (5%) total profit and overhead to be deducted with the amount of the work of the Change Order(s). If Subcontractor work is involved, Subcontractors shall also include a minimum of five percent (5%) profit and overhead to be deducted with the amount of its deducted work. Any deviation from this provision shall not be allowed.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-50

17.12 Addition or Deletion of Alternate Bid Item(s)

If the Bid Form and Proposal includes proposal(s) for Alternate Bid Item(s), during Contractor’s performance of the Work, the District may elect to add or delete any such Alternate Bid Item(s) if not included in the Contract at the time of award. If the District elects to add or delete Alternate Bid Item(s) after Contract award, the cost or credit for such Alternate Bid Item(s) shall be as set forth in the Bid Form and Proposal unless the parties agree to a different price and the Contract Time shall be adjusted by the number of days allocated in the Contract Documents. If days are not allocated in the Contract Documents, the Contract Time shall be equitably adjusted.

17.13 Discounts, Rebates, and Refunds

For purposes of determining the cost, if any, of any change, addition, or omission to the Work hereunder, all trade discounts, rebates, refunds, and all returns from the sale of surplus materials and equipment shall accrue and be credited to the Contractor, and the Contractor shall make provisions so that such discounts, rebates, refunds, and returns may be secured, and the amount thereof shall be allowed as a reduction of the Contractor’s cost in determining the actual cost of construction for purposes of any change, addition, or omission in the Work as provided herein.

17.14 Accounting Records

With respect to portions of the Work performed by Change Orders and Construction Change Directives, the Contractor shall keep and maintain cost-accounting records satisfactory to the District, including, without limitation, Job Cost Reports as provided in these General Conditions, which shall be available to the District on the same terms as any other books and records the Contractor is required to maintain under the Contract Documents. Such records shall include without limitation hourly records for Labor and Equipment and itemized records of materials and Equipment used that day in connection with the performance of any Work. All records maintained hereunder shall be subject to inspection, review and/or reproduction by the District, the Architect or the Project Inspector upon request. In the event that the Contractor fails or refuses, for any reason, to maintain or make available for inspection, review and/or reproduction such records, the District’s reasonable good faith determination of the extent of adjustment to the Contract Price shall be final, conclusive, dispositive and binding upon Contractor. 17.15 Notice Required

If the Contractor desires to make a claim for an increase in the Contract Price, or any extension in the Contract Time for completion, it shall notify the District pursuant to the provisions herein, including the Article on Claims and Disputes. No claim shall be considered unless made in accordance with this subparagraph. Contractor shall proceed to execute the Work even though the adjustment may not have been agreed upon. Any change in the Contract Price or extension of the Contract Time resulting from such claim shall be authorized by a Change Order.

17.16 Applicability to Subcontractors

Any requirements under this Article shall be equally applicable to Change Orders or Construction Change Directives issued to Subcontractors by the Contractor to the extent as required by the Contract Documents.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-51

17.17 Alteration to Change Order Language

Contractor shall not alter Change Orders or reserve time in Change Orders. Change Orders altered in violation of this provision, if in conflict with the terms set forth herein, shall be construed in accordance with the terms set forth herein. Contractor shall execute finalized Change Orders and proceed under the provisions herein with proper notice.

17.18 Failure of Contractor to Execute Change Order

Contractor shall be in default of the Contract if Contractor fails to execute a Change Order when the Contractor agrees with the addition and/or deletion of the Work in that Change Order.

18. REQUEST FOR INFORMATION

18.1 Any Request for Information shall reference all applicable Contract Document(s), including Specification section(s), detail(s), page number(s), drawing number(s), and sheet number(s), etc. The Contractor shall make suggestions and interpretations of the issue raised by each Request for Information. A Request for Information cannot modify the Contract Price, Contract Time, or the Contract Documents. Upon request by the District, Contractor shall provide an electronic copy of the Request for Information in addition to the hard copy.

18.2 The Contractor shall be responsible for any costs incurred for professional services that District

may deduct from any amounts owing to the Contractor, if a Request for Information requests an interpretation or decision of a matter where the information sought is equally available to the party making the request. District, at its sole discretion, shall deduct from and/or invoice Contractor for all the professional services arising herein.

19. PAYMENTS

19.1 Contract Price

The Contract Price is stated in the Agreement and, including authorized adjustments, is the total amount payable by the District to the Contractor for performance of the Work under the Contract Documents.

19.2 Applications for Progress Payments

19.2.1 Procedure for Applications for Progress Payments

19.2.1.1 Application for Progress Payment

19.2.1.1.1 Not before the fifth (5th) day of each calendar month during the progress of the Work, Contractor shall submit to the District and the Architect an itemized Application for Payment for operations completed in accordance with the Schedule of Values. Such application shall be notarized, if required, and supported by the following or each portion thereof unless waived by the District in writing:

19.2.1.1.1.1 The amount paid to the date of the Application to the Contractor, to all its Subcontractors, and all others furnishing labor, material, or equipment for its Contract;

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-52

19.2.1.1.1.2 The amount being requested under the Application for Payment by the Contractor on its own behalf and separately stating the amount requested on behalf of each of the Subcontractors and all others furnishing labor, material, and equipment under the Contract;

19.2.1.1.1.3 The balance that will be due to each of such entities after said payment is made;

19.2.1.1.1.4 A certification that the As-Built Drawings and annotated Specifications are current;

19.2.1.1.1.5 Itemized breakdown of work done for the purpose of requesting partial payment;

19.2.1.1.1.6 An updated and acceptable construction schedule in conformance with the provisions herein;

19.2.1.1.1.7 The additions to and subtractions from the Contract Price and Contract Time;

19.2.1.1.1.8 A total of the retentions held; 19.2.1.1.1.9 Material invoices, evidence of equipment purchases, rentals, and other support and details of cost as the District may require from time to time;

19.2.1.1.1.10 The percentage of completion of the Contractor’s Work by line item;

19.2.1.1.1.11 Schedule of Values updated from the preceding Application for Payment;

19.2.1.1.1.12 A duly completed and executed conditional waiver and release upon progress payment compliant with Civil Code section 8132 from the Contractor and each subcontractor of any tier and supplier to be paid from the current progress payment;

19.2.1.1.1.13 A duly completed and executed unconditional waiver and release upon progress payment compliant with Civil Code section 8134 from the Contractor and each subcontractor of any tier and supplier that was paid from the previous progress payment(s); and

19.2.1.1.1.14 A certification by the Contractor of the following:

The Contractor warrants title to all Work performed as of the date of this payment application has been completed in accordance with the Contract Documents for the Project. The Contractor further warrants that all amounts have been paid for work which previous Certificates for Payment were issued and payments received and all Work performed as of the date of this payment application is free and clear of liens, claims, security interests, or encumbrances in favor of the Contractor, Subcontractors, material and equipment suppliers, workers, or other persons or entities making a claim by reason of having provided labor, materials, and equipment relating to the Work, except those of which the District has been

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-53

informed. Submission of sums which have no basis in fact or which Contractor knows are false are at the sole risk of Contractor and may be a violation of the False Claims Act set forth under Government Code section 12650 et seq.

19.2.1.1.1.15 The Contractor shall be subject to the False Claims Act set forth in Government Code section 12650 et seq. for information provided with any Application for Progress Payment.

19.2.1.1.1.16 All remaining certified payroll records (“CPR(s)”) for each journeyman, apprentice, worker, or other employee employed by the Contractor and/or each Subcontractor in connection with the Work for the period of the Application for Payment. As indicated herein, the District shall not make any payment to Contractor until:

19.2.1.1.1.16.1 Contractor and/or its Subcontractor(s) provide electronic CPRs weekly for all weeks any journeyman, apprentice, worker or other employee was employed in connection with the Work directly to the DIR, or within ten (10) days of any request by the District or the DIR, and

19.2.1.1.1.16.2 Any delay in Contractor and/or its Subcontractor(s) providing CPRs in a timely manner may directly delay the Contractor’s payment.

19.2.1.1.2 Applications received after June 20th will not be paid until the second week of July and applications received after December 12th will not be paid until the first week of January.

19.2.2 Prerequisites for Progress Payments

19.2.2.1 First Payment Request: The following items, if applicable, must be completed before the District will accept and/or process the Contractor's first payment request:

19.2.2.1.1 Installation of the Project sign;

19.2.2.1.2 Installation of field office;

19.2.2.1.3 Installation of temporary facilities and fencing;

19.2.2.1.4 Schedule of Values;

19.2.2.1.5 Contractor’s Construction Schedule;

19.2.2.1.6 Schedule of unit prices, if applicable;

19.2.2.1.7 Submittal Schedule;

19.2.2.1.8 Receipt by Architect of all submittals due as of the date of the payment application;

19.2.2.1.9 Copies of necessary permits;

19.2.2.1.10 Copies of authorizations and licenses from governing authorities;

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-54

19.2.2.1.11 Initial progress report;

19.2.2.1.12 Surveyor qualifications;

19.2.2.1.13 Written acceptance of District's survey of rough grading, if applicable;

19.2.2.1.14 List of all Subcontractors, with names, license numbers, telephone numbers, and Scope of Work;

19.2.2.1.15 All bonds and insurance endorsements; and Resumes of Contractor’s project manager, and if applicable, job site secretary, record documents recorder, and job site superintendent.

19.2.2.2 Second Payment Request: The District will not process the second payment request until and unless all submittals and Shop Drawings have been accepted for review by the Architect.

19.2.2.3 No Waiver of Criteria: Any payments made to Contractor where criteria set forth herein have not been met shall not constitute a waiver of said criteria by District. Instead, such payment shall be construed as a good faith effort by District to resolve differences so Contractor may pay its Subcontractors and suppliers. Contractor agrees that failure to submit such items may constitute a breach of contract by Contractor and may subject Contractor to termination.

19.3 Progress Payments

19.3.1 District’s Approval of Application for Payment

19.3.1.1 Upon receipt of an Application for Payment, The District shall act in accordance with both of the following:

19.3.1.1.1 Each Application for Payment shall be reviewed by the District as soon as practicable after receipt for the purpose of determining that the Application for Payment is a proper Application for Payment.

19.3.1.1.2 Any Application for Payment determined not to be a proper Application for Payment suitable for payment shall be returned to the Contractor as soon as practicable, but not later than seven (7) days, after receipt. An Application for Payment returned pursuant to this paragraph shall be accompanied by a document setting forth in writing the reasons why the Application for Payment is not proper. The number of days available to the District to make a payment without incurring interest pursuant to this section shall be reduced by the number of days by which the District exceeds this seven-day return requirement.

19.3.1.1.3 An Application for Payment shall be considered properly executed if funds are available for payment of the Application for Payment, and payment is not delayed due to an audit inquiry by the financial officer of the District.

19.3.1.2 The District’s review of the Contractor’s Application for Payment will be based on the District’s and the Architect’s observations at the Site and the data comprising the Application for Payment that the Work has progressed to the point indicated and that, to the best of the District’s and the Architect’s knowledge, information, and belief, the quality of the Work is in accordance with the Contract Documents. The foregoing representations are subject to:

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-55

19.3.1.2.1 Observation of the Work for general conformance with the Contract Documents,

19.3.1.2.2 Results of subsequent tests and inspections,

19.3.1.2.3 Minor deviations from the Contract Documents correctable prior to completion, and

19.3.1.2.4 Specific qualifications expressed by the Architect.

19.3.1.3 District’s approval of the certified Application for Payment shall be based on Contractor complying with all requirements for a fully complete and valid certified Application for Payment.

19.3.2 Payments to Contractor

19.3.2.1 Within thirty (30) days after approval of the Application for Payment, Contractor shall be paid a sum equal to ninety-five percent (95%) of the value of the Work performed (as verified by Architect and Inspector and certified by Contractor) up to the last day of the previous month, less the aggregate of previous payments and amount to be withheld. The value of the Work completed shall be Contractor’s best estimate. No inaccuracy or error in said estimate shall operate to release the Contractor, or any Surety upon any bond, from damages arising from such Work, or from the District's right to enforce each and every provision of this Contract, and the District shall have the right subsequently to correct any error made in any estimate for payment.

19.3.2.2 The Contractor shall not be entitled to have any payment requests processed, or be entitled to have any payment made for Work performed, so long as any lawful or proper direction given by the District concerning the Work, or any portion thereof, remains incomplete.

19.3.2.3 If the District fails to make any progress payment within thirty (30) days after receipt of an undisputed and properly submitted Application for Payment from the Contractor, the District shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure.

19.3.3 No Waiver

No payment by District hereunder shall be interpreted so as to imply that District has inspected, approved, or accepted any part of the Work. Notwithstanding any payment, the District may enforce each and every provision of this Contract. The District may correct or require correction of any error subsequent to any payment.

19.4 Decisions to Withhold Payment

19.4.1 Reasons to Withhold Payment

The District may withhold payment in whole, or in part, to the extent reasonably necessary to protect the District if, in the District's opinion, the representations to the District required herein cannot be made. The District may withhold payment, in whole, or in part, to such extent as may be necessary to protect the District from loss because of, but not limited to any of the following:

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-56

19.4.1.1 Defective Work not remedied within FORTY-EIGHT (48) hours of written notice to Contractor.

19.4.1.2 Stop Payment Notices or other liens served upon the District as a result of the Contract. Contractor agrees that the District may withhold up to 125% of the amount claimed in the Stop Payment Notice to answer the claim and to provide for the District’s reasonable cost of any litigation pursuant to the stop payment notice.

19.4.1.3 Liquidated damages assessed against the Contractor.

19.4.1.4 The cost of completion of the Contract if there exists a reasonable doubt that the Work can be completed for the unpaid balance of the Contract Price or by the completion date.

19.4.1.5 Damage to the District or other contractor(s).

19.4.1.6 Unsatisfactory prosecution of the Work by the Contractor.

19.4.1.7 Failure to store and properly secure materials.

19.4.1.8 Failure of the Contractor to submit, on a timely basis, proper, sufficient, and acceptable documentation required by the Contract Documents, including, without limitation, a Construction Schedule, Schedule of Submittals, Schedule of Values, Monthly Progress Schedules, Shop Drawings, Product Data and samples, Proposed product lists, executed Change Orders, and/or verified reports.

19.4.1.9 Failure of the Contractor to maintain As-Built Drawings.

19.4.1.10 Erroneous estimates by the Contractor of the value of the Work performed, or other false statements in an Application for Payment.

19.4.1.11 Unauthorized deviations from the Contract Documents.

19.4.1.12 Failure of the Contractor to prosecute the Work in a timely manner in compliance with the Construction Schedule, established progress schedules, and/or completion dates.

19.4.1.13 Failure to provide acceptable electronic certified payroll records, as required by the Labor Code, by these Contract Documents, or by written request; for each journeyman, apprentice, worker, or other employee employed by the Contractor and/or by each Subcontractor in connection with the Work for the period of the Application for Payment or if payroll records are delinquent or inadequate.

19.4.1.14 Failure to properly pay prevailing wages as required in Labor Code section 1720 et seq., failure to comply with any other Labor Code requirements, and/or failure to comply with labor compliance monitoring and enforcement by the DIR.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-57

19.4.1.15 Allowing an unregistered subcontractor, as described in Labor Code section 1725.5, to engage in the performance of any work under this Contract.

19.4.1.16 Failure to comply with any applicable federal statutes and regulations regarding minimum wages, withholding, payrolls and basic records, apprentice and trainee employment requirements, equal employment opportunity requirements, Copeland Act requirements, Davis-Bacon Act and related requirements, Contract Work Hours and Safety Standards Act requirements, if applicable.

19.4.1.17 Failure to properly maintain or clean up the Site.

19.4.1.18 Failure to timely indemnify, defend, or hold harmless the District.

19.4.1.19 Any payments due to the District, including but not limited to payments for failed tests, utilities changes, or permits.

19.4.1.20 Failure to pay Subcontractor(s) or supplier(s) as required by law and by the Contract Documents.

19.4.1.21 Failure to pay any royalty, license or similar fees.

19.4.1.22 Contractor is otherwise in breach, default, or in substantial violation of any provision of this Contract.

19.4.1.23 Failure to perform any implementation and/or monitoring required by any SWPPP for the Project and/or the imposition of any penalties or fines therefore whether imposed on the District or Contractor.

19.4.2 Reallocation of Withheld Amounts

19.4.2.1 District may, in its discretion, apply any withheld amount to pay outstanding claims or obligations as defined herein. In so doing, District shall make such payments on behalf of Contractor. If any payment is so made by District, then that amount shall be considered a payment made under Contract by District to Contractor and District shall not be liable to Contractor for any payment made in good faith. These payments may be made without prior judicial determination of claim or obligation. District will render Contractor an accounting of funds disbursed on behalf of Contractor.

19.4.2.2 If Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents or fails to perform any provision thereof, District may, after FORTY-EIGHT (48) hours’ written notice to the Contractor and, without prejudice to any other remedy, make good such deficiencies. The District shall adjust the total Contract Price by reducing the amount thereof by the cost of making good such deficiencies. If District deems it inexpedient to correct Work that is damaged, defective, or not done in accordance with Contract provisions, an equitable reduction in the Contract Price (of at least one hundred fifty percent (150%) of the estimated reasonable value of the nonconforming Work) shall be made therefor.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-58

19.4.3 Payment After Cure

When Contractor removes the grounds for declining approval, payment shall be made for amounts withheld because of them. No interest shall be paid on any retainage or amounts withheld due to the failure of the Contractor to perform in accordance with the terms and conditions of the Contract Documents.

19.5 Subcontractor Payments

19.5.1 Payments to Subcontractors

No later than seven (7) days after receipt, or pursuant to Business and Professions Code section 7108.5 and Public Contract Code section 7107, the Contractor shall pay to each Subcontractor, out of the amount paid to the Contractor on account of such Subcontractor’s portion of the Work, the amount to which said Subcontractor is entitled. The Contractor shall, by appropriate agreement with each Subcontractor, require each Subcontractor to make payments to its Sub-subcontractors in a similar manner.

19.5.2 No Obligation of District for Subcontractor Payment

The District shall have no obligation to pay, or to see to the payment of, money to a Subcontractor except as may otherwise be required by law.

19.5.3 Joint Checks

District shall have the right in its sole discretion, if necessary for the protection of the District, to issue joint checks made payable to the Contractor and Subcontractors and/or material or equipment suppliers. The joint check payees shall be responsible for the allocation and disbursement of funds included as part of any such joint payment. In no event shall any joint check payment be construed to create any contract between the District and a Subcontractor of any tier, or a material or equipment supplier, any obligation from the District to such Subcontractor or a material or equipment supplier, or rights in such Subcontractor or a material or equipment supplier against the District.

20. COMPLETION OF THE WORK

20.1 Completion

20.1.1 District will accept completion of Contract and have the Notice of Completion recorded when the entire Work shall have been completed to the satisfaction of District.

20.1.2 The Work may only be accepted as complete by action of the governing board of the District.

20.1.3 District, at its sole option, may accept completion of Contract and have the Notice of Completion recorded when the entire Work shall have been completed to the satisfaction of District, except for minor corrective items, as distinguished from incomplete items. If Contractor fails to complete all minor corrective items

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-59

within fifteen (15) days after the date of the District’s acceptance of completion, District shall withhold from the final payment one hundred fifty percent (150%) of an estimate of the amount sufficient to complete the corrective items, as determined by District, until the item(s) are completed.

20.1.4 At the end of the 15-day period, if there are any items remaining to be corrected, District may elect to proceed as provided herein related to adjustments to Contract Price, and/or District’s right to perform the Work of the Contractor.

20.2 Close-Out/Certification Procedures

20.2.1 Punch List

The Contractor shall notify the Architect when Contractor considers the Work complete. Upon notification, Architect will prepare a list of minor items to be completed or corrected (“Punch List”). The Contractor and/or its Subcontractors shall proceed promptly to complete and correct items on the Punch List. Failure to include an item on Punch List does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents.

20.2.2 Close-Out/Certification Requirements

20.2.2.1 Utility Connections

Buildings shall be connected to water, gas, sewer, and electric services, complete and ready for use. Service connections shall be made and existing services reconnected.

20.2.2.2 Record Drawings and Record Specifications

20.2.2.2.1 Contractor shall provide exact Record Drawings of the Work (“As-Builts”) and Record Specifications upon completion of the Project and as a condition precedent to approval of final payment.

20.2.2.2.2 Contractor shall obtain the Inspector’s approval of the corrected prints and employ a competent draftsman to transfer the Record Drawings information to the most current version of AutoCAD that is, at that time, currently utilized for plan check submission by either the District, the Architect, OPSC, and/or DSA, and print a complete set of transparent sepias. When completed, Contractor shall deliver corrected sepias and diskette/CD/other data storage device acceptable to District with AutoCAD file to the District.

20.2.2.2.3 Contractor is liable and responsible for any and all inaccuracies in the Record Drawings and Record Specifications, even if inaccuracies become evident at a future date.

20.2.2.3 Maintenance Manuals: Contractor shall prepare all operation and maintenance manuals and date as indicated in the Specifications.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-60

20.2.2.4 Source Programming: Contractor shall provide all source programming for all items in the Project.

20.2.2.5 Verified Reports: Contractor shall completely and accurately fill out and file forms DSA 6-C or DSA 152 (or current form), as appropriate. Refer to section 4-336 and section 4-343 of Part 1, Title 24 of the California Code of Regulations.

20.3 Final Inspection

20.3.1 Contractor shall comply with Punch List procedures as provided herein, and maintain the presence of a Project Superintendent and Project Manager until the Punch List is complete to ensure proper and timely completion of the Punch List. Under no circumstances shall Contractor demobilize its forces prior to completion of the Punch List without District’s prior written approval. Upon receipt of Contractor’s written notice that all of the Punch List items have been fully completed and the Work is ready for final inspection and District acceptance, Architect and Project Inspector will inspect the Work and shall submit to Contractor and District a final inspection report noting the Work, if any, required in order to complete in accordance with the Contract Documents. Absent unusual circumstances, this report shall consist of the Punch List items not yet satisfactorily completed.

20.3.2 Upon Contractor’s completion of all items on the Punch List and any other uncompleted portions of the Work, the Contractor shall notify the District and Architect, who shall again inspect such Work. If the Architect finds the Work complete and acceptable under the Contract Documents, the Architect will notify Contractor, who shall then jointly submit to the Architect and the District its final Application for Payment.

20.3.3 Final Inspection Requirements

20.3.3.1 Before calling for final inspection, Contractor shall determine that the following have been performed:

20.3.3.1.1 The Work has been completed.

20.3.3.1.2 All life safety items are completed and in working order.

20.3.3.1.3 Mechanical and electrical Work are complete and tested, fixtures are in place, connected, and ready for tryout.

20.3.3.1.4 Electrical circuits scheduled in panels and disconnect switches labeled.

20.3.3.1.5 Painting and special finishes complete.

20.3.3.1.6 Doors complete with hardware, cleaned of protective film, relieved of sticking or binding, and in working order.

20.3.3.1.7 Tops and bottoms of doors sealed.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-61

20.3.3.1.8 Floors waxed and polished as specified.

20.3.3.1.9 Broken glass replaced and glass cleaned.

20.3.3.1.10 Grounds cleared of Contractor’s equipment, raked clean of debris, and trash removed from Site.

20.3.3.1.11 Work cleaned, free of stains, scratches, and other foreign matter, and damaged and broken material replaced.

20.3.3.1.12 Finished and decorative work shall have marks, dirt, and superfluous labels removed.

20.3.3.1.13 Final cleanup, as provided herein.

20.4 Costs of Multiple Inspections

More than two (2) requests of the District to make a final inspection shall be considered an additional service of District, Architect, Construction Manager, and/or Project Inspector, and all subsequent costs will be invoiced to Contractor and if funds are available, withheld from remaining payments.

20.5 Partial Occupancy or Use Prior to Completion

20.5.1 District’s Rights to Occupancy

The District may occupy or use any completed or partially completed portion of the Work at any stage, and such occupancy shall not constitute the District’s Final Acceptance of any part of the Work. Neither the District’s Final Acceptance, the making of Final Payment, any provision in Contract Documents, nor the use or occupancy of the Work, in whole or in part, by District shall constitute acceptance of Work not in accordance with the Contract Documents nor relieve the Contractor or the Contractor's Performance Bond Surety from liability with respect to any warranties or responsibility for faulty or defective Work or materials, equipment and workmanship incorporated therein. In the event that the District occupies or uses any completed or partially completed portion of the Work, the Contractor shall remain responsible for payments, security, maintenance, heat, utilities, damage to the Work, insurance, the period for correction of the Work, and the commencement of warranties required by the Contract Documents unless the Contractor requests in writing, and the District agrees, to otherwise divide those responsibilities. Any dispute as to responsibilities shall be resolved pursuant to the Claims and Disputes provisions herein, with the added provision that during the dispute process, the District shall have the right to occupy or use any portion of the Work that it needs or desires to use.

20.5.2 Inspection Prior to Occupancy or Use

Immediately prior to partial occupancy or use, the District, the Contractor, and the Architect shall jointly inspect the area to be occupied or portion of the Work to be used in order to determine and record the condition of the Work.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-62

20.5.3 No Waiver

Unless otherwise agreed upon, partial or entire occupancy or use of a portion or portions of the Work shall not constitute beneficial occupancy or District’s acceptance of the Work not complying with the requirements of the Contract Documents.

21. FINAL PAYMENT AND RETENTION

21.1 Final Payment

Upon receipt and approval of a valid and final Application for Payment, the Architect will issue a final Certificate of Payment. The District shall thereupon jointly inspect the Work and either accept the Work as complete or notify the Architect and the Contractor in writing of reasons why the Work is not complete. Upon District’s acceptance of the Work of the Contractor as fully complete by the Governing Board of the District (that, absent unusual circumstances, will occur when the Punch List items have been satisfactorily completed), the District shall record a Notice of Completion with the County Recorder, and the Contractor shall, upon receipt of final payment from the District, pay the amount due Subcontractors.

21.2 Prerequisites for Final Payment

The following conditions must be fulfilled prior to Final Payment:

21.2.1 A full release of all Stop Payment Notices served in connection with the Work shall be submitted by Contractor.

21.2.2 A duly completed and executed conditional waiver and release upon final payment compliant with Civil Code section 8136, from the Contractor and each subcontractor of any tier and supplier to be paid from the final payment.

21.2.3 A duly completed and executed unconditional waiver and release upon progress payment compliant with Civil Code section 8134, from the Contractor and each subcontractor of any tier and supplier that was paid from the previous progress payments.

21.2.4 A duly completed and executed Document 00 65 19.26, “AGREEMENT AND RELEASE OF ANY AND ALL CLAIMS” from the Contractor.

21.2.5 The Contractor shall have made all corrections to the Work that are required to remedy any defects therein, to obtain compliance with the Contract Documents or any requirements of applicable codes and ordinances, or to fulfill any of the orders or directions of District required under the Contract Documents.

21.2.6 Each Subcontractor shall have delivered to the Contractor all written guarantees, warranties, applications, and bonds required by the Contract Documents for its portion of the Work.

21.2.7 Contractor must have completed all requirements set forth under “Close- Out/Certification Procedures,” including, without limitation, submission of an approved set of complete Record Drawings.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-63

21.2.8 Architect shall have issued its written approval that final payment can be made.

21.2.9 The Contractor shall have delivered to the District all manuals and materials required by the Contract Documents, which must be approved by the District.

21.2.10 The Contractor shall have completed final clean-up as provided herein.

21.3 Retention

21.3.1 The retention, less any amounts disputed by the District or that the District has the right to withhold pursuant to provisions herein, shall be paid:

21.3.1.1 After approval by the Architect of the Application and Certificate of Payment,

21.3.1.2 After the satisfaction of the conditions set forth herein, and

21.3.1.3 After forty-five (45) days after the recording of the Notice of Completion by District.

21.3.2 No interest shall be paid on any retention, or on any amounts withheld due to a failure of the Contractor to perform, in accordance with the terms and conditions of the Contract Documents, except as provided to the contrary in any Escrow Agreement between the District and the Contractor pursuant to Public Contract Code section 22300.

21.4 Substitution of Securities

The District will permit the substitution of securities in accordance with the provisions of Public Contract Code section 22300.

22. UNCOVERING OF WORK

If a portion of the Work is covered without Inspector or Architect approval or not in compliance with the Contract Documents, it must, if required in writing by the District, the Project Inspector, or the Architect, be uncovered for the Project Inspector’s or the Architect’s observation and be corrected, replaced, and/or recovered at the Contractor’s expense without change in the Contract Price or Contract Time.

23. NONCONFORMING WORK AND CORRECTION OF WORK

23.1 Nonconforming Work

23.1.1 Contractor shall promptly remove from Premises all Work identified by District as failing to conform to the Contract Documents whether incorporated or not. Contractor shall promptly replace and re-execute its own Work to comply with the Contract Documents without additional expense to the District and shall bear the expense of making good all work of other contractors destroyed or damaged by any

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-64

removal or replacement pursuant hereto and/or any delays to the District or other Contractors caused thereby.

23.1.2 If Contractor does not remove Work that District has identified as failing to conform to the Contract Documents within a reasonable time, not to exceed FORTY-EIGHT (48) hours, District may remove it and may store any material at Contractor’s expense. If Contractor does not pay expense(s) of that removal within ten (10) days’ time thereafter, District may, upon ten (10) days’ written notice, sell any material at auction or at private sale and shall deduct all costs and expenses incurred by the District and/or District may withhold those amounts from payment(s) to Contractor.

23.2 Correction of Work

23.2.1 Correction of Rejected Work

Pursuant to the notice provisions herein, the Contractor shall immediately correct the Work rejected by the District, the Architect, or the Project Inspector as failing to conform to the requirements of the Contract Documents, whether observed before or after Completion and whether or not fabricated, installed, or completed. The Contractor shall bear costs of correcting the rejected Work, including additional testing, inspections, and compensation for the Inspector’s or the Architect’s services and expenses made necessary thereby.

23.2.2 One-Year Warranty Corrections

If, within one (1) year after the date of Completion of the Work or a designated portion thereof, or after the date for commencement of warranties established hereunder, or by the terms of an applicable special warranty required by the Contract Documents, any of the Work is found to be not in accordance with the requirements of the Contract Documents, the Contractor shall correct it promptly after receipt of written notice from the District to do so. This period of one (1) year shall be extended with respect to portions of the Work first performed after Completion by the period of time between Completion and the actual performance of the Work. This obligation hereunder shall survive District’s acceptance of the Work under the Contract and termination of the Contract. The District shall give such notice promptly after discovery of the condition.

23.3 District's Right to Perform Work

23.3.1 If the Contractor should neglect to prosecute the Work properly or fail to perform any provisions of this contract, the District, after FORTY-EIGHT (48) hours written notice to the Contractor, may, without prejudice to any other remedy it may have, make good such deficiencies and may deduct the cost thereof from the payment then or thereafter due the Contractor.

23.3.2 If it is found at any time, before or after completion of the Work, that Contractor has varied from the Drawings and/or Specifications, including, but not limited to, variation in material, quality, form, or finish, or in the amount or value of the materials and labor used, District may require at its option:

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-65

23.3.2.1 That all such improper Work be removed, remade or replaced, and all work disturbed by these changes be made good by Contractor at no additional cost to the District;

23.3.2.2 That the District deduct from any amount due Contractor the sum of money equivalent to the difference in value between the work performed and that called for by the Drawings and Specifications; or

23.3.2.3 That the District exercise any other remedy it may have at law or under the Contract Documents, including but not limited to the District hiring its own forces or another contractor to replace the Contractor’s nonconforming Work, in which case the District shall either issue a deductive Change Order, a Construction Change Directive, or invoice the Contractor for the cost of that work. Contractor shall pay any invoices within thirty (30) days of receipt of same or District may withhold those amounts from payment(s) to Contractor.

24. TERMINATION AND SUSPENSION

24.1 District's Right to Terminate Contractor for Cause

24.1.1 Grounds for Termination: The District, in its sole discretion, may terminate the Contract and/or terminate the Contractor’s right to perform the work of the Contract based upon any of the following:

24.1.1.1 Contractor refuses or fails to execute the Work or any separable part thereof with sufficient diligence as will ensure its completion within the time specified or any extension thereof, or

24.1.1.2 Contractor fails to complete said Work within the time specified or any extension thereof, or

24.1.1.3 Contractor persistently fails or refused to perform Work or provide material of sufficient quality as to be in compliance with Contract Documents; or

24.1.1.4 Contractor persistently or repeatedly refuses fails, except in cases for which extension of time is provided, to supply enough properly skilled workers or proper materials to complete the Work in the time specified; or

24.1.1.5 Contractor fails to make prompt payment to Subcontractors, or for material, or for labor; or

24.1.1.6 Contractor persistently disregards laws, or ordinances, or instructions of District; or

24.1.1.7 Contractor fails to supply labor, including that of Subcontractors, that is sufficient to prosecute the Work or that can work in harmony with all other elements of labor employed or to be employed on the Work; or

24.1.1.8 Contractor or its Subcontractor(s) is/are otherwise in breach, default, or in substantial violation of any provision of this Contract, including but not limited to a lapse in licensing or registration.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-66

24.1.2 Notification of Termination

24.1.2.1 Upon the occurrence at District's sole determination of any of the above conditions, District may, without prejudice to any other right or remedy, serve written notice upon Contractor and its Surety of District's termination of this Contract and/or the Contractor’s right to perform the work of the Contract. This notice will contain the reasons for termination. Unless, within three (3) days after the service of the notice, any and all condition(s) shall cease, and any and all violation(s) shall cease, or arrangement satisfactory to District for the correction of the condition(s) and/or violation(s) be made, this Contract shall cease and terminate. Upon Termination, Contractor shall not be entitled to receive any further payment until the entire Work is finished.

24.1.2.2 Upon Termination, District may immediately serve written notice of tender upon Surety whereby Surety shall have the right to take over and perform this Contract only if Surety:

24.1.2.2.1 Within three (3) days after service upon it of the notice of tender, gives District written notice of Surety’s intention to take over and perform this Contract; and

24.1.2.2.2 Commences performance of this Contract within three (3) days from date of serving of its notice to District.

24.1.2.3 Surety shall not utilize Contractor in completing the Project if the District notifies Surety of the District’s objection to Contractor’s further participation in the completion of the Project. Surety expressly agrees that any contractor which Surety proposes to fulfill Surety’s obligations is subject to District’s approval. District’s approval shall not be unreasonably withheld, conditioned or delayed.

24.1.2.4 If Surety fails to notify District or begin performance as indicated herein, District may take over the Work and execute the Work to completion by any method it may deem advisable at the expense of Contractor and/or its Surety. Contractor and/or its Surety shall be liable to District for any excess cost or other damages the District incurs thereby. Time is of the essence in this Contract. If the District takes over the Work as herein provided, District may, without liability for so doing, take possession of and utilize in completing the Work such materials, appliances, plan, and other property belonging to Contractor as may be on the Site of the Work, in bonded storage, or previously paid for.

24.1.3 Effect of Termination

24.1.3.1 Contractor shall, only if ordered to do so by the District, immediately remove from the Site all or any materials and personal property belonging to Contractor that have not been incorporated in the construction of the Work, or which are not in place in the Work. The District retains the right, but not the obligation, to keep and use any materials and personal property belonging to Contractor that have not been incorporated in the construction of the Work, or which are not in place in the Work. The Contractor and its Surety shall be liable upon the performance bond for all damages caused to the District by reason of the Contractor’s failure to complete the Contract.

24.1.3.2 In the event that the District shall perform any portion of, or the whole of the Work, pursuant to the provisions of the General Conditions, the District shall not be liable nor account to the Contractor in any way for the time within which, or the manner in which, the Work is performed by the District or for any changes the District may make in the Work or for the money expended by the District in satisfying claims and/or suits and/or other obligations in connection with the Work.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-67

24.1.3.3 In the event that the Contract is terminated for any reason, no allowances or compensation will be granted for the loss of any anticipated profit by the Contractor or any impact or impairment of Contractor’s bonding capacity.

24.1.3.4 If the expense to the District to finish the Work exceeds the unpaid Contract Price, Contractor and Surety shall pay difference to District within twenty-one (21) days of District's request.

24.1.3.5 The District shall have the right (but shall have no obligation) to assume and/or assign to a general contractor or construction manager or other third party who is qualified and has sufficient resources to complete the Work, the rights of the Contractor under its subcontracts with any or all Subcontractors. In the event of an assumption or assignment by the District, no Subcontractor shall have any claim against the District or third party for Work performed by Subcontractor or other matters arising prior to termination of the Contract. The District or any third party, as the case may be, shall be liable only for obligations to the Subcontractor arising after assumption or assignment. Should the District so elect, the Contractor shall execute and deliver all documents and take all steps, including the legal assignment of its contractual rights, as the District may require, for the purpose of fully vesting in the District the rights and benefits of its Subcontractor under Subcontracts or other obligations or commitments. All payments due the Contractor hereunder shall be subject to a right of offset by the District for expenses and damages suffered by the District as a result of any default, acts, or omissions of the Contractor. Contractor must include this assignment provision in all of its contracts with its Subcontractors.

24.1.3.6 The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to District.

24.1.4 Emergency Termination of Public Contracts Act of 1949

24.1.4.1 This Contract is subject to termination as provided by sections 4410 and 4411 of the Government Code of the State of California, being a portion of the Emergency Termination of Public Contracts Act of 1949.

24.1.4.1.1 Section 4410 of the Government Code states: In the event a national emergency occurs, and public work, being performed by contract, is stopped, directly or indirectly, because of the freezing or diversion of materials, equipment or labor, as the result of an order or a proclamation of the President of the United States, or of an order of any federal authority, and the circumstances or conditions are such that it is impracticable within a reasonable time to proceed with a substantial portion of the work, then the public agency and the contractor may, by written agreement, terminate said contract.

24.1.4.1.2 Section 4411 of the Government Code states:

Such an agreement shall include the terms and conditions of the termination of the contract and provision for the payment of compensation or money, if any, which either party shall pay to the other or any other person, under the facts and circumstances in the case.

24.1.4.2 Compensation to the Contractor shall be determined at the sole discretion of District on the basis of the reasonable value of the Work done, including preparatory work. As an exception to the foregoing and at the District's discretion, in the case of any fully completed separate item or

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-68

portion of the Work for which there is a separate previously submitted unit price or item on the accepted schedule of values, that price shall control. The District, at its sole discretion, may adopt the Contract Price as the reasonable value of the work done or any portion thereof.

24.2 Termination of Contractor for Convenience

24.2.1 District in its sole discretion may terminate the Contract upon three (3) days’ written notice to the Contractor. Under a termination for convenience, the District retains the right to all the options available to the District if there is a termination for cause. In case of a termination for convenience, the Contractor shall have no claims against the District except:

24.2.1.1 The actual cost for labor, materials, and services performed that is unpaid and adequately documented through timesheets, invoices, receipts, or otherwise, and

24.2.1.2 Five percent (5%) of the total cost of work performed as of the date of termination, or five percent (5%) of the value of the Work yet to be performed, whichever is less. This five percent (5%) amount shall be full compensation for all Contractor's and Subcontractor(s)’ mobilization and/or demobilization costs and any anticipated loss profits resulting from termination of the Contractor for convenience.

24.3 Suspension of Work

24.3.1 District in its sole discretion may suspend, delay or interrupt the Work in whole or in part for such period of time as the District may determine upon three (3) days written notice to the Contractor.

24.3.1.1 An adjustment may be made for changes in the cost of performance of the Work caused by any such suspension, delay or interruption. No adjustment shall be made to the extent:

24.3.1.1.1 That performance is, was or would have been so suspended, delayed or interrupted by another cause for which Contractor is responsible; or

24.3.1.1.2 That an equitable adjustment is made or denied under another provision of the Contract; or

24.3.1.1.3 That the suspension of Work was the direct or indirect result of Contractor’s failure to perform any of its obligations hereunder.

24.3.1.2 Any adjustments in cost of performance may have a fixed or percentage fee as provided in the section on Format for Proposed Change Order herein. This amount shall be full compensation for all Contractor’s and its Subcontractor(s)’ changes in the cost of performance of the Contract caused by any such suspension, delay or interruption.

25. CLAIMS PROCESS

25.1 Performance during Claim Process

Contractor and its subcontractors shall continue to perform its Work under the Contract and shall not cause a delay of the Work during any dispute, claim, negotiation, mediation, or arbitration proceeding, except by written agreement by the District.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-69

25.2 Definition of Claim

25.2.1 Pursuant to Public Contract Code section 9204, the term “Claim” means a separate demand by the Contractor sent by registered mail or certified mail with return receipt requested, for one or more of the following:

25.2.1.1 A time extension, including without limitation, for relief of damages or penalties for delay assessed by the District under the Contract;

25.2.1.2 Payment by the District of money or damages arising from work done by, or on behalf of, the Contractor pursuant to the Contract and payment of which is not otherwise expressly provided for or to which Contractor is not otherwise entitled to; or

25.2.1.3 An amount of payment disputed by the District.

25.3 Claims Presentation

25.3.1 If Contractor intends to apply for an increase in the Contract Price or Contract Time for any reason including, without limitation, the acts of District or its agents, Contractor shall, within thirty (30) days after the event giving rise to the Claim, give notice of the Claim in writing, including an itemized statement of the details and amounts of its Claim for any increase in the Contract Price of Contract Time, including a Schedule Analysis and any and all other documentation substantiating Contractor’s claimed damages. Otherwise, Contractor shall have waived and relinquished its dispute against the District and Contractor’s claims for compensation or an extension of time shall be forfeited and invalidated. Likewise, failure to timely submit a claim and the requisite supporting documentation shall constitute a waiver of such claim.

25.3.2 The Claim shall identify:

25.3.2.1 The issues, events, conditions, circumstances and/or causes giving rise to the dispute, and shall show, in detail, the cause and effect of same;

25.3.2.2 The pertinent dates and/or durations and actual and/or anticipated effects on the Contract Price, Contract Schedule milestones and/or Contract Time adjustments;

25.3.2.3 The line-item costs for labor, material, and/or equipment, if applicable; or

25.3.2.4 A request by Contractor, if any, to waive the claims procedure under Public Contract Code section 9204 and proceed directly to the commencement of a civil action or binding arbitration.

25.3.3 The Claim shall include the following certification by the Contractor:

25.3.3.1 The undersigned Contractor certifies under penalty of perjury that the attached dispute is made in good faith; that the supporting data is accurate and complete to the best of my knowledge and belief; that the amount requested accurately reflects the adjustment for which Contractor believes the District is liable; and that I am duly authorized to certify the dispute on behalf of the Contractor.

25.3.3.2 Furthermore, Contractor understands that the value of the attached dispute expressly

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-70

includes any and all of the Contractor’s costs and expenses, direct and indirect, resulting from the Work performed on the Project, additional time required on the Project and/or resulting from delay to the Project. Contractor may not separately recover for overhead or other indirect costs. Any costs, expenses, damages, or time extensions not included are deemed waived.

25.4 Claim Resolution pursuant to Public Contract Code section 9204

25.4.1 STEP 1:

25.4.1.1 Upon receipt of a Claim by registered or certified mail, return receipt requested, including the documents necessary to substantiate it, the District shall conduct a reasonable review of the Claim and, within a period not to exceed 45 days, shall provide the Contractor a written statement identifying what portion of the Claim is disputed and what portion is undisputed. Upon receipt of a Claim, the District and Contractor may, by mutual agreement, extend the time period to provide a written statement. If the District needs approval from its governing body to provide the Contractor a written statement identifying the disputed portion and the undisputed portion of the Claim, and the governing body does not meet within the 45 days or within the mutually agreed to extension of time following receipt of Claim sent by registered mail or certified mail, return receipt requested, the District shall have up to three (3) days following the next duly publicly noticed meeting of the governing body after the 45- day period, or extension, expires to provide Contractor a written statement identifying the disputed portion and the undisputed portion.

25.4.1.1.1 Any payment due on an undisputed portion of the Claim shall be processed and made within 60 days after the District issues its written statement. Amounts not paid in a timely manner as required by this section, section 25.4, shall bear interest at seven percent (7%) per annum.

25.4.1.2 Upon receipt of a Claim, the parties may mutually agree to waive, in writing, mediation and proceed directly to the commencement of a civil action or binding arbitration, as applicable. In this instance, District and Contractor must comply with the sections below regarding Public Contract Code section 20104 et seq. and Government Code Claim Act Claims.

25.4.1.3 If the District fails to issue a written statement, or to otherwise meet the time requirements of this section, this shall result in the Claim being deemed rejected in its entirety. A Claim that is denied by reason of the District’s failure to have responded to a Claim, or its failure to otherwise meet the time requirements of this section, shall not constitute an adverse finding with regard to the merits of the Claim or the responsibility or qualifications of Contractor.

25.4.2 STEP 2:

25.4.2.1 If Contractor disputes the District’s written response, or if the District fails to respond to a Claim within the time prescribed, Contractor may demand in writing an informal conference to meet and confer for settlement of the issues in dispute. Upon receipt of a demand in writing sent by registered mail or certified mail, return receipt requested, the District shall schedule a meet and confer conference within 30 days for settlement of the dispute. Within 10 business days following the conclusion of the meet and confer conference, if the Claim or any portion of the Claim remains in dispute, the District shall provide the Contractor a written statement identifying the portion of the Claim that remains in dispute and the portion that is undisputed.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-71

25.4.2.1.1.1 Any payment due on an undisputed portion of the Claim shall be processed and made within 60 days after the District issues its written statement. Amounts not paid in a timely manner as required by this section, section 25.4, shall bear interest at seven percent (7%) per annum.

25.4.3 STEP 3:

25.4.3.1 Any disputed portion of the Claim, as identified by Contractor in writing, shall be submitted to nonbinding mediation, with the District and Contractor sharing the associated costs equally. The District and Contractor shall mutually agree to a mediator within 10 business days after the disputed portion of the Claim has been identified in writing. If the parties cannot agree upon a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate with regard to the disputed portion of the Claim. Each party shall bear the fees and costs charged by its respective mediator in connection with the selection of the neutral mediator. If mediation is unsuccessful, the parts of the Claim remaining in dispute shall be subject to applicable procedures outside this section.

25.4.3.1.1 For purposes of this section, mediation includes any nonbinding process, including, but not limited to, neutral evaluation or a dispute review board, in which an independent third party or board assists the parties in dispute resolution through negotiation or by issuance of an evaluation. Any mediation utilized shall conform to the timeframes in this section.

25.4.3.2 Unless otherwise agreed to by the District and Contractor in writing, the mediation conducted pursuant to this section shall excuse any further obligation under Public Contract Code section 20104.4 to mediate after litigation has been commenced.

25.4.4 STEP 4:

25.4.4.1 If mediation under this section does not resolve the parties’ dispute, the District may, but does not require arbitration of disputes under private arbitration or the Public Works Contract Arbitration Program.

25.5 Subcontractor Pass-Through Claims

25.5.1 If a subcontractor or a lower tier subcontractor lacks legal standing to assert a claim against a District because privity of contract does not exist, the contractor may present to the District a Claim on behalf of a subcontractor or lower tier subcontractor. A subcontractor may request in writing, either on his or her own behalf or on behalf of a lower tier subcontractor, that Contractor present a Claim for work which was performed by the subcontractor or by a lower tier subcontractor on behalf of the subcontractor. The subcontractor requesting that the Claim be presented to the District shall furnish reasonable documentation to support the Claim.

25.5.2 Within 45 days of receipt of this written request from a subcontractor, Contractor shall notify the subcontractor in writing as to whether the Contractor presented the Claim to the District and, if Contractor did not present the Claim, provide the subcontractor with a statement of the reasons for not having done so.

25.5.3 The Contractor shall bind all its Subcontractors to the provisions of this section and will hold the District harmless against Claims by Subcontractors.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-72

25.6 Government Code Claim Act Claim

25.6.1 If a claim, or any portion thereof, remains in dispute upon satisfaction of all applicable Claim Resolution requirements, including those pursuant to Public Contract Code section 9204, the Contractor shall comply with all claims presentation requirements as provided in Chapter 1 (commencing with section 900) and Chapter 2 (commencing with section 910) of Part 3 of Division 3.6 of Title 1 of Government Code as a condition precedent to the Contractor’s right to bring a civil action against the District. For purposes of those provisions, the running of the time within which a claim must be presented to the District shall be tolled from the time Contractor submits its written Claim until the time the Claim is denied, including any time utilized by any applicable meet and confer process.

25.7 Claim Resolution pursuant to Public Contract Code section 20104 et seq.

25.7.1 In the event of a disagreement between the parties as to performance of the Work, the interpretation of this Contract, or payment or nonpayment for Work performed or not performed, the parties shall attempt to resolve all claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between Contractor and District by those procedures set forth in Public Contract Code section 20104, et seq., to the extent applicable.

25.7.1.1 Contractor shall file with the District any written Claim, including the documents necessary to substantiate it, upon the application for final payment.

25.7.1.2 For claims of less than fifty thousand dollars ($50,000), the District shall respond in writing within forty-five (45) days of receipt of the Claim or may request in writing within thirty (30) days of receipt of the Claim any additional documentation supporting the Claim or relating to defenses or claims the District may have against the Contractor.

25.7.1.2.1 If additional information is required, it shall be requested and provided by mutual agreement of the parties.

25.7.1.2.2 District's written response to the documented Claim shall be submitted to the Contractor within fifteen (15) days after receipt of the further documentation or within a period of time no greater than that taken by the Contractor to produce the additional information, whichever is greater.

25.7.1.3 For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy-five thousand dollars ($375,000), the District shall respond in writing to all written Claims within sixty (60) days of receipt of the claim, or may request, in writing, within thirty (30) days of receipt of the Claim any additional documentation supporting the Claim or relating to defenses or claims the District may have against the Contractor.

25.7.1.3.1 If additional information is required, it shall be requested and provided upon mutual agreement of the District and the Contractor.

25.7.1.3.2 The District's written response to the Claim, as further documented, shall be submitted to the Contractor within thirty (30) days after receipt of the further documentation, or within a period of time no greater than that taken by the Contractor to produce the additional information or requested documentation, whichever is greater.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-73

25.7.1.4 If Contractor disputes the District’s written response, or the District fails to respond within the time prescribed, Contractor may so notify the District, in writing, either within fifteen (15) days of receipt of the District's response or within fifteen (15) days of the District's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the District shall schedule a meet and confer conference within thirty (30) days for settlement of the dispute.

25.7.1.5 Following the meet and confer conference, if the Claim or any portion of it remains in dispute, the Contractor may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions the running of the time within which a claim must be filed shall be tolled from the time the Contractor submits its written Claim until the time the Claim is denied, including any period of time utilized by the meet and confer process.

25.7.1.6 For any civil action filed to resolve claims filed pursuant to this section, within sixty (60) days, but no earlier than thirty (30) days, following the filing of responsive pleadings, the court shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within fifteen (15) days by both parties of a disinterested third person as mediator, shall be commenced within thirty (30) days of the submittal, and shall be concluded within fifteen (15) days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator.

25.7.1.7 If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of the Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986, (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of part 4 of the Code of Civil Procedure) shall apply to any proceeding brought under this subdivision consistent with the rules pertaining to judicial arbitration. 25.7.1.8 The District shall not fail to pay money as to any portion of a Claim which is undisputed except as otherwise provided in the Contract Documents. In any suit filed pursuant to this section, the District shall pay interest due at the legal rate on any arbitration award or judgment. Interest shall begin to accrue on the date the suit is filed in a court of law.

25.7.2 Contractor shall bind its Subcontractors to the provisions of this Section and will hold the District harmless against disputes by Subcontractors.

25.8 Claim Resolution Non-Applicability

25.8.1 The procedures for dispute and claim resolutions set forth in this Article shall not apply to the following:

25.8.1.1 Personal injury, wrongful death or property damage claims;

25.8.1.2 Latent defect or breach of warranty or guarantee to repair;

25.8.1.3 Stop payment notices;

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-74

25.8.1.4 District’s rights set forth in the Article on Suspension and Termination;

25.8.1.5 Disputes arising out of labor compliance enforcement by the Department of Industrial Relations; or

25.8.1.6 District rights and obligations as a public entity set forth in applicable statutes; provided, however, that penalties imposed against a public entity by statutes, including, but not limited to, Public Contract Code sections 20104.50 and 7107, shall be subject to the Claim Resolution requirements provided in this Article.

25.9 Attorney’s Fees

25.9.1 Should litigation be necessary to enforce any terms or provisions of this Agreement, then each party shall bear its own litigation and collection expenses, witness fees, court costs and attorney’s fees.

26. STATE LABOR, WAGE & HOUR, APPRENTICE, AND RELATED PROVISIONS

26.1 Labor Compliance and Enforcement

Since this Project is subject to labor compliance and enforcement by the Department of Industrial Relations (“DIR”), Contractor specifically acknowledges and understands that it shall perform the Work of this Agreement while complying with all the applicable provisions of Division 2, Part 7, Chapter 1, of the Labor Code and Title 8 of the California Code of Regulations, including, without limitation, the requirement that the Contractor and all Subcontractors shall timely furnish complete and accurate electronic certified payroll records directly to the DIR. The District may not issue payment if this requirement is not met. 26.2 Wage Rates, Travel, and Subsistence

26.2.1 Pursuant to the provisions of Article 2 (commencing at section 1770), Chapter 1, Part 7, Division 2, of the Labor Code, the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work in the locality in which this public work is to be performed for each craft, classification, or type of worker needed to execute this Contract are on file at the District’s principal office and copies will be made available to any interested party on request. Contractor shall obtain and post a copy of these wage rates at the job site.

26.2.2 Holiday and overtime work, when permitted by law, shall be paid for at the general prevailing rate of per diem wages for holiday and overtime work on file with the Director of the Department of Industrial Relations, unless otherwise specified. The holidays upon which those rates shall be paid need not be specified by the District, but shall be all holidays recognized in the applicable collective bargaining agreement. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code.

26.2.3 Contractor shall pay and shall cause to be paid each worker engaged in Work on the Project the general prevailing rate of per diem wages determined by the Director of the Department of Industrial Relations, regardless of any contractual relationship which may be alleged to exist between Contractor or any Subcontractor and such workers.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-75

26.2.4 If during the period this bid is required to remain open, the Director of the Department of Industrial Relations determines that there has been a change in any prevailing rate of per diem wages in the locality in which the Work under the Contract is to be performed, such change shall not alter the wage rates in the Notice to Bidders or the Contract subsequently awarded.

26.2.5 Pursuant to Labor Code section 1775, Contractor shall, as a penalty to District, forfeit the statutory amount (believed by the District to be currently up to two hundred dollars ($200) for each calendar day, or portion thereof, for each worker paid less than the prevailing rates, determined by the District and/or the Director, for the work or craft in which that worker is employed for any public work done under Contract by Contractor or by any Subcontractor under it. The difference between such prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate shall be paid to each worker by Contractor.

26.2.6 Any worker employed to perform Work on the Project, which Work is not covered by any classification listed in the general prevailing wage rate of per diem wages determined by the Director, shall be paid not less than the minimum rate of wages specified therein for the classification which most nearly corresponds to Work to be performed by him, and such minimum wage rate shall be retroactive to time of initial employment of such person in such classification.

26.2.7 Pursuant to Labor Code section 1773.1, per diem wages are deemed to include employer payments for health and welfare, pension, vacation, travel time, subsistence pay, and apprenticeship or other training programs authorized by Labor Code section 3093, and similar purposes.

26.2.8 Contractor shall post at appropriate conspicuous points on the Site of Project, a schedule showing all determined minimum wage rates and all authorized deductions, if any, from unpaid wages actually earned. In addition, Contractor shall post a sign-in log for all workers and visitors to the Site, a list of all subcontractors of any tier on the Site, and the required Equal Employment Opportunity poster(s).

26.3 Hours of Work

26.3.1 As provided in article 3 (commencing at section 1810), chapter 1, part 7, division 2, of the Labor Code, eight (8) hours of labor shall constitute a legal day’s work. The time of service of any worker employed at any time by Contractor or by any Subcontractor on any subcontract under this Contract upon the Work or upon any part of the Work contemplated by this Contract shall be limited and restricted by Contractor to eight (8) hours per day, and forty (40) hours during any one week, except as hereinafter provided. Notwithstanding the provisions hereinabove set forth, Work performed by employees of Contractor in excess of eight (8) hours per day and forty (40) hours during any one week, shall be permitted upon this public work upon compensation for all hours worked in excess of eight (8) hours per day at not less than one and one-half times the basic rate of pay.

26.3.2 Contractor shall keep and shall cause each Subcontractor to keep an accurate record showing the name of and actual hours worked each calendar day and each calendar week by each worker employed by Contractor in connection with the Work or any part of the Work contemplated by this Contract. The record shall be kept open at all reasonable hours to the inspection of District and to the Division of Labor Standards Enforcement of the DIR.

26.3.3 Pursuant to Labor Code section 1813, Contractor shall as a penalty to the District forfeit the statutory amount (believed by the District to be currently twenty- five dollars ($25)) for each worker employed in the execution of this Contract by Contractor or by any Subcontractor for each calendar day during which such worker is required or permitted to work more than eight (8) hours in any one calendar day and forty (40) hours in any one calendar week in violation of the provisions of article 3 (commencing

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-76

at section 1810), chapter 1, part 7, division 2, of the Labor Code.

26.3.4 Any Work necessary to be performed after regular working hours, or on Sundays or other holidays shall be performed without additional expense to the District.

26.4 Payroll Records

26.4.1 Contractor shall upload, and shall cause each Subcontractor performing any portion of the Work under this Contract to upload, an accurate and complete certified payroll record (“CPR”) electronically using DIR’s eCPR System by uploading the CPRs by electronic XML file or entering each record manually using the DIR’s iform (or current form) online on a weekly basis and within ten (10 days of any request by the District or Labor Commissioner at http://www.dir.ca.gov/Public- Works/Certified-Payroll-Reporting.html or current application and URL, showing the name, address, social security number, work classification, straight-time, and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by the Contractor and/or each Subcontractor in connection with the Work.

26.4.1.1 The CPRs enumerated hereunder shall be filed directly with the DIR on a weekly basis or to the requesting party, whether the District or DIR, within ten (10) days after receipt of each written request. The CPRs from the Contractor and each Subcontractor for each week shall be provided on or before Wednesday of the week following the week covered by the CPRs. District may not make any payment to Contractor until:

26.4.1.1.1 Contractor and/or its Subcontractor(s) provide CPRs acceptable to the DIR; and

26.4.1.1.2 Any delay in Contractor and/or its Subcontractor(s) providing CPRs to the DIR in a timely manner may directly delay Contractor’s payment.

26.4.2 All CPRs shall be available for inspection at all reasonable hours at the principal office of Contractor on the following basis:

26.4.2.1 A certified copy of an employee’s CPR shall be made available for inspection or furnished to the employee or his/her authorized representative on request.

26.4.2.2 CPRs shall be made available for inspection or furnished upon request to a representative of District, Division of Labor Standards Enforcement, Division of Apprenticeship Standards, and/or the DIR.

26.4.2.3 CPRs shall be made available upon request by the public for inspection or copies thereof made; provided, however, that a request by the public shall be made through the District, Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement. If the requested CPRs have not been provided pursuant to the provisions herein, the requesting party shall, prior to being provided the records, reimburse the costs of preparation by Contractor, Subcontractors, and the entity through which the request was made. The public shall not be given access to the records at the principal office of Contractor.

26.4.3 Any copy of records made available for inspection as copies and furnished upon request to the public or any public agency by District, Division of Apprenticeship Standards, or Division of Labor Standards Enforcement shall be marked or obliterated in such a manner as to prevent disclosure of an individual’s name, address, and social security number. The name and address of Contractor awarded Contract or performing Contract shall not be marked or obliterated.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-77

26.4.4 Contractor shall inform District of the location of the records enumerated hereunder, including the street address, city, and county, and shall, within five (5) working days, provide a notice of change of location and address.

26.4.5 In the event of noncompliance with the requirements of this section, Contractor shall have ten (10) days in which to comply subsequent to receipt of written notice specifying in what respects Contractor must comply with this section. Should noncompliance still be evident after the ten (10) day period, Contractor shall, as a penalty to District, forfeit up to one hundred dollars ($100) for each calendar day, or portion thereof, for each worker, until strict compliance is effectuated. Upon the request of the Labor Commissioner, these penalties shall be withheld from progress payments then due.

26.4.6 [RESERVED]

26.5 [RESERVED]

26.6 Apprentices

26.6.1 Contractor acknowledges and agrees that, if this Contract involves a dollar amount greater than or a number of working days greater than that specified in Labor Code section 1777.5, then this Contract is governed by the provisions of Labor Code Section 1777.5. It shall be the responsibility of Contractor to ensure compliance with this Article and with Labor Code section 1777.5 for all apprenticeship occupations.

26.6.2 Apprentices of any crafts or trades may be employed and, when required by Labor Code section 1777.5, shall be employed provided they are properly registered in full compliance with the provisions of the Labor Code.

26.6.3 Every such apprentice shall be paid the standard wage paid to apprentices under the regulations of the craft or trade at which he/she is employed, and shall be employed only at the work of the craft or trade to which she/he is registered.

26.6.4 Only apprentices, as defined in section 3077 of the Labor Code, who are in training under apprenticeship standards and written apprentice agreements under chapter 4 (commencing at section 3070), division 3, of the Labor Code, are eligible to be employed. The employment and training of each apprentice shall be in accordance with the provisions of the apprenticeship standards and apprentice agreements under which he/she is training.

26.6.5 Pursuant to Labor Code section 1777.5, if that section applies to this Contract as indicated above, Contractor and any Subcontractors employing workers in any apprenticeable craft or trade in performing any Work under this Contract shall apply to the applicable joint apprenticeship committee for a certificate approving the Contractor or Subcontractor under the applicable apprenticeship standards and fixing the ratio of apprentices to journeymen employed in performing the Work.

26.6.6 Pursuant to Labor Code section 1777.5, if that section applies to this Contract as indicated above, Contractor and any Subcontractor may be required to make contributions to the apprenticeship program.

26.6.7 If Contractor or Subcontractor willfully fails to comply with Labor Code section 1777.5, then, upon a determination of noncompliance by the Administrator of Apprenticeship, it shall:

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-78

26.6.7.1 Be denied the right to bid on any subsequent project for one (1) year from the date of such determination;

26.6.7.2 Forfeit as a penalty to District the full amount as stated in Labor Code section 1777.7. Interpretation and enforcement of these provisions shall be in accordance with the rules and procedures of the California Apprenticeship Council and under the authority of the Chief of the Division of Apprenticeship Standards.

26.6.8 Contractor and all Subcontractors shall comply with Labor Code section 1777.6, which section forbids certain discriminatory practices in the employment of apprentices.

26.6.9 Contractor shall become fully acquainted with the law regarding apprentices prior to commencement of the Work. Special attention is directed to sections 1777.5, 1777.6, and 1777.7 of the Labor Code, and title 8, California Code of Regulations, section 200 et seq. Questions may be directed to the State Division of Apprenticeship Standards, 455 Golden Gate Avenue, 9th floor, San Francisco, California 94102.

26.7 Non-Discrimination

26.7.1 Contractor herein agrees to comply with the provisions of the California Fair Employment and Housing Act as set forth in part 2.8 of division 3 of the California Government Code, commencing at section 12900; the Federal Civil Rights Act of 1964, as set forth in Public Law 88-352, and all amendments thereto; Executive Order 11246; and all administrative rules and regulations found to be applicable to Contractor and Subcontractor.

26.7.2 Special requirements for Federally Assisted Construction Contracts: During the performance of this Contract, Contractor agrees to incorporate in all subcontracts the provisions set forth in Chapter 60-1.4(b) of Title 41 published in Volume 33 No. 104 of the Federal Register dated May 28, 1968.

26.8 Labor First Aid

Contractor shall maintain emergency first aid treatment for Contractor’s workers on the Project which complies with the Federal Occupational Safety and Health Act of 1970 (29 U.S.C. § 651 et seq.) and the California Occupational Safety and Health Act of 1973 (Lab. Code, § 6300 et seq.; 8 Cal. Code of Regs., § 330 et seq.).

27. [RESERVED]

28. MISCELLANEOUS

28.1 Assignment of Antitrust Actions

28.1.1 Section 7103.5(b) of the Public Contract Code states:

In entering into a public works contract or subcontract to supply goods, services, or materials pursuant to a public works contract, the Contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-79

causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commending with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, which assignment shall be made and become effective at the time the awarding body tenders final payment to the Contractor, without further acknowledgment by the parties.

28.1.2 Section 4552 of the Government Code states:

In submitting a bid to a public purchasing body, the bidder offers and agrees that if the bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, materials, or services by the bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the bidder.

28.1.3 Section 4553 of the Government Code states:

If an awarding body or public purchasing body receives, either through judgment or settlement, a monetary recovery for a cause of action assigned under this chapter, the assignor shall be entitled to receive reimbursement for actual legal costs incurred and may, upon demand, recover from the public body any portion of the recovery, including treble damages, attributable to overcharges that were paid by the assignor but were not paid by the public body as part of the bid price, less the expenses incurred in obtaining that portion of the recovery.

28.1.4 Section 4554 of the Government Code states:

Upon demand in writing by the assignor, the assignee shall, within one year from such demand, reassign the cause of action assigned under this part if the assignor has been or may have been injured by the violation of law for which the cause of action arose and (a) the assignee has not been injured thereby, or (b) the assignee declines to file a court action for the cause of action.

28.1.5 Under this Article, “public purchasing body” is District and “bidder” is Contractor.

28.2 Excise Taxes

If, under Federal Excise Tax Law, any transaction hereunder constitutes a sale on which a Federal Excise Tax is imposed and the sale is exempt from such Federal Excise Tax because it is a sale to a State or Local Government for its exclusive use, District, upon request, will execute documents necessary to show (1) that District is a political subdivision of the State for the purposes of such exemption, and (2) that the sale is for the exclusive use of District. No Federal Excise Tax for such materials shall be included in any Contract Price.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 72 13-80

28.3 Taxes

Contract Price is to include any and all applicable sales taxes or other taxes that may be due in accordance with section 7051 et seq. of the Revenue and Taxation Code, Regulation 1521 of the State Board of Equalization or any other tax code that may be applicable.

28.4 Shipments

All shipments must be F.O.B. destination to Site or sites, as indicated in the Contract Documents. There must be no charge for containers, packing, unpacking, drayage, or insurance. The total Contract Price shall be all inclusive (including sales tax) and no additional costs of any type will be considered.

28.5 Compliance with Government Reporting Requirements

If this Contract is subject to federal or other governmental reporting requirements because of federal or other governmental financing in whole or in part for the Project of which it is part, or for any other reason, Contactor shall comply with those reporting requirements at the request of the District at no additional cost.

END OF DOCUMENT

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT SPECIAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 73 13-1

DOCUMENT 00 73 13 SPECIAL CONDITIONS

1. Mitigation Measures

Contractor shall comply with all applicable mitigation measures, if any, adopted by any public agency with respect to this Project pursuant to the California Environmental Quality Act. (Public Resources Code section 21000 et seq.)

2. Modernization Projects

2.1 Access. Access to the school buildings and entry to buildings, classrooms, restrooms, mechanical rooms, electrical rooms, or other rooms, for construction purposes, must be coordinated with District Facilities Service Staff before Work is to start. Unless agreed to otherwise in writing, only a school custodian will be allowed to unlock and lock doors in existing building(s).

2.2 Master Key. Upon request, the District may, at its own discretion, provide a master key to the school site for the convenience of the Contractor. The Contractor agrees to pay all expenses to re-key the entire school site and all other affected District buildings if the master key is lost or stolen, or if any unauthorized party obtains a copy of the key or access to the school.

2.3 Maintaining Services. The Contractor is advised that Work is to be performed in spaces regularly scheduled for instruction. Interruption and/or periods of shutdown of public access, electrical service, water service, lighting, or other utilities shall be only as arranged in advance with the District. Contractor shall provide temporary services to all facilities interrupted by Contractor’s Work.

2.4 Maintaining Utilities. The Contractor shall maintain in operation during duration of Contract, drainage lines, storm drains, sewers, water, gas, electrical, steam, and other utility service lines within working area.

2.5 Confidentiality. Contractor shall maintain the confidentiality of all information, documents, programs, procedures and all other items that Contractor encounters while performing the Work. This requirement shall be ongoing and shall survive the expiration or termination of this Contract and specifically includes, without limitation, all student, parent, and employee disciplinary information and health information.

2.6 Work during Instructional Time. By submitting its bid, Contractor affirms that Work may be performed during ongoing instruction in existing facilities. If so, Contractor agrees to cooperate to the best of its ability to minimize any disruption to school, and including, rescheduling specific work activities, at no additional cost to District.

2.7 No Work during Student Testing. Contractor shall, at no additional cost to the District and at the District’s request, coordinate its Work to not disturb District

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT SPECIAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 73 13-2

students including, without limitation, not performing any Work when students at the Site are taking State required tests.

3. Badge Policy for Contractors

All Contractors doing work for the District will provide their workers with identification badges. These badges will be worn by all members of the Contractor's staff who are working in a District facility.

3.1 Badges must be filled out in full and contain the following information:

3.1.1 Name of Contractor

3.1.2 Name of Employee

3.1.3 Contractor's address and phone number

3.2 Badges are to be worn when the Contractor or his/her employees are on site and must be visible at all times. Contractors must inform their employees that they are required to allow District employees, the Architect, the Construction Manager, the Program Manager, or the Project Inspector to review the information on the badges upon request.

3.3 Failure to display identification badges as required by this policy may result in assessment of fines against the Contractor.

4. Substitution for Specified Items

4.1 Whenever in the Specifications any materials, process, or article is indicated or specified by grade, patent, or proprietary name, or by name of manufacturer, that Specification shall be deemed to be followed by the words “or equal.” Contractor may, unless otherwise stated, offer any material, process, or article that shall be substantially equal or better in every respect to that so indicated or specified.

4.1.1 If the material, process, or article offered by Contractor is not, in the opinion of the District, substantially equal or better in every respect to that specified, then Contractor shall furnish the material, process, or article specified in the Specifications without any additional compensation or change order.

4.1.2 This provision shall not be applicable with respect to any material, product, thing or service for which District made findings and gave notice in accordance with Public Contract Code section 3400(c); therefore, Contractor shall not be entitled to request a substitution with respect to those materials, products or services.

4.2 A request for a substitution shall be submitted as follows:

4.2.1 Contractor shall notify the District in writing of any request for a substitution at least ten (10) days prior to bid opening as indicated in the Instructions to Bidders.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT SPECIAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 73 13-3

4.3 Within 10 days after the date of the Notice of Award, Contractor shall provide data substantiating a request for substitution of “an equal” item, including but not limited to the following:

4.3.1 All variations of the proposed substitute from the material specified including, but not limited to, principles of operation, materials, or construction finish, thickness or gauge of materials, dimensions, weight, and tolerances;

4.3.2 Available maintenance, repair or replacement services;

4.3.3 Increases or decreases in operating, maintenance, repair, replacement, and spare parts costs;

4.3.4 Whether or not acceptance of the substitute will require other changes in the Work (or in work performed by the District or others under Contract with the District); and

4.3.5 The time impact on any part of the Work resulting directly or indirectly from acceptance of the proposed substitute.

4.4 No substitutions shall be made until approved, in writing, by the District. The burden of proof as to equality of any material, process, or article shall rest with Contractor. The Contractor warrants that if substitutes are approved:

4.4.1 The proposed substitute is equal or superior in all respects to that specified, and that such proposed substitute is suitable and fit for the intended purpose and will perform adequately the function and achieve the results called for by the general design and the Contract Documents;

4.4.2 The Contractor provides the same warranties and guarantees for the substitute that would be provided for that specified;

4.4.3 The Contractor shall be fully responsible for the installation of the substitute and any changes in the Work required, either directly or indirectly, because of the acceptance of such substitute, with no increase in Contract Price or Contract Time. Incidental changes or extra component parts required to accommodate the substitute will be made by the Contractor without a change in the Contract Price or Contract Time;

4.4.4 The Contractor shall be responsible for any re-design costs occasioned by District's acceptance and/or approval of any substitute; and

4.4.5 The Contractor shall, in the event that a substitute is less costly than that specified, credit the District with one hundred percent (100%) of the net difference between the substitute and the originally specified material. In this event, the Contractor agrees to execute a deductive Change Order to reflect that credit.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT SPECIAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 73 13-4

4.5 In the event Contractor furnishes a material, process, or article more expensive than that specified, the difference in the cost of that material, process, or article so furnished shall be borne by Contractor.

4.6 In no event shall the District be liable for any increase in Contract Price or Contract Time due to any claimed delay in the evaluation of any proposed substitute or in the acceptance or rejection of any proposed substitute.

4.7 Contractor shall be responsible for any costs the District incurs for professional services, DSA fees, or delay to the Project Schedule, if applicable, while DSA reviews changes for the convenience of Contractor and/or to accommodate Contractor’s means and methods. District may deduct those costs from any amounts owing to the Contractor for the review of the request for substitution, even if the request for substitution is not approved. District, at its sole discretion, shall deduct from the payments due to and/or invoice Contractor for all the professional services and/or DSA fees or delay to the Project Schedule, if applicable, while DSA reviews changes for the convenience of Contractor and/or to accommodate Contractor’s means and methods arising herein.

5. Insurance Policy Limits

Insurance Policy Limits

All of Contractor’s insurance shall be with insurance companies with an A.M. Best rating of no less than . The limits of insurance shall not be less than:

Commercial General Liability

Combined Single Limit $1,000,000 per occurrence; $2,000,000 aggregate

$1,000,000

Product Liability and Completed Operations

$1,000,000

Automobile Liability – Any Auto

Combined Single Limit $1,000,000

Workers’ Compensation

Statutory limits pursuant to State law

Employers’ Liability $1,000,000

Builder’s Risk (Course of Construction)

Issued for the value and scope of Work indicated herein.

Pollution Liability N/A

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT SPECIAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 73 13-5

6. Permits, Certificates, Licenses, Fees, Approvals

6.1 Payment for Permits, Certificates, Licenses, Fees, and Approvals. As required in the General Conditions, the Contractor shall secure and pay for all permits, licenses, approvals, and certificates necessary for the prosecution of the Work with the exception of the following:

6.1.1 (E.G. WATER CONNECTION FEES)

6.1.2 (E.G. SEWER CONNECTION FEES)

With respect to the above-listed items, Contractor shall be responsible for securing such items; however,

District will be responsible for payment of these charges or fees. Contractor shall notify the District of the amount due with respect to such items and to whom the amount is payable. Contractor shall provide the District with an invoice and receipt with respect to such charges or fees.

6.2 General Permit For Storm Water Discharges Associated With Construction and Land Disturbance Activities

6.2.1 Contractor acknowledges that all California school districts are obligated to develop and implement the following requirements for the discharge of storm water to surface waters from its construction and land disturbance activities (storm water requirements), without limitation:

6.2.1.1 Municipal Separate Storm Sewer System (MS4) is a system of conveyances used to collect and/or convey storm water, including, without limitation, catch basins, curbs, gutters, ditches, man-made channels, and storm drains.

6.2.1.2 Storm Water Pollution Prevention Plan (“SWPPP”) contains specific best management practices (“BMPs”) and establishes numeric effluent limitations at:

6.2.1.2.1 Sites where the District engages in maintenance (e.g., fueling, cleaning, repairing) for transportation activities.

6.2.1.2.2 Construction sites where:

6.2.1.2.2.1 One (1) or more acres of soil will be disturbed, or

6.2.1.2.2.2 The project is part of a larger common plan of development that disturbs more than one (1) acre of soil.

6.2.2 Contractor shall comply with any District storm water requirements that are approved by the District and applicable to the Project, at no additional cost to the District.

6.2.3 At no additional cost to the District, Contractor shall provide a Qualified Storm Water Practitioner who shall be onsite and implement and monitor any and all SWPPP requirements applicable to the Project, including but not limited to:

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT SPECIAL CONDITIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 73 13-6

6.2.3.1 At least forty eight (48) hours prior to a forecasted rain event, implementing the Rain Event Action Plan (REAP) for any rain event requiring implementation of the REAP, including any erosion and sediment control measures needed to protect all exposed portions of the site; and

6.2.3.2 Monitoring any Numeric Action Levels (NALs), if applicable.

7. As-Builts and Record Drawings

7.1 When called for by Division 1, Contractor shall submit As-Built Drawings pursuant to the Contract Documents in PDF consisting of one set of As-Built Drawings.

7.2 Contractor shall submit Record Drawings pursuant to the Contract Documents in PDF.

8. Fingerprinting

Contractor shall comply with the provisions of Education Code section 45125.2 regarding the submission of employee

fingerprints to the California Department of Justice and the completion of criminal background investigations of its employees, its subcontractor(s), and its subcontractors’ employees. Contractor shall not permit any employee to have any contact with District pupils until such time as Contractor has verified in writing to the governing board of the District, that such employee has not been convicted of a violent or serious felony, as defined in Education Code section 45122.1. Contractor shall fully complete and perform all tasks required pursuant to the Criminal Background Investigation/ Fingerprinting Certification.

END OF DOCUMENT

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT HAZARDOUS MATERIALS PROCEDURES & REQUIREMENTS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 73 56-7

DOCUMENT 00 73 56 HAZARDOUS MATERIALS PROCEDURES & REQUIREMENTS

1. Summary

This document includes information applicable to hazardous materials and hazardous waste abatement.

2. Notice of Hazardous Waste or Materials

a. Contractor shall give notice in writing to the District, the Construction Manager, and the

Architect promptly, before any of the following materials are disturbed, and in no event later than twenty-four (24) hours after first observance, of any:

(1) Material that Contractor believes may be a material that is hazardous waste or

hazardous material, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law;

(2) Other material that may present a substantial danger to persons or property exposed

thereto in connection with Work at the site.

b. Contractor's written notice shall indicate whether the hazardous waste or material was shown or indicated in the Contract Documents to be within the scope of Work, and whether the materials were brought to the site by Contractor, its Subcontractors, suppliers, or anyone else for whom Contractor is responsible. As used in this section the term "hazardous materials" shall include, without limitation, asbestos, lead, Polychlorinated biphenyl (PCB), petroleum and related hydrocarbons, and radioactive material.

c. In response to Contractor's written notice, the District shall investigate the identified

conditions.

d. If the District determines that conditions do not involve hazardous materials or that no change in terms of Contract is justified, the District shall so notify Contractor in writing, stating reasons. If the District and Contractor cannot agree on whether conditions justify an adjustment in Contract Price or Contract Time, or on the extent of any adjustment, Contractor shall proceed with the Work as directed by the District.

e. If after receipt of notice from the District, Contractor does not agree to resume Work based on

a reasonable belief it is unsafe, or does not agree to resume Work under special conditions, then District may order such portion of Work that is in connection with such hazardous condition or such affected area to be deleted from the Work, or performed by others, or District may invoke its rights to terminate the Contract in whole or in part. District will determine entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Time as a result of deleting such portion of Work, or performing the Work by others.

f. If Contractor stops Work in connection with any hazardous condition and in any area affected

thereby, Contractor shall immediately redeploy its workers, equipment, and materials, as necessary, to other portions of the Work to minimize delay and disruption.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT HAZARDOUS MATERIALS PROCEDURES & REQUIREMENTS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 73 56-8

3. Additional Warranties and Representations

a. Contractor represents and warrants that it, its employees, and its subcontractors and their employees, shall at all times have the required levels of familiarity with the Site and the Work, training, and ability to comply fully with all applicable laws and contractual requirements for safe and expeditious performance of the Work, including whatever training is or may be required regarding the activities to be performed (including, but not limited to, all training required to address adequately the actual or potential dangers of Contract performance).

b. Contractor represents and warrants that it, its employees, and its subcontractors and their

employees, shall at all times have and maintain in good standing any and all certifications and licenses required by applicable federal, state, and other governmental and quasi-governmental requirements applicable to the Work.

c. Contractor represents and warrants that it has studied carefully all requirements of the

Specifications regarding procedures for demolition, hazardous waste abatement, or safety practices, specified in the Contract, and prior to submitting its bid, has either (a) verified to its satisfaction that the specified procedures are adequate and sufficient to achieve the results intended by the Contract Documents, or (b) by way of approved "or equal" request or request for clarification and written Addenda, secured changes to the specified procedures sufficient to achieve the results intended by the Contract Documents. Contractor accepts the risk that any specified procedure will result in a completed Project in full compliance with the Contract Documents.

4. Monitoring and Testing

a. District reserves the right, in its sole discretion, to conduct air monitoring, earth monitoring,

Work monitoring, and any other tests (in addition to testing required under the agreement or applicable law), to monitor Contract requirements of safe and statutorily compliant work methods and (where applicable) safe re-entry level air standards under state and federal law upon completion of the job, and compliance of the work with periodic and final inspection by public and quasi-public entities having jurisdiction.

b. Contractor acknowledges that District has the right to perform, or cause to be performed,

various activities and tests including, but not limited to, pre- abatement, during abatement, and post-abatement air monitoring, that District shall have no obligation to perform said activities and tests, and that a portion of said activities and tests may take place prior to the completion of the Work by Contractor. In the event District elects to perform these activities and tests, Contractor shall afford District ample access to the Site and all areas of the Work as may be necessary for the performance of these activities and tests. Contractor will include the potential impact of these activities or tests by District in the Contract Price and the Scheduled Completion Date.

c. Notwithstanding District's rights granted by this paragraph, Contractor may retain its own

industrial hygiene consultant at Contractor’s own expense and may collect samples and may perform tests including, but not limited to, pre- abatement, during abatement, and post-abatement personal air monitoring, and District reserves the right to request documentation of all such activities and tests performed by Contractor relating to the Work and Contractor shall immediately provide that documentation upon request.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT HAZARDOUS MATERIALS PROCEDURES & REQUIREMENTS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 73 56-9

5. Compliance with Laws

a. Contractor shall perform safe, expeditious, and orderly work in accordance with the best

practices and the highest standards in the hazardous waste abatement, removal, and disposal industry, the applicable law, and the Contract Documents, including, but not limited to, all responsibilities relating to the preparation and return of waste shipment records, all requirements of the law, delivering of all requisite notices, and obtaining all necessary governmental and quasi-governmental approvals.

b. Contractor represents that it is familiar with and shall comply with all laws applicable to the

Work or completed Work including, but not limited to, all federal, state, and local laws, statutes, standards, rules, regulations, and ordinances applicable to the Work relating to:

(1) The protection of the public health, welfare and environment;

(2) Storage, handling, or use of asbestos, PCB, lead, petroleum based products,

radioactive material, or other hazardous materials;

(3) The generation, processing, treatment, storage, transport, disposal, destruction, or other management of asbestos, PCB, lead, petroleum, radioactive material, or hazardous waste materials or other waste materials of any kind; and

(4) The protection of environmentally sensitive areas such as wetlands and coastal

areas. 6. Disposal

a. Contractor has the sole responsibility for determining current waste storage, handling,

transportation, and disposal regulations for the job Site and for each waste disposal facility. Contractor must comply fully at its sole cost and expense with these regulations and any applicable law. District may, but is not obligated to, require submittals with this information for it to review consistent with the Contract Documents.

b. Contractor shall develop and implement a system acceptable to District to track hazardous

waste from the Site to disposal, including appropriate "Hazardous Waste Manifests" on the EPA form, so that District may track the volume of waste it put in each landfill and receive from each landfill a certificate of receipt.

c. Contractor shall provide District with the name and address of each waste disposal facility prior

to any disposal, and District shall have the express right to reject any proposed disposal facility. Contractor shall not use any disposal facility to which District has objected. Contractor shall document actual disposal or destruction of waste at a designated facility by completing a disposal certificate or certificate of destruction forwarding the original to the District.

7. Permits

a. Before performing any of the Work, and at such other times as may be required by applicable

law, Contractor shall deliver all requisite notices and obtain the approval of all governmental and quasi-governmental authorities having jurisdiction over the Work. Contractor shall submit

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT HAZARDOUS MATERIALS PROCEDURES & REQUIREMENTS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 73 56-10

evidence satisfactory to District that it and any disposal facility:

(1) have obtained all required permits, approvals, and the like in a timely manner both prior to commencement of the Work and thereafter as and when required by applicable law; and

(2) are in compliance with all such permits, approvals and the regulations.

For example, before commencing any work in connection with the Work involving asbestos-containing materials, or PCBs, or other hazardous materials subject to regulation, Contractor agrees to p r o v i d e the required notice of intent to renovate or demolish to the appropriate state or federal agency having jurisdiction, by certified mail, return receipt requested, or by some other method of transmittal for which a return receipt is obtained, and to send a copy of that notice to District. Contractor shall not conduct any Work involving asbestos-containing materials or PCBs unless Contractor has first confirmed that the appropriate agency having jurisdiction is in receipt of the required notification. All permits, licenses, and bonds that are required by governmental or quasi-governmental authorities, and all fees, deposits, tap fees, offsite easements, and asbestos and PCB disposal facilities expenses necessary for the prosecution of the Work, shall be procured and paid for by Contractor. Contractor shall give all notices and comply with the all applicable laws bearing on the conduct of the Work as drawn and specified. If Contractor observes or reasonably should have observed that Plans and Specifications and other Contract Documents are at variance therewith, it shall be responsible for promptly notifying District in writing of such fact. If Contractor performs any Work contrary to applicable laws, it shall bear all costs arising therefrom.

b. In the case of any permits or notices held in District's name or of necessity to be made in District's

name, District shall cooperate with Contractor in securing the permit or giving the notice, but the Contractor shall prepare for District review and execution upon approval, all necessary applications, notices, and other materials.

8. Indemnification

To the fullest extent permitted by law, the indemnities and limitations of liability expressed throughout the Contract Documents apply with equal force and effect to any claims or liabilities imposed or existing by virtue of the removal, abatement, and disposal of hazardous waste. This includes, but is not limited to, liabilities connected to the selection and use of a waste disposal facility, a waste transporter, personal injury, property damage, loss of use of property, damage to the environment or natural resources, or “disposal” and “release” of materials associated with the Work (as defined in 42 U.S.C. § 960l et seq.).

9. Termination

District shall have an absolute right to terminate for default immediately without notice and without an opportunity to cure should Contractor knowingly or recklessly commit a material breach of the terms of the Contract Documents, or any applicable law, on any matter involving the exposure of persons or property to hazardous waste. However, if the breach of contract exposing persons or property to hazardous waste is due solely to an ordinary, unintentional, and non-reckless failure to exercise

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT HAZARDOUS MATERIALS PROCEDURES & REQUIREMENTS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 00 73 56-11

reasonable care, then the procedures for termination for cause shall apply without modification.

END OF DOCUMENT

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT SUMMARY OF WORK FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 11 00-12

DOCUMENT 01 11 00 SUMMARY OF WORK

PART 1 - GENERAL

1.1 RELATED DOCUMENTS AND PROVISIONS:

All Contract Documents should be reviewed for applicable provisions related to the provisions in this document, including without limitation:

A. General Conditions, including, without limitation, Site Access Conditions and Requirements;

B. Special Conditions.

1.2 SCOPE OF WORK COVERED BY CONTRACT DOCUMENTS

A. Replace the existing freezer and cooler identified in the plans prepared by DIELI MURAWKA

HOWE and entire project manual. 1.3 CONTRACTS

A. Perform the Work under a single, fixed-price Contract.

1.4 CODES, REGULATIONS, AND STANDARDS

A. The codes, regulations, and standards adopted by the state and federal agencies having

jurisdiction shall govern minimum requirements for this project. Where codes, regulations, and standards conflict with the Contract Documents, these conflicts shall be brought to the immediate attention of the District and the Architect.

B. Codes, regulations, and standards shall be as published effective as of date of bid opening,

unless otherwise specified or indicated. 1.6 PROJECT RECORD DOCUMENTS:

A. Contractor shall maintain on Site one set of the following record documents; Contractor

shall record actual revisions to the Work:

(1) Specifications.

(2) Addenda.

(3) Change Orders and other modifications to the Contract.

(4) Reviewed shop drawings, product data, and samples.

(5) Field test records.

(6) Inspection certificates.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT SUMMARY OF WORK FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 11 00-13

(7) Manufacturer's certificates.

B. Contractor shall store Record Documents separate from documents used for construction. Provide files, racks, and secure storage for Record Documents and samples.

C. Contractor shall record information concurrent with construction progress.

D. Specifications: Contractor shall legibly mark and record at each product section of the

Specifications the description of the actual product(s) installed, including the following:

(1) Manufacturer's name and product model and number.

(2) Product substitutions or alternates utilized.

(3) Changes made by Addenda and Change Orders and written directives. 1.7 EXAMINATION OF EXISTING CONDITIONS

A. Contractor shall be held to have examined the Project Site and acquainted itself with the

conditions of the Site or of the streets or roads approaching the Site.

B. Prior to commencement of Work, Contractor shall survey the Site and existing buildings and improvements to observe existing damage and defects such as cracks, sags, broken, missing or damaged glazing, other building elements and Site improvements, and other damage.

C. Should Contractor observe cracks, sags, and other damage to and defects of the Site and

adjacent buildings, paving, and other items not indicated in the Contract Documents, Contractor shall immediately report same to the District and the Architect.

1.8 CONTRACTOR'S USE OF PREMISES

A. If unoccupied and only with District’s prior written approval, Contractor may use the

building(s) at the Project Site without limitation for its operations, storage, and office facilities for the performance of the Work. If the District chooses to beneficially occupy any building(s), Contractor must obtain the District's written approval for Contractor's use of spaces and types of operations to be performed within the building(s) while so occupied. Contractor's access to the building(s) shall be limited to the areas indicated.

B. If the space at the Project Site is not sufficient for Contractor's operations, storage, office

facilities and/or parking, Contractor shall arrange and pay for any additional facilities needed by Contractor.

C. Contractor shall not interfere with use of or access to occupied portions of the building(s) or adjacent property.

D. Contractor shall maintain corridors, stairs, halls, and other exit-ways of building clear

and free of debris and obstructions at all times.

E. No one other than those directly involved in the demolition and construction, or specifically designated by the District or the Architect shall be permitted in the areas of work during

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT SUMMARY OF WORK FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 11 00-14

demolition and construction activities. 1.9 PROTECTION OF EXISTING STRUCTURES AND UTILITIES

A. The Drawings show above-grade and below-grade structures, utility lines, and other

installations that are known or believed to exist in the area of the Work. Contractor shall locate these existing installations before proceeding with excavation and other operations that could damage same; maintain them in service, where appropriate; and repair damage to them caused by the performance of the Work. Should damage occur to these existing installations, the costs of repair shall be at the Contractor's expense and made to the District's satisfaction.

B. Contractor shall be alert to the possibility of the existence of additional structures and

utilities. If Contractor encounters additional structures and utilities, Contractor will immediately report to the District for disposition of same as indicated in the General Conditions.

1.10 UTILITY SHUTDOWNS AND INTERRUPTIONS

A. Contractor shall give the District a minimum of three (3) days written notice in advance of

any need to shut off existing utility services or to effect equipment interruptions. The District will set exact time and duration for shutdown, and will assist Contractor with shutdown. Work required to re- establish utility services shall be performed by the Contractor.

B. Contractor shall obtain District's written approval as indicated in the General Conditions in

advance of deliveries of material or equipment or other activities that may conflict with District's use of the building(s) or adjacent facilities.

1.11 STRUCTURAL INTEGRITY

A. Contractor shall be responsible for and supervise each operation and work that could

affect structural integrity of various building elements, both permanent and temporary.

B. Contractor shall include structural connections and fastenings as indicated or required for complete performance of the Work.

PART 2 – PRODUCTS Not Used. PART 3 – EXECUTION Not Used.

END OF DOCUMENT

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT PROJECT MEETINGS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 31 19-15

DOCUMENT 01 31 19 PROJECT MEETINGS

PART I – GENERAL

1.1 RELATED DOCUMENTS AND PROVISIONS:

All Contract Documents should be reviewed for applicable provisions related to the provisions in this

document, including without limitation:

A. General Conditions; and

B. Special Conditions. 1.2 PROGRESS MEETINGS:

A. Contractor shall schedule and hold regular weekly progress meetings after a minimum of

one week's prior written notice of the meeting date and time to all Invitees as indicated below.

B. Location: Contractor's field office.

C. The Contractor shall notify and invite the following entities (“Invitees”):

(1) District Representative.

(2) Contractor.

(3) Contractor's Project Manager.

(4) Contractor's Superintendent.

(5) Subcontractors, as appropriate to the agenda of the meeting.

(6) Suppliers, as appropriate to the agenda of the meeting.

(7) Construction Manager, if any.

(8) Architect

(9) Engineer(s), if any and as appropriate to the agenda of the meeting.

(10) Others, as appropriate to the agenda of the meeting.

D. The District's, the Architect’s, and/or an engineer's Consultants will attend at their discretion,

in response to the agenda.

E. The District representative, the Construction Manager, and/or another District Agent shall take and distribute meeting notes to attendees and other concerned parties. If exceptions are taken to anything in the meeting notes, those exceptions shall be stated in writing to

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT PROJECT MEETINGS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 31 19-16

the District within five (5) working days following District's distribution of the meeting notes.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT PROJECT MEETINGS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 31 19-17

1.3 PRE-INSTALLATION/PERFORMANCE MEETING:

A. Contractor shall schedule a meeting prior to the start of each of the following portions of the

Work: cutting and patching of plaster and roofing, and other weather-exposed and moisture-resistant products. Contractor shall invite all Invitees to this meeting, and others whose work may affect or be affected by the quality of the cutting and patching work.

B. Contractor shall review in detail prior to this meeting, the manufacturer's requirements

and specifications, applicable portions of the Contract Documents, Shop Drawings, and other submittals, and other related work. At this meeting, invitees shall review and resolve conflicts, incompatibilities, or inadequacies discovered or anticipated.

C. Contractor shall review in detail Project conditions, schedule, requirements for performance,

application, installation, and quality of completed Work, and protection of adjacent Work and property.

D. Contractor shall review in detail means of protecting the completed Work during the

remainder of the construction period.

PART 2 - PRODUCTS Not Used.

PART 3 - EXECUTION Not Used.

END OF DOCUMENT

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT SCHEDULING OF WORK FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 32 13-1

DOCUMENT 01 32 13 SCHEDULING OF WORK

PART I – GENERAL

1.1 RELATED DOCUMENTS AND PROVISIONS:

All Contract Documents should be reviewed for applicable provisions related to the provisions in this

document, including without limitation:

A. General Conditions;

B. Special Conditions;

C. Summary of Work; and

D. Submittals. 1.2 SECTION INCLUDES:

A. Scheduling of Work under this Contract shall be performed by Contractor in accordance

with requirements of this Section.

(1) Development of schedule, cost and resource loading of the schedule, monthly payment requests, and project status reporting requirements of the Contract shall employ computerized Critical Path Method (“CPM”) scheduling (“CPM Schedule”).

(2) CPM Schedule shall be cost loaded based on Schedule of Values as approved by

District.

(3) Submit schedules and reports as specified in the General Conditions.

B. Upon Award of Contract, Contractor shall immediately commence development of Initial and Original CPM Schedules to ensure compliance with CPM Schedule submittal requirements.

1.3 CONSTRUCTION SCHEDULE:

A. Within ten (10) days of being awarded the Contract and before request for first progress

payment, the Contractor shall prepare and submit to the Project Manager a construction progress schedule conforming to the Milestone Schedule below.

B. The Construction Schedule shall be continuously updated, and an updated schedule shall

be submitted with each application for progress payment. Each revised schedule shall indicate the work actually accomplished during the previous period and the schedule for completion of the remaining work.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT SCHEDULING OF WORK FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 32 13-2

1.4 QUALIFICATIONS

A. Contractor shall employ experienced scheduling personnel qualified to use the latest version of [i.e., Primavera Project Planner]. Experience level required is set forth below. Contractor may employ such personnel directly or may employ a consultant for this purpose.

(1) The written statement shall identify the individual who will perform CPM

scheduling.

(2) Capability and experience shall be verified by description of construction projects on which individual has successfully applied computerized CPM.

(3) Required level of experience shall include at least two (2) projects of similar nature

and scope with value not less than three-fourths (¾) of the Total Bid Price of this Project. The written statement shall provide contact persons for referenced projects with current telephone and address information.

B. District reserves the right to approve or reject Contractor’s scheduler or consultant at any time.

District reserves the right to refuse replacing of Contractor’s scheduler or consultant, if District believes replacement will negatively affect the scheduling of Work under this Contract.

1.5 GENERAL

A. Progress Schedule shall be based on and incorporate milestone and completion dates specified

in Contract Documents.

B. Overall time of completion and time of completion for each milestone shown on Progress Schedule shall adhere to times in the Contract, unless an earlier (advanced) time of completion is requested by Contractor and agreed to by District. Any such agreement shall be formalized by a Change Order.

(1) District is not required to accept an early completion schedule, i.e., one that shows an

earlier completion date than the Contract Time.

(2) Contractor shall not be entitled to extra compensation in event agreement is reached on an earlier completion schedule and Contractor completes its Work, for whatever reason, beyond completion date shown in its early completion schedule but within the Contract Time.

(3) A schedule showing the work completed in less than the Contract Time, and that has

been accepted by District, shall be considered to have Project Float. The Project Float is the time between the scheduled completion of the work and the Completion Date. Project Float is a resource available to both District and the Contractor.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT SCHEDULING OF WORK FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 32 13-3

C. Ownership Project Float: Neither the District nor Contractor owns Project Float. The Project owns the Project Float. As such, liability for delay of the Completion Date rests with the party whose actions, last in time, actually cause delay to the Completion Date.

(1) For example, if Party A uses some, but not all of the Project Float and Party B later

uses remainder of the Project Float as well as additional time beyond the Project Float, Party B shall be liable for the time that represents a delay to the Completion Date.

(2) Party A would not be responsible for the time since it did not consume the entire

Project Float and additional Project Float remained; therefore, the Completion Date was unaffected by Party A.

D. Progress Schedule shall be the basis for evaluating job progress, payment requests, and

time extension requests. Responsibility for developing Contract CPM Schedule and monitoring actual progress as compared to Progress Schedule rests with Contractor.

E. Failure of Progress Schedule to include any element of the Work, or any inaccuracy in

Progress Schedule, will not relieve Contractor from responsibility for accomplishing the Work in accordance with the Contract. District’s acceptance of schedule shall be for its use in monitoring and evaluating job progress, payment requests, and time extension requests and shall not, in any manner, impose a duty of care upon District, or act to relieve Contractor of its responsibility for means and methods of construction.

F. Software: Use [i.e., District Project Planner for Windows, latest version]. Such software shall

be compatible with Windows operating system. Contractor shall transmit contract file to District on compact disk at times requested by District.

G. Transmit each item under the form approved by District.

(1) Identify Project with District Contract number and name of Contractor.

(2) Provide space for Contractor’s approval stamp and District’s review stamps.

(3) Submittals received from sources other than Contractor will be returned to the

Contractor without District’s review. 1.6 INITIAL CPM SCHEDULE

A Initial CPM Schedule submitted for review at the pre-construction conference shall serve as

Contractor’s schedule for up to ninety (90) calendar days after the Notice to Proceed.

B. Indicate detailed plan for the Work to be completed in first ninety (90) days of the Contract; details of planned mobilization of plant and equipment; sequence of early operations; procurement of materials and equipment. Show Work beyond ninety (90) calendar days in summary form.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT SCHEDULING OF WORK FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 32 13-4

C. Initial CPM Schedule shall be time-scaled.

D. Initial CPM Schedule shall be cost and resource loaded. Accepted cost and resource loaded schedule will be used as basis for monthly progress payments until acceptance of the Original CPM Schedule. Use of Initial CPM Schedule for progress payments shall not exceed ninety (90) calendar days.

E. District and Contractor shall meet to review and discuss the Initial CPM Schedule within seven (7)

calendar days after it has been submitted to District.

(1) District’s review and comment on the schedule shall be limited to Contract conformance (with sequencing, coordination, and milestone requirements).

(2) Contractor shall make corrections to schedule necessary to comply with Contract

requirements and shall adjust schedule to incorporate any missing information requested by District. Contractor shall resubmit Initial CPM Schedule if requested by District.

F. If, during the first ninety (90) days after Notice to Proceed, the Contractor is of the opinion that

any of the Work included on its Initial CPM Schedule has been impacted, the Contractor shall submit to District a written Time Impact Evaluation (“TIE”) in accordance with Article 1.12 of this Section. The TIE shall be based on the most current update of the Initial CPM Schedule.

1.7 ORIGINAL CPM SCHEDULE

A. Submit a detailed proposed Original CPM Schedule presenting an orderly and realistic plan

for completion of the Work in conformance with requirements as specified herein.

B. Progress Schedule shall include or comply with following requirements:

(1) Time scaled, cost and resource (labor and major equipment) loaded CPM schedule.

(2) No activity on schedule shall have duration longer than fifteen (15) work days, with exception of submittal, approval, fabrication and procurement activities, unless otherwise approved by District.

(a) Activity durations shall be total number of actual work days required to

perform that activity.

(3) The start and completion dates of all items of Work, their major components, and milestone completion dates, if any.

(4) District -furnished materials and equipment, if any, identified as separate activities.

(5) Activities for maintaining Project Record Documents.

(6) Dependencies (or relationships) between activities.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT SCHEDULING OF WORK FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 32 13-5

(7) Processing/approval of submittals and shop drawings for all material and equipment required per the Contract. Activities that are dependent on submittal acceptance or material delivery shall not be scheduled to start earlier than expected acceptance or delivery dates.

(a) Include time for submittals, re-submittals and reviews by District. Coordinate

with accepted schedule for submission of Shop Drawings, samples, and other submittals.

(b) Contractor shall be responsible for all impacts resulting from re- submittal of

Shop Drawings and submittals.

(8) Procurement of major equipment, through receipt and inspection at jobsite, identified as separate activity.

(a) Include time for fabrication and delivery of manufactured products for the

Work.

(b) Show dependencies between procurement and construction.

(9) Activity description; what Work is to be accomplished and where.

(10) The total cost of performing each activity shall be total of labor, material, and equipment, excluding overhead and profit of Contractor. Overhead and profit of the General Contractor shall be shown as a separate activity in the schedule. Sum of cost for all activities shall equal total Contract value.

(11) Resources required (labor and major equipment) to perform each activity.

(12) Responsibility code for each activity corresponding to Contractor or Subcontractor

responsible for performing the Work.

(13) Identify the activities which constitute the controlling operations or critical path. No more than twenty-five (25%) of the activities shall be critical or near critical. Near critical is defined as float in the range of one

(1) to (10) days.

(14) Two (2) workdays for developing punch list(s), completion of punch-list items, and final clean up for the Work or any designated portion thereof. No other activities shall be scheduled during this period.

(15) Interface with the work of other contractors, District, and agencies such as, but not

limited to, utility companies.

(16) Show detailed Subcontractor Work activities. In addition, furnish copies of Subcontractor schedules upon which CPM was built.

(a) Also furnish for each Subcontractor, as determined by District, submitted on

Subcontractor letterhead, a statement certifying that Subcontractor concurs with Contractor’s Original CPM Schedule and

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT SCHEDULING OF WORK FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 32 13-6

that Subcontractor’s related schedules have been incorporated, including activity duration, cost and resource loading.

(b) Subcontractor schedules shall be independently derived and not a copy of

Contractor’s schedule.

(c) In addition to Contractor's schedule and resource loading, obtain from electrical, mechanical, and plumbing Subcontractors, and other Subcontractors as required by District, productivity calculations common to their trades, such as units per person day, feet of pipe per day per person, feet of wiring per day per person, and similar information.

(d) Furnish schedule for Contractor/Subcontractor CPM schedule meetings which

shall be held prior to submission of Original CPM schedule to District. District shall be permitted to attend scheduled meetings as an observer.

(17) Activity durations shall be in Work days.

(18) Submit with the schedule a list of anticipated non-Work days, such as weekends and

holidays. The Progress Schedule shall exclude in its Work day calendar all non-Work days on which Contractor anticipates critical Work will not be performed.

C. Original CPM Schedule Review Meeting: Contractor shall, within sixty (60) days from the Notice

to Proceed date, meet with District to review the Original CPM Schedule submittal.

(1) Contractor shall have its Project Manager, Project Superintendent, Project Scheduler, and key Subcontractor representatives, as required by District, in attendance. The meeting will take place over a continuous one (1) day period.

(2) District’s review will be limited to submittal’s conformance to Contract requirements

including, but not limited to, coordination requirements. However, review may also include:

(a) Clarifications of Contract Requirements.

(b) Directions to include activities and information missing from submittal.

(c) Requests to Contractor to clarify its schedule.

(3) Within five (5) days of the Schedule Review Meeting, Contractor shall respond in

writing to all questions and comments expressed by District at the Meeting. 1.8 ADJUSTMENTS TO CPM SCHEDULE

A. Adjustments to Original CPM Schedule: Contractor shall have adjusted the Original CPM

Schedule submittal to address all review comments from original

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT SCHEDULING OF WORK FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 32 13-7

CPM Schedule review meeting and resubmit network diagrams and reports for District’s review.

(1) District, within ten (10) days from date that Contractor submitted the revised schedule, will either:

(a) Accept schedule and cost and resource loaded activities as submitted, or

(b) Advise Contractor in writing to review any part or parts of schedule which either

do not meet Contract requirements or are unsatisfactory for District to monitor Project’s progress, resources, and status or evaluate monthly payment request by Contractor.

(2) District may accept schedule with conditions that the first monthly CPM Schedule

update be revised to correct deficiencies identified.

(3) When schedule is accepted, it shall be considered the “Original CPM Schedule” which will then be immediately updated to reflect the current status of the work.

(4) District reserves right to require Contractor to adjust, add to, or clarify any portion of

schedule which may later be discovered to be insufficient for monitoring of Work or approval of partial payment requests. No additional compensation will be provided for such adjustments, additions, or clarifications.

B. Acceptance of Contractor’s schedule by District will be based solely upon schedule’s

compliance with Contract requirements.

(1) By way of Contractor assigning activity durations and proposing sequence of Work, Contractor agrees to utilize sufficient and necessary management and other resources to perform work in accordance with the schedule.

(2) Upon submittal of schedule update, updated schedule shall be considered “current”

CPM Schedule.

(3) Submission of Contractor’s schedule to District shall not relieve Contractor of total responsibility for scheduling, sequencing, and pursuing Work to comply with requirements of Contract Documents, including adverse effects such as delays resulting from ill-timed Work.

C. Submittal of Original CPM Schedule, and subsequent schedule updates, shall be understood to

be Contractor’s representation that the Schedule meets requirements of Contract Documents and that Work shall be executed in sequence indicated on the schedule.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT SCHEDULING OF WORK FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 32 13-8

D. Contractor shall distribute Original CPM Schedule to Subcontractors for review and written acceptance, which shall be noted on Subcontractors’ letterheads to Contractor and transmitted to District for the record.

1.9 MONTHLY CPM SCHEDULE UPDATE SUBMITTALS

A. Following acceptance of Contractor’s Original CPM Schedule, Contractor shall monitor

progress of Work and adjust schedule each month to reflect actual progress and any anticipated changes to planned activities.

(1) Each schedule update submitted shall be complete, including all information

requested for the Original CPM Schedule submittal.

(2) Each update shall continue to show all Work activities including those already completed. These completed activities shall accurately reflect “as built” information by indicating when activities were actually started and completed.

B. A meeting will be held on approximately the twenty-fifth (25th) of each month to review the

schedule update submittal and progress payment application.

(1) At this meeting, at a minimum, the following items will be reviewed: Percent (%) complete of each activity; Time Impact Evaluations for Change Orders and Time Extension Request; actual and anticipated activity sequence changes; actual and anticipated duration changes; and actual and anticipated Contractor delays.

(2) These meetings are considered a critical component of overall monthly schedule

update submittal and Contractor shall have appropriate personnel attend. At a minimum, these meetings shall be attended by Contractor’s General Superintendent and Scheduler.

(3) Contractor shall plan on the meeting taking no less than four (4) hours.

C. Within five (5) working days after monthly schedule update meeting, Contractor shall submit the

updated CPM Schedule update.

D. Within five (5) work days of receipt of above noted revised submittals, District will either accept or reject monthly schedule update submittal.

(1) If accepted, percent (%) complete shown in monthly update will be basis for

Application for Payment by the Contractor. The schedule update shall be submitted as part of the Contractor’s Application for Payment.

(2) If rejected, update shall be corrected and resubmitted by Contractor before

the Application for Payment is submitted.

E. Neither updating, changing or revising of any report, curve, schedule, or narrative submitted to District by Contractor under this Contract, nor District’s review or acceptance of any such report, curve, schedule or narrative shall have the effect of amending or modifying in any way the Completion Date or

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT SCHEDULING OF WORK FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 32 13-9

milestone dates or of modifying or limiting in any way Contractor’s obligations under this Contract.

1.10 SCHEDULE REVISIONS

A. Updating the Schedule to reflect actual progress shall not be considered revisions to the

Schedule. Since scheduling is a dynamic process, revisions to activity durations and sequences are expected on a monthly basis.

B. To reflect revisions to the schedule, the Contractor shall provide District with a written

narrative with a full description and reasons for each Work activity revised. For revisions affecting the sequence of work, the Contractor shall provide a schedule diagram which compares the original sequence to the revised sequence of work. The Contractor shall provide the written narrative and schedule diagram for revisions two (2) working days in advance of the monthly schedule update meeting.

C. Schedule revisions shall not be incorporated into any schedule update until the revisions have

been reviewed by District. District may request further information and justification for schedule revisions and Contractor shall, within three (3) days, provide District with a complete written narrative response to District’s request.

D. If the Contractor’s revision is still not accepted by District, and the Contractor disagrees with

District’s position, the Contractor has seven (7) calendar days from receipt of District’s letter rejecting the revision to provide a written narrative providing full justification and explanation for the revision. The Contractor’s failure to respond in writing within seven (7) calendar days of District’s written rejection of a schedule revision shall be contractually interpreted as acceptance of District’s position, and the Contractor waives its rights to subsequently dispute or file a claim regarding District’s position.

E. At District’s discretion, the Contractor can be required to provide Subcontractor certifications

of performance regarding proposed schedule revisions affecting said Subcontractors. 1.11 RECOVERY SCHEDULE

A. If the Schedule Update shows a completion date twenty-one (21) calendar days beyond the

Contract Completion Date, or individual milestone completion dates, the Contractor shall submit to District the proposed revisions to recover the lost time within seven (7) calendar days. As part of this submittal, the Contractor shall provide a written narrative for each revision made to recapture the lost time. If the revisions include sequence changes, the Contractor shall provide a schedule diagram comparing the original sequence to the revised sequence of work.

B. The revisions shall not be incorporated into any schedule update until the revisions have

been reviewed by District.

C. If the Contractor’s revisions are not accepted by District, District and the Contractor shall follow the procedures in paragraph 1.09.C, 1.09.D and 1.09.E above.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT SCHEDULING OF WORK FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 32 13-10

D. At District’s discretion, the Contractor can be required to provide Subcontractor certifications for revisions affecting said Subcontractors.

1.12 TIME IMPACTS EVALUATION (“TIE”) FOR CHANGE ORDERS, AND OTHER DELAYS

A. When Contractor is directed to proceed with changed Work, the Contractor shall prepare and

submit within fourteen (14) calendar days from the Notice to Proceed a TIE which includes both a written narrative and a schedule diagram depicting how the changed Work affects other schedule activities. The schedule diagram shall show how the Contractor proposes to incorporate the changed Work in the schedule and how it impacts the current schedule-update critical path. The Contractor is also responsible for requesting time extensions based on the TIE’s impact on the critical path. The diagram must be tied to the main sequence of schedule activities to enable District to evaluate the impact of changed Work to the scheduled critical path.

B. Contractor shall be required to comply with the requirements of Paragraph 1.09.A for all types of

delays such as, but not limited to, Contractor/Subcontractor delays, adverse weather delays, strikes, procurement delays, fabrication delays, etc.

C. Contractor shall be responsible for all costs associated with the preparation of TIEs, and the

process of incorporating them into the current schedule update. The Contractor shall provide District with four (4) copies of each TIE.

D. Once agreement has been reached on a TIE, the Contract Time will be adjusted accordingly. If

agreement is not reached on a TIE, the Contract Time may be extended in an amount District allows, and the Contractor may submit a claim for additional time claimed by contractor.

1.13 TIME EXTENSIONS

A. The Contractor is responsible for requesting time extensions for time impacts that, in the

opinion of the Contractor, impact the critical path of the current schedule update. Notice of time impacts shall be given in accord with the General Conditions.

B. Where an event for which District is responsible impacts the projected Completion Date, the

Contractor shall provide a written mitigation plan, including a schedule diagram, which explains how (e.g., increase crew size, overtime, etc.) the impact can be mitigated. The Contractor shall also include a detailed cost breakdown of the labor, equipment, and material the Contractor would expend to mitigate District-caused time impact. The Contractor shall submit its mitigation plan to District within fourteen (14) calendar days from the date of discovery of the impact. The Contractor is responsible for the cost to prepare the mitigation plan.

C. Failure to request time, provide TIE, or provide the required mitigation plan will result in

Contractor waiving its right to a time extension and cost to mitigate the delay.

D. No time will be granted under this Contract for cumulative effect of changes.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT SCHEDULING OF WORK FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 32 13-11

E. District will not be obligated to consider any time extension request unless the Contractor complies with the requirements of Contract Documents.

F. Failure of the Contractor to perform in accordance with the current schedule update shall

not be excused by submittal of time extension requests.

G. If the Contractor does not submit a TIE within the required fourteen (14) calendar days for any issue, it is mutually agreed that the Contractor does not require a time extension for said issue.

1.14 SCHEDULE REPORTS

A. Submit four (4) copies of the following reports with the Initial CPM Schedule, the Original CPM

Schedule, and each monthly update.

B. Required Reports:

(1) Two activity listing reports: one sorted by activity number and one by total Project Float. These reports shall also include each activity’s early/late and actual start and finish dates, original and remaining duration, Project Float, responsibility code, and the logic relationship of activities.

(2) Cost report sorted by activity number including each activity’s associated cost, percentage

of Work accomplished, earned value-to-date, previous payments, and amount earned for current update period.

(3) Schedule plots presenting time-scaled network diagram showing activities and their

relationships with the controlling operations or critical path clearly highlighted.

(4) Cash flow report calculated by early start, late start, and indicating actual progress. Provide an exhibit depicting this information in graphic form.

(5) Planned versus actual resource (i.e., labor) histogram calculated by early start and late

start.

C. Other Reports

In addition to above reports, District may request, from month-to-month, any two of the following reports. Submit four (4) copies of all reports.

(1) Activities by early start.

(2) Activities by late start.

(3) Activities grouped by Subcontractors or selected trades.

(4) Activities with scheduled early start dates in a given time frame, such as fifteen (15) or

thirty (30) day outlook.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT SCHEDULING OF WORK FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 32 13-12

D. Furnish District with report files on compact disks containing all schedule files for each report generated.

1.15 PROJECT STATUS REPORTING

A. In addition to submittal requirements for CPM scheduling identified in this Section,

Contractor shall provide a monthly project status report (i.e., written narrative report) to be submitted in conjunction with each CPM Schedule as specified herein. Status reporting shall be in form specified below.

B. Contractor shall prepare monthly written narrative reports of status of Project for submission

to District. Written status reports shall include:

(1) Status of major Project components (percent (%) complete, amount of time ahead or behind schedule) and an explanation of how Project will be brought back on schedule if delays have occurred.

(2) Progress made on critical activities indicated on CPM Schedule.

(3) Explanations for any lack of work on critical path activities planned to be performed

during last month.

(4) Explanations for any schedule changes, including changes to logic or to activity durations.

(5) List of critical activities scheduled to be performed next month.

(6) Status of major material and equipment procurement.

(7) Any delays encountered during reporting period.

(8) Contractor shall provide printed report indicating actual versus planned resource

loading for each trade and each activity. This report shall be provided on weekly and monthly basis.

(a) Actual resource shall be accumulated in field by Contractor, and shall be as noted

on Contractor’s daily reports. These reports will be basis for information provided in computer-generated monthly and weekly printed reports.

(b) Contractor shall explain all variances and mitigation measures.

(9) Contractor may include any other information pertinent to status of Project.

Contractor shall include additional status information requested by District at no additional cost.

(10) Status reports, and the information contained therein, shall not be construed as

claims, notice of claims, notice of delay, or requests for changes or compensation. 1.16 WEEKLY SCHEDULE REPORT

At the Weekly Progress Meeting, the Contractor shall provide and present a time-scaled

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT SCHEDULING OF WORK FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 32 13-13

three (3) week look-ahead schedule that is based and correlated by activity number to the current schedule (i.e., Initial, Original CPM, or Schedule Update).

1.17 DAILY CONSTRUCTION REPORTS

On a daily basis, Contractor shall submit a daily activity report to District for each workday, including weekends and holidays when worked. Contractor shall develop the daily construction reports on a computer-generated database capable of sorting daily Work, manpower, and manhours by Contractor, Subcontractor, area, sub-area, and Change Order Work. Upon request of District, furnish computer disk of this data base. Obtain District’s written approval of daily construction report data base format prior to implementation. Include in report:

A. Project name and Project number.

B. Contractor’s name and address.

C. Weather, temperature, and any unusual site conditions.

D. Brief description and location of the day’s activities and any special problems and accidents,

including Work of Subcontractors. Descriptions shall be referenced to CPM scheduled activities.

E. Worker quantities for its own Work force and for Subcontractors of any tier.

F. Equipment, other than hand tools, utilized by Contractor and Subcontractors. 1.18 PERIODIC VERIFIED REPORTS

Contractor shall complete and verify construction reports on a form prescribed by the Division of the State Architect and file reports on the first day of February, May, August, and November during the preceding quarter year; at the completion of the Contract; at the completion of the Work; at the suspension of Work for a period of more than one (1) month; whenever the services of Contractor or any of Contractor’s Subcontractors are terminated for any reason; and at any time a special verified report is required by the Division of the State Architect. Refer to section 4-336 and section 4-343 of Part 1, Title 24 of the California Code of Regulations.

PART 2 - PRODUCTS Not Used.

PART 3 - EXECUTION Not Used.

END OF DOCUMENT

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT SITE STANDARDS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 35 13.23-1

DOCUMENT 01 35 13.23 SITE STANDARDS

PART 1 – GENERAL

1.1 RELATED DOCUMENTS AND PROVISIONS:

All Contract Documents should be reviewed for applicable provisions related to the provisions in this

document, including without limitation:

A. General Conditions, including without limitation, Site Access, Conditions, and Regulations;

B. Special Conditions;

C. Drug-Free Workplace Certification;

D. Tobacco-Free Environment Certification;

E. Criminal Background Investigation/Fingerprinting Certification;

F. Temporary Facilities and Controls. 1.2 REQUIREMENTS OF THE DISTRICT:

A. Drug-Free Schools and Safety Requirements:

(1) All school sites and other District Facilities have been declared “Drug- Free Zones.”

No drugs, alcohol and/or smoking are allowed at any time in any buildings and/or grounds on District property. No students, staff, visitors, or contractors are to use drugs on these sites.

(2) Smoking and the use of tobacco products by all persons is prohibited on or in District

property. District property includes school buildings, school grounds, school owned vehicles and vehicles owned by others while on District property. Contractor shall post: "Non-Smoking Area" in a highly visible location on Site. Contractor may designate a smoking area outside of District property within the public right-of- way, provided that this area remains quiet and unobtrusive to adjacent neighbors. This smoking area is to be kept clean at all times.

(3) Contractor shall ensure that no alcohol, firearms, weapons, or controlled

substances enter or are used at the Site. Contractor shall immediately remove from the Site and terminate the employment of any employee(s) found in violation of this provision.

B. Language: Unacceptable and/or loud language will not be tolerated, "Cat calls" or other

derogatory language toward students or public will not be allowed.

C. Disturbing the Peace (Noise and Lighting):

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT SITE STANDARDS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 35 13.23-2

(1) Contractor shall observe the noise ordinance of the Site at all times including, without limitation, all applicable local, city, and/or state laws, ordinances, and/or regulations regarding noise and allowable noise levels.

(2) The use of radios, etc., shall be controlled to keep all sound at a level that cannot be

heard beyond the immediate area of use. District reserves the right to prohibit the use of radios at the Site, except for handheld communication radios (e.g., Nextel phones or radios).

(3) If portable lights are used after dark, all light must be located so as not to direct

light into neighboring property.

D. Traffic:

(1) Driving on the Premises shall be limited to periods when students and public are not present. If driving or deliveries must be made during t h e school hours, two (2) or more ground guides shall lead the vehicle across the area of travel. In no case shall driving take place across playgrounds or other pedestrian paths during recess, lunch, and/or class period changes. The speed limit on-the Premises shall be five (5) miles per hour (maximum) or less if conditions require.

(2) All paths of travel for deliveries, including without limitation, material, equipment,

and supply deliveries, shall be reviewed and approved by District in advance. Any damage will be repaired to the pre-damaged condition by the Contractor.

(3) District shall designate a construction entry to the Site. If Contractor requests, District

determines it is required, and to the extent possible, District shall designate a staging area so as not to interfere with the normal functioning of school facilities. Location of gates and fencing shall be approved in advance with District and at Contractor's expense.

(4) Parking areas shall be reviewed and approved by District in advance. No parking is

to occur under the drip line of trees or in areas that could otherwise be damaged.

E. All of the above shall be observed and complied with by the Contractor and all workers on the Site. Failure to follow these directives could result in individual(s) being suspended or removed from the work force at the discretion of the District. The same rules and regulations shall apply equally to delivery personnel, inspectors, consultants, and other visitors to the Site.

PART 2 - PRODUCTS Not Used.

PART 3 - EXECUTION Not Used.

END OF DOCUMENT

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT REGULATORY REQUIREMENTS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 41 00-1

DOCUMENT 01 41 00 REGULATORY REQUIREMENTS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS AND PROVISIONS:

All Contract Documents should be reviewed for applicable provisions related to the provisions in this

document, including without limitation:

A. General Conditions, including, without limitation, Obtaining of Permits and Licenses and Work to Comply with All Applicable Regulations;

B. Special Conditions;

C. Quality Control.

1.2 DESCRIPTION:

This section covers the general requirements for regulatory requirements pertaining to the Work and is

supplementary to all other regulatory requirements mentioned or referenced elsewhere in the Contract Documents.

1.3 REQUIREMENTS OF REGULATORY AGENCIES:

A. All statutes, ordinances, laws, rules, codes, regulations, standards, and the lawful orders of

all public authorities having jurisdiction of the Work, are hereby incorporated into these Contract Documents as if repeated in full herein and are intended to be included in any reference to Code or Building Code, unless otherwise specified, including, without limitation, the references in the list below. Contractor shall make available at the Site copies of all the listed documents applicable to the Work as the District and/or Architect may request, including, without limitation, applicable portions of the California Code of Regulations ("CCR").

B. This Project shall be governed by applicable regulations, including, without limitation, the

State of California ‘s Administrative Regulations for the Division of the State Architect-Structural Safety (DSA/SS), Chapter 4, Part 1, Title 24, CCR, and the most current version on the date the bids are opened and as it pertains to school construction including, without limitation:

(1) Test and testing laboratory per Section 4-335 (District shall pay for the testing

laboratory.)

(2) Special inspections per Section 4-333(c).

(3) Verified reports per Section 4-365 & 4-343(c).

(4) Duties of the Architect & Engineers shall be per Section 4-333(a) and 4-341.

(5) Duties of the Contractor shall be per Section 4-343.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT REGULATORY REQUIREMENTS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 41 00-2

(6) Addenda and Change Orders per Section 4-338.

Contractor shall keep and make available a copy of Part 1 and 2 of the most current version of Title 24 at the Site during construction.

C. Items of deferred approval shall be clearly marked on the first sheet of the Architect’s

and/or Engineer's approved Drawings. All items later submitted for approval shall be per Title 24 requirements to the DSA.

(1) Building Standards Administrative Code, Part 1, Title 24, CCR

(2) California Building Code (CBC), Part 2, Title 24, CCR; (Uniform Building code volumes

1-3 and California Amendments).

(3) California Electrical Code (CEC), Part 3, Title 24, CCR; (National Electrical Code and California Amendments).

(4) California Mechanical Code (CMC), Part 4, Title 24, CCR; (Uniform Mechanical

Code and California Amendments).

(5) California Plumbing Code (CPC), Part 5, Title 24, CCR; (Uniform Plumbing Code and California Amendments).

(6) California Fire Code (CFC), Part 9, Title 24, CCR; (Fire Plumbing Code and California

Amendments).

(7) California Referenced Standards Code, Part 12, Title 24, CCR.

(8) State Fire Marshal Regulations, Public Safety, Title 19, CCR.

(9) Partial List of Applicable NFPA Standards:

(a) NFPA 13 - Automatic Sprinkler System. (b) NFPA 14 - Standpipes Systems. (c) NFPA 17A - Wet Chemical System (d) NFPA 24 - Private Fire Mains. (e) (California Amended) NFPA 72 - National Fire Alarm Codes. (f) NFPA 253 - Critical Radiant Flux of Floor Covering System. (g) NFPA 2001 - Clean Agent Fire Extinguishing Systems.

(10) California Division of the State Architect interpretation of Regulations.

PART 2 – PRODUCTS Not Used. PART 3 – EXECUTION Not Used.

END OF DOCUMENT

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT ABBREVIATIONS AND ACRONYMS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 42 13-1

DOCUMENT 01 42 13 ABBREVIATIONS AND ACRONYMS

PART 1 – GENERAL

1.1 RELATED DOCUMENTS AND PROVISIONS:

All Contract Documents should be reviewed for applicable provisions related to the provisions in this document, including without limitation:

A. General Conditions including without limitation, Definitions;

B. Special Conditions.

1.2 DOCUMENT INCLUDES:

A. Abbreviations used throughout the Contract Documents.

B. Reference to a technical society, organization, or body is by abbreviation, as follows:

1. AA Aluminum Association 2. AAMA Architectural Aluminum Manufacturers

3.

AASHTO

Association American Association of State Highway and

4.

ABPA

Transportation Officials Acoustical and Board Products Association

5. ACI American Concrete Institute 6. AGA American Gas Association 7. AGC Associated General Contractors 8. AHC Architectural Hardware Consultant 9. AI Asphalt Institute 10. AIA American Institute of Architects 11. AIEE American Institute of Electrical Engineers 12. AISC American Institute of Steel Construction 13. AISI American Iron and Steel Institute 14. AMCA Air Moving and Conditioning Association 15. ANSI American National Standards Institute 16. APA American Plywood Association 17. ARI Air Conditioning and Refrigeration Institute 18. ASHRAE American Society of Heating, Refrigeration and

19.

ASME

Air Conditioning Engineers American Society of Mechanical Engineers

20. ASSE American Society of Structural Engineers 21. ASTM American Society of Testing and Materials 22. AWPB American Wood Preservers Bureau 23. AWPI American Wood preservers Institute 24. AWS American Welding Society 25. AWSC American Welding Society Code 26. AWI Architectural Woodwork Institute 27. AWWA American Water Works Association

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT ABBREVIATIONS AND ACRONYMS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 42 13-2

28. BIA Brick Institute of America 29. CCR California Code of Regulations 30. CLFMI Chain Link Fence Manufacturers Institute 31. CMG California Masonry Guild 32. CRA California Redwood Association 33. CRSI Concrete Reinforcing Steel Institute 34. CS Commercial Standards 35. CSI Construction Specifications Institute 36. CTI Cooling Tower Institute 37. FGMA Flat Glass Manufacturer’s Association 38. FIA Factory Insurance Association 39. FM Factory Mutual 40. FS Federal Specification 41. FTI Facing Title Institute 42. GA Gypsum Association 43. ICC International Code Council 44. IEEE Institute of Electrical and Electronic Engineers 45. IES Illumination Engineering Society 46. LIA Lead Industries Association 47. MIA Marble Institute of America 48. MLMA Metal Lath Manufacturers Association 49. MS Military Specifications 50. NAAMM National Association of Architectural Metal

Manufacturers 51. NBHA National Builders Hardware Association 52. NBFU National Board of Fire Underwriters 53. NBS National Bureau of Standards 54. NCMA National Concrete Masonry Association 55. NEC National Electrical Code 56. NEMA National Electrical Manufacturers Association 57. NFPA National Fire Protection Association/National

58.

NMWIA

Forest Products Association National Mineral Wool Insulation Association

59. NTMA National Terrazzo and Mosaic Association 60. NWMA National Woodwork Manufacturer’s Association 61. ORS Office of Regulatory Services (California) 62. OSHA Occupational Safety and Health Act 63. PCI Precast Concrete Institute 64. PCA Portland Cement Association 65. PDCA Painting and Decorating Contractors of America 66. PDI Plumbing Drainage Institute 67. PEI Porcelain Enamel Institute 68. PG&E Pacific Gas & Electric Company 69. PS Product Standards 70. SDI Steel Door Institute; Steel Deck Institute 71. SJI Steel Joist Institute 72. SSPC Steel Structures Painting Council 73. TCA Tile Council of America 74. TPI Truss Plate Institute 75. UBC Uniform Building Code 76. UL Underwriters Laboratories Code 77. UMC Uniform Mechanical Code

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT ABBREVIATIONS AND ACRONYMS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 42 13-3

78. USDA United States Department of Agriculture 79. VI Vermiculite Institute 80. WCLA West Coast Lumberman’s Association 81 WCLB West Coast Lumber Bureau 82. WEUSER Western Electric Utilities Service Engineering

Requirements 83. WIC Woodwork Institute of California 84. WPOA Western Plumbing Officials Association

PART 2 - PRODUCTS Not Used.

PART 3 - EXECUTION Not Used.

END OF DOCUMENT

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT DEFINITIIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 42 16-1

DOCUMENT 01 42 16 DEFINITIONS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS AND PROVISION

All Contract Documents should be reviewed for applicable provisions related to the provisions in this

document, including without limitation:

A. General Conditions including without limitation, Definitions;

B. Special Conditions. 1.2 QUALITY ASSURANCE:

A. For products or workmanship specified by association, trade, or Federal Standards, Contractor

shall comply with requirements of the standard, except when more rigid requirements are specified in the Contract Documents, or are required by applicable codes.

B. Contractor shall conform to current reference standard publication date in effect on the

date of bid opening.

C. Contractor shall obtain copies of standards unless specifically required not to by the Contract Documents.

D. Contractor shall maintain a copy of all standards at jobsite during submittals, planning, and

progress of the specific Work, until final completion, unless specifically required not to by the Contract Documents.

E. Should specified reference standards conflict with Contract Documents, Contractor shall

request clarification from the District and./or the Architect before proceeding.

F. The contractual relationship of the parties to the Contract shall not be altered from the contractual relationship as indicated in the Contract Documents by mention or inference otherwise in any referenced document.

G. Governing Codes shall be as shown in the Contract Documents including, without

limitation, the Specifications.

END OF DOCUMENT

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT MATERIALS AND EQUIPMENT FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 43 00-1

DOCUMENT 01 43 00 MATERIALS AND EQUIPMENT

PART 1 - GENERAL

1.1 RELATED DOCUMENTS AND PROVISIONS

All Contract Documents should be reviewed for applicable provisions related to the provisions in this

document, including without limitation:

A. General Conditions, including, without limitation, Purchase of Materials and Equipment;

B. Special Conditions;

C. Imported Materials Certification. 1.2 MATERIAL AND EQUIPMENT

A. Only items approved by the District and/or Architect shall be used.

B. Contractor shall submit lists of products and other product information in accordance with

the Contract Documents, including, without limitation, the provisions regarding the submittals.

1.3 MATERIAL AND EQUIPMENT COLORS

A. The District and/or Architect will provide a schedule of colors.

B. No individual color selections will be made until after approval of all pertinent materials and

equipment and after receipt of appropriate samples in accordance with the Contract Documents, including, without limitation, the provisions regarding the submittals.

C. Contractor shall request priority in writing for any item requiring advance ordering to

maintain the approved Construction Schedule. 1.4 DELIVERY, STORAGE, AND HANDLING

A. Contractor shall deliver manufactured materials in original packages, containers, or

bundles (with seals unbroken), bearing name or identification mark of manufacturer.

B. Contractor shall deliver fabrications in as large assemblies as practicable; where specified as shop-primed or shop-finished, package or crate as required to preserve such priming or finish intact and free from abrasion.

C. Contractor shall store materials in such a manner as necessary to properly protect them

from damage. Materials or equipment damaged by handling, weather, dirt, or from any other cause will not be accepted.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT MATERIALS AND EQUIPMENT FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 43 00-2

D. Materials are not be acceptable that have been warehoused for long periods of time, stored or transported in improper environment, improperly packaged, inadequately labeled, poorly protected, excessively shipped, deviated from normal distribution pattern, or reassembled.

E. Contractor shall store material so as to cause no obstructions of sidewalks, roadways, and

underground services. Contractor shall protect material and equipment furnished under Contract.

F. Contractor may store materials on Site with prior written approval by the District, all

material shall remain under Contractor's control and Contractor shall remain liable for any damage to the materials. Should the Project Site not have storage area available, the Contractor shall provide for off-site storage at a bonded warehouse and with appropriate insurance coverage at no cost to District.

G. When any room in Project is used as a shop or storeroom, the Contractor shall be responsible

for any repairs, patching, or cleaning necessary due to that use. Location of storage space shall be subject to prior written approval by District.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Manufacturers listed in various sections of Contract Documents are names of those

manufacturers that are believed to be capable of supplying one or more of items specified therein.

B. The listing of a manufacturer does not imply that every product of that manufacturer

is acceptable as meeting the requirements of the Contract Documents. 2.2 FACILITIES AND EQUIPMENT

Contractor shall provide, install, maintain, and operate a complete and adequate facility for handling, the

execution, disposal, and distribution of material and equipment as required for proper and timely performance of Work connected with Contract.

2.3 MATERIAL REFERENCE STANDARDS

Where material is specified solely by reference to “standard specifications” and if requested by District,

Contractor shall submit for review data on actual material proposed to be incorporated into Work of Contract listing name and address of vendor, manufacturer, or producer, and trade or brand names of those materials, and data substantiating compliance with standard specifications.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT MATERIALS AND EQUIPMENT FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 43 00-3

PART 3 - EXECUTION 3.1 WORKMANSHIP

A. Where not more specifically described in any other Contract Documents, workmanship shall

conform to methods and operations of best standards and accepted practices of trade or trades involved and shall include items of fabrication, construction, or installation regularly furnished or required for completion (including finish and for successful operation, as intended).

B. Work shall be executed by tradespersons skilled in their respective lines of Work. When

completed, parts shall have been durably and substantially built and present a neat appearance.

3.2 COORDINATION

A. Contractor shall coordinate installation of Work so as to not interfere with installation of

others. Adjustment or rework because of Contractor’s failure to coordinate will be at no additional cost to District.

B. Contractor shall examine in-place work for readiness, completeness, fitness to be concealed

or to receive other work, and in compliance with Contract Documents. Concealing or covering Work constitutes acceptance of additional cost which will result should in-place Work be found unsuitable for receiving other Work or otherwise deviating from the requirements of the Contract Documents.

3.3 COMPLETENESS

Contractor shall provide all portions of the Work, unless clearly stated otherwise, installed complete and operational with all elements, accessories, anchorages, utility connections, etc., in manner to assure well-balanced performance, in accordance with manufacturer's recommendations and by Contract Documents. For example, electric water coolers require water, electricity, and drain services; roof drains require drain system; sinks fit within countertop, etc. Terms such as “installed complete,” “operable condition,” “for use intended,” “connected to all utilities,” “terminate with proper cap,” “adequately anchored,” “patch and refinish,” “to match similar,” should be assumed to apply in all cases, except where completeness of functional or operable condition is specifically stated as not required.

3.4 APPROVED INSTALLER OR APPLICATOR

Installation by a manufacturer’s approved installer or applicator is an understood part of Specifications and only approved installer or applicator is to provide on-site Work where specified manufacturer has on-going program of approving (i.e. certifying, bonding, re-warranting) installers or applicators. Newly established relationships between a manufacturer and an installer or applicator who does not have other approved applicator work in progress or completed is not approved for this Project.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT MATERIALS AND EQUIPMENT FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 43 00-4

3.5 MANUFACTURER'S RECOMMENDATIONS

All installations shall be in accordance with manufacturer's published recommendations and specific written directions of manufacturer's representative. Should Contract Documents differ from recommendations of manufacturer or directions of his representative, Contractor shall analyze differences, make recommendations to the District and the Architect in writing, and shall not proceed until interpretation or clarification has been issued by the District and/or the Architect.

END OF DOCUMENT

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT QUALITY CONTROL FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 45 00-1

DOCUMENT 01 45 00 QUALITY CONTROL

PART 1 - GENERAL

1.1 RELATED DOCUMENTS AND PROVISIONS:

All Contract Documents should be reviewed for applicable provisions related to the provisions in this document, including without limitation:

A. General Conditions, including, without limitation, Inspector, Inspections and Tests, Uncovering

of Work and Non-conforming of Work and Correction of Work;

B. Special Conditions. 1.2 RELATED CODES:

A. The Work is governed by requirements of Title 24, California Code of Regulations (“CCR”), and

the Contractor shall keep a copy of these available at the job Site for ready reference during construction.

B. The Division of the State Architect (“DSA”) shall be notified at or before the start of

construction. 1.3 OBSERVATION AND SUPERVISION:

A. The District and Architect or their appointed representatives will review the Work and the

Contractor shall provide facilities and access to the Work at all times as required to facilitate this review. Administration by the Architect and any consulting Structural Engineer will be in accordance with applicable regulations, including, without limitation, CCR, Part 1, Title 24, Section 4-341.

B. One or more Project Inspector(s) approved by DSA and employed by or in contract with the

District, referred to hereinafter as the “Project Inspector”, will observe the work in accordance with CCR, Part 1, Title 24, Sections 4-333(b) and 4-342:

(1) The Project Inspector shall have access to the Work wherever it is in preparation or

progress for ascertaining that the Work is in accordance with the Contract Documents and all applicable code sections.. The Contractor shall provide facilities and access as required and shall provide assistance for sampling or measuring materials.

(2) The Project Inspector will notify the District and Architect and call the attention of the

Contractor to any observed failure of Work or material to conform to Contract Documents.

(3) The Project Inspector shall observe and monitor all testing and inspection activities

required.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT QUALITY CONTROL FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 45 00-2

The Contractor shall conform with all applicable laws as indicated in the Contract Documents, including, without limitation, to CCR, Part 1, Title 24, Section 4-343. The Contractor shall supervise and direct the Work and maintain a competent superintendent on the job who is authorized to act in all matters pertaining to the Work. The Contractor's superintendent shall also inspect all materials, as they arrive, for compliance with the Contract Documents. Contractor shall reject defective Work or materials immediately upon delivery or failure of the Work or material to comply with the Contract Documents. The Contractor shall submit verified reports as indicated in the Contract Documents, including, without limitation, the Specifications and as required by Part 1, Title 24, Section 4-336.

1.4 TESTING AGENCIES:

A. Testing agencies and tests shall be in conformance with the General Documents and the

requirements of Part 1, Title 24, Section 4- 335.

B. Testing and inspection in connection with earthwork shall be under the direction of the District's consulting soils engineer, if any, referred to hereinafter as the "Soils Engineer."

C. Testing and inspection of construction materials and workmanship shall be performed by

a qualified laboratory, referred to hereinafter as the "Testing Laboratory." The Testing Laboratory shall be under direction of an engineer registered in the State of California, shall conform to requirements of ASTM E329, and shall be employed by or in contract with the District.

1.5 TESTS AND INSPECTIONS:

A. The Contractor shall be responsible for notifying the District and Project Inspector of all

required tests and inspections. Contractor shall notify the District and Project Inspector at least seventy-two hours (72) hours in advance of performing any Work requiring testing or inspection.

B. The Contractor shall provide access to Work to be tested and furnish incidental labor,

equipment, and facilities to facilitate all inspections and tests.

C. The District will pay for first inspections and tests required by the “CCR”, and other inspections or tests that the District and/or the Architect may direct to have made, including the following principal items:

(1) Tests and observations for earthwork and paving.

(2) Tests for concrete mix designs, including tests of trial batches.

(3) Tests and inspections for structural steel work.

(4) Field tests for framing lumber moisture content.

(5) Additional tests directed by the District that establish that materials and installation

comply with the Contract Documents.

(6) Test and observation of welding and expansion anchors.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT QUALITY CONTROL FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 45 00-3

D. The District may at its discretion, pay and back charge the Contractor for:

(1) Retests or reinspections, if required, and tests or inspections required due to

Contractor error or lack of required identifications of material.

(2) Uncovering of work in accordance with Contract Documents.

(3) Testing done on weekends, holidays, and overtime will be chargeable to the Contractor for the overtime portion.

(4) Testing done off Site.

E. Testing and inspection reports and certifications:

(1) If initially received by Contractor, Contractor shall provide to each of the following a

copy of the agency or laboratory report of each test or inspection or certification.

a. The District;

b. The Construction Manager, if any;

c. The Architect;

d. The Consulting Engineer, if any;

e. Other engineers on the Project, as appropriate;

f. The Project Inspector; and

g. The Contractor.

(2) When the test or inspection is one required by the CCR, a copy of the report shall also be provided to the DSA.

PART 2 - PRODUCTS

2.1 TYPE OF TEST AND INSPECTIONS:

A. Concrete Tests

Testing agency shall test concrete used in the work per the following paragraphs:

(1) Compressive Strength:

a. Minimum number of tests required: One (1) set of three (3) cylinders for each

100 cubic yards (Sec. 2604(h) 01) of concrete or major fraction thereof, placed in one (1) day. See Title 24, Section 2605(g).

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT QUALITY CONTROL FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 45 00-4

b. Two cylinders of each set shall be tested at twenty-eight (28) days. One (1) cylinder shall be held in reserve and tested only when directed by the Architect or District.

c. Concrete shall test the minimum ultimate compressive strength in 28 days, as

specified on the structural drawings.

d. In the event that the twenty-eight (28) day test falls below the minimum specified strength, the effective concrete in place shall be tested by taking cores in accordance with UBC Standard No. 26-13 and tested as required for cylinders.

e. In the event that the test on core specimens falls below the minimum specified

strength, the concrete will be deemed defective and shall be removed and replaced upon such direction of the Architect, and in a manner acceptable to the Division of the State Architect.

B. Reinforcing, Steel

C. Structural Steel Per Title 24 and as noted:

(1) Material: Steel per Table in Title 24, Section 2712.

(2) Qualification of Welders (UBC Std. 27-6).

(3) Shop fabrication (Section 2712(d). Structural steel only).

(4) Shop and field welding (Section 2712(e)).

PART 3 - EXECUTION Not Used.

END OF DOCUMENT

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT PRODUCT DELIVERY, STORAGE AND HANDLING FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 66 00-1

SECTION 01 66 00 PRODUCT DELIVERY, STORAGE AND HANDLING

PART 1 - GENERAL

1.1 RELATED DOCUMENTS AND PROVISIONS

All Contract Documents should be reviewed for applicable provisions related to the provisions in this document, including without limitation:

A. General Conditions, including, without limitation, Site Access, Conditions and Requirements;

B. Special Conditions.

1.2 PRODUCTS

A. Products are as defined in the General Conditions.

B. Contractor shall not use and/or reuse materials and/or equipment removed from existing

Premises, except as specifically permitted by the Contract Documents.

C. Contractor shall provide interchangeable components of the same manufacturer, for similar components.

1.3 TRANSPORTATION AND HANDLING

A. Contractor shall transport and handle Products in accordance with

manufacturer's instructions.

B. Contractor shall promptly inspect shipments to confirm that Products comply with requirements, quantities are correct, and products are undamaged.

C. Contractor shall provide equipment and personnel to handle Products by methods to

prevent soiling, disfigurement, or damage. 1.4 STORAGE AND PROTECTION

A. Contractor shall store and protect Products in accordance with manufacturer's instructions,

with seals and labels intact and legible. Contractor shall store sensitive products in weather-tight, climate controlled enclosures.

B. For exterior storage of fabricated Products, Contractor shall place on sloped supports,

above ground.

C. Contractor shall provide off-site storage and protection when Site does not permit on-site storage or protection.

D. Contractor shall cover products subject to deterioration with impervious sheet covering and

provide ventilation to avoid condensation.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT PRODUCT DELIVERY, STORAGE AND HANDLING FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 66 00-2

E. Contractor shall store loose granular materials on solid flat surfaces in a well- drained area

and prevent mixing with foreign matter.

F. Contractor shall provide equipment and personnel to store Products by methods to prevent soiling, disfigurement, or damage.

G. Contractor shall arrange storage of Products to permit access for inspection and

periodically inspect to assure Products are undamaged and are maintained under specified conditions.

PART 2 – PRODUCTS Not Used.

PART 3 - EXECUTION Not Used.

END OF DOCUMENT

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT FIELD ENGINEERING FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 71 23-1

DOCUMENT 01 71 23 FIELD ENGINEERING

PART 1 - GENERAL

1.1 RELATED DOCUMENTS AND PROVISIONS:

All Contract Documents should be reviewed for applicable provisions related to the provisions in this

document, including without limitation:

A. General Conditions, including, without limitation, Site Investigation, and Soils Investigation Report;

B. Special Conditions;

C. Site-Visit Certification.

1.2 REQUIREMENTS INCLUDED:

A. Contractor shall provide and pay for field engineering services by a California- registered

engineer, required for the project, including, without limitations:

(1) Survey work required in execution of the Project.

(2) Civil or other professional engineering services specified, or required to execute Contractor's construction methods.

1.3 QUALIFICATIONS OF SURVEYOR OR ENGINEERS:

Contractor shall only use a qualified licensed engineer or registered land surveyor, to whom District makes

no objection. 1.4 SURVEY REFERENCE POINTS:

A. Existing basic horizontal and vertical control points for the Project are those designated on

the Drawings.

B. Contractor shall locate and protect control points prior to starting Site Work and preserve all permanent reference points during construction. In addition Contractor shall:

(1) Make no changes or relocation without prior written notice to District and Architect.

(2) Report to District and Architect when any reference point is lost or destroyed, or requires

relocation because of necessary changes in grades or locations.

(3) Require surveyor to replace Project control points based on original survey control that may be lost or destroyed.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT FIELD ENGINEERING FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 71 23-2

1.5 RECORDS:

Contractor shall maintain a complete, accurate log of all control and survey work as it progresses. 1.6 SUBMITTALS:

A. Contractor shall submit name and address of Surveyor and Professional Engineer to

District and Architect prior to its/their work on the Project.

B. On request of District and Architect, Contractor shall submit documentation to verify accuracy of field engineering work, at no additional cost to the District.

C. Contractor shall submit a certificate signed by registered engineer or surveyor certifying that

elevations and locations of improvements are in conformance or nonconformance with Contract Documents.

PART 2 – PRODUCTS:

See Document 00 09 98 00 for all the mandatory products that will be utilized.

PART 3 - EXECUTION 3.1 COMPLIANCE WITH LAWS:

Contractor is responsible for meeting all applicable codes, OSHA, safety and shoring requirements.

3.2 NONCONFORMING WORK:

Contractor is responsible for any re-surveying required by correction of nonconforming work.

END OF DOCUMENT

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CUTTTING AND PATCHING FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 73 29-1

DOCUMENT 01 73 29 CUTTING AND PATCHING

1. PART 1 – GENERAL

1.01 RELATED DOCUMENTS AND PROVISIONS:

All Contract Documents should be reviewed for applicable provisions related to the provisions in this document, including without limitation:

A. General Conditions, including, without limitation, Inspector, Inspections, and Tests,

Integration of Work, Nonconforming Work, and Correction of Work, and Uncovering Work;

B. Special Conditions;

C. Hazardous Materials Procedures and Requirements;

D. Hazardous Materials Certification;

E. Lead-Based Paint Certification;

F. Imported Materials Certification. 1.2 CUTTING AND PATCHING:

A. Contractor shall be responsible for all cutting, fitting, and patching, including associated

excavation and backfill, required to complete the Work or to:

(1) Make several parts fit together properly.

(2) Uncover portions of Work to provide for installation of ill-timed Work.

(3) Remove and replace defective Work.

(4) Remove and replace Work not conforming to requirements of Contract Documents.

(5) Remove Samples of installed Work as specified for testing.

(6) Provide routine penetrations of non-structural surfaces for installation of piping and electrical conduit.

(7) Attaching new materials to existing remodeling areas – including painting (or

other finishes) to match existing conditions.

B. In addition to Contract requirements, upon written instructions from the District, Contractor shall uncover Work to provide for observations of covered Work in accordance with the Contract Documents; remove samples of installed materials for testing as directed by District; and remove Work to provide for alteration of existing Work.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CUTTTING AND PATCHING FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 73 29-2

C. Contractor shall not cut or alter Work, or any part of it, in such a way that endangers or compromises the integrity of the Work, the Project, or work of others.

1.3 SUBMITTALS:

A. Prior to any cutting or alterations that may affect the structural safety of Project, or work of

others, and well in advance of executing such cutting or alterations, Contractor shall submit written notice to District pursuant to the applicable notice provisions of the Contract Documents, requesting consent to proceed with the cutting or alteration, including the following:

(1) The work of the District or other trades.

(2) Structural value or integrity of any element of Project.

(3) Integrity or effectiveness of weather-exposed or weather-resistant elements or

systems.

(4) Efficiency, operational life, maintenance or safety of operational elements.

(5) Visual qualities of sight-exposed elements.

B. Contractor's Request shall also include:

(1) Identification of Project.

(2) Description of affected Work.

(3) Necessity for cutting, alteration, or excavations.

(4) Affects of Work on District, other trades, or structural or weatherproof integrity of Project.

(5) Description of proposed Work:

(a) Scope of cutting, patching, alteration, or excavation.

(b) Trades that will execute Work.

(c) Products proposed to be used.

(d) Extent of refinishing to be done.

(6) Alternates to cutting and patching.

(7) Cost proposal, when applicable.

(8) The scheduled date the Contractor intends to perform the Work and the duration

of time to complete the Work.

(9) Written permission of other trades whose Work will be affected.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CUTTTING AND PATCHING FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 73 29-3

1.4 QUALITY ASSURANCE:

A. Contractor shall ensure that cutting, fitting, and patching shall achieve security, strength,

weather protection, appearance for aesthetic match, efficiency, operational life, maintenance, safety of operational elements, and the continuity of existing fire ratings.

B. Contractor shall ensure that cutting, fitting, and patching shall successfully duplicate

undisturbed adjacent profiles, materials, textures, finishes, colors, and that materials shall match existing construction. Where there is dispute as to whether duplication is successful or has been achieved to a reasonable degree, the District's decision shall be final.

1.5 PAYMENT FOR COSTS:

A. Cost caused by ill-timed or defective Work or Work not conforming to Contract Documents,

including costs for additional services of the District, its consultants, including but not limited to the Construction Manager, the Architect, the Project Inspector(s), Engineers, and Agents, will be paid by Contractor and/or deducted from the Contract by the District.

B. District shall only pay for cost of Work if it is part of the original Contract Price or if a change

has been made to the contract in compliance with the provisions of the General Conditions. Cost of Work performed upon instructions from the District, other than defective or nonconforming Work, will be paid by District on approval of written Change Order. Contractor shall provide written cost proposals prior to proceeding with cutting and patching.

PART 2 - PRODUCTS

2.1 MATERIALS:

A. Contractor shall provide for replacement and restoration of Work removed. Contractor shall

comply with the Contract Documents and with the Industry Standard(s), for the type of Work, and the Specification requirements for each specific product involved. If not specified, Contractor shall first recommend a product of a manufacturer or appropriate trade association for approval by the District.

B. Materials to be cut and patched include those damaged by the performance of the Work.

PART 3 – EXECUTION

3.1 INSPECTION:

A. Contractor shall inspect existing conditions of the Site and the Work, including elements

subject to movement or damage during cutting and patching, excavating and backfilling. After uncovering Work, Contractor shall inspect conditions affecting installation of new products.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CUTTTING AND PATCHING FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 73 29-4

B. Contractor shall report unsatisfactory or questionable conditions in writing to District as indicated in the General Conditions and shall proceed with Work as indicated in the General Conditions by District.

3.2 PREPARATION:

A. Contractor shall provide shoring, bracing and supports as required to maintain structural

integrity for all portions of the Project, including all requirements of the Project.

B. Contractor shall provide devices and methods to protect other portions of Project from damage.

C. Contractor shall, provide all necessary protection from weather and extremes of

temperature and humidity for the Project, including without limitation, any work that may be exposed by cutting and patching Work. Contractor shall keep excavations free from water.

3.3 ERECTION, INSTALLATION AND APPLICATION:

A. With respect to performance, Contractor shall:

(1) Execute fitting and adjustment of products to provide finished installation to comply

with and match specified tolerances and finishes.

(2) Execute cutting and demolition by methods that will prevent damage to other Work, and provide proper surfaces to receive installation of repairs and new Work.

(3) Execute cutting, demolition excavating, and backfilling by methods that will prevent

damage to other Work and damage from settlement.

B. Contractor shall employ original installer or fabricator to perform cutting and patching for:

(1) Weather-exposed surfaces and moisture-resistant elements such as roofing, sheet metal, sealants, waterproofing, and other trades.

(2) Sight-exposed finished surfaces.

C. Contractor shall execute fitting and adjustment of products to provide a finished installation

to comply with specified products, functions, tolerances, and finishes as shown or specified in the Contract Documents including, without limitation, the Drawings and Specifications.

D. Contractor shall fit Work airtight to pipes, sleeves, ducts, conduit, and other penetrations

through surfaces. Contractor shall conform to all Code requirements for penetrations or the Drawings and Specifications, whichever calls for a higher quality or more thorough requirement. Contractor shall maintain integrity of both rated and non-rated fire walls, ceilings, floors, etc.

E. Contractor shall restore Work which has been cut or removed. Contractor shall install

new products to provide completed Work in accordance with

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CUTTTING AND PATCHING FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 73 29-5

requirements of the Contract Documents and as required to match surrounding areas and surfaces.

F. Contractor shall refinish all continuous surfaces to nearest intersection as necessary to

match the existing finish to any new finish.

END OF DOCUMENT

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CONTRACT CLOSEOUT AND FINAL CLEANING FOODSERVICE REPLACEMENT PROJECT SECTION 01 11 00-1

DOCUMENT 01 77 00 CONTRACT CLOSEOUT AND FINAL CLEANING

PART 1 - GENERAL

1.1 RELATED DOCUMENTS AND PROVISIONS

All Contract Documents should be reviewed for applicable provisions related to the provisions in this document, including without limitation:

A. General Conditions, including, without limitation, Completion of Work;

B. Special Conditions;

C. Temporary Facilities and Controls.

1.2 CLOSEOUT PROCEDURES

Contractor shall comply with all closeout provisions as indicated in the General Conditions.

1.3 FINAL CLEANING

A. Contractor shall execute final cleaning prior to final inspection.

B. Contractor shall clean interior and exterior glass and surfaces exposed to view; remove

temporary labels, tape, stains, and foreign substances, polish transparent and glossy surfaces, wax and polish new vinyl floor surfaces, vacuum carpeted and soft surfaces.

C. Contractor shall clean equipment and fixtures to a sanitary condition.

D. Contractor shall replace filters of operating equipment.

E. Contractor shall clean debris from roofs, gutters, down spouts, and drainage systems.

F. Contractor shall clean Site, sweep paved areas, and rake clean landscaped surfaces.

G. Contractor shall remove waste and surplus materials, rubbish, and construction

facilities from the Site. 1.4 ADJUSTING

Contractor shall adjust operating products and equipment to ensure smooth and unhindered operation.

1.5 RECORD DOCUMENTS AND SHOP DRAWINGS

A. Contractor shall legibly mark each item to record actual construction, including:

(1) Measured depths of foundation in relation to finish floor datum.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CONTRACT CLOSEOUT AND FINAL CLEANING FOODSERVICE REPLACEMENT PROJECT SECTION 01 11 00-2

(2) Measured horizontal and vertical locations of underground utilities and

appurtenances, referenced to permit surface improvements.

(3) Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work.

(4) Field changes of dimension and detail.

(5) Details not on original Contract Drawings

(6) Changes made by modification(s).

(7) References to related Shop Drawings and modifications.

B. Contractor will provide one set of Record Drawings to District.

C. Contractor shall submit all required documents to District and/or Architect prior to or

with its final Application for Payment. 1.6 INSTRUCTION OF DISTRICT PERSONNEL

A. Before final inspection, at agreed upon times, Contractor shall instruct District's designated

personnel in operation, adjustment, and maintenance of products, equipment, and systems.

B. For equipment requiring seasonal operation, Contractor shall perform instructions for other seasons within six months.

C. Contractor shall use operation and maintenance manuals as basis for instruction.

Contractor shall review contents of manual with personnel in detail to explain all aspects of operation and maintenance.

D. Contractor shall prepare and insert additional data in Operation and Maintenance

Manual when need for such data becomes apparent during instruction.

E. Contractor shall use operation and maintenance manuals as basis for instruction. Contractor shall review contents of manual with personnel in detail to explain all aspects of operation and maintenance.

1.7 SPARE PARTS AND MAINTENANCE MATERIALS

A. Contractor shall provide products, spare parts, maintenance, and extra materials in

quantities specified in the Specifications and in Manufacturer's recommendations.

B. Contractor shall provide District all required Operation and Maintenance Data. PART 2 – PRODUCTS Not used.

PART 3 – EXECUTION Not used.

END OF DOCUMENT

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT OPERATION AND MAINTENANCE DATA FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 78 23-3

DOCUMENT 01 78 23 OPERATION AND MAINTENANCE DATA

PART 1 – GENERAL

1.1 RELATED DOCUMENTS AND PROVISIONS:

All Contract Documents should be reviewed for applicable provisions related to the provisions in this document, including without limitation:

A. General Conditions, including, without limitation, Completion of the Work;

B. Special Conditions.

1.2 QUALITY ASSURANCE:

Contractor shall prepare instructions and data by personnel experienced in maintenance and operation of described products.

1.3 FORMAT:

A. Contractor shall prepare data in the form of an instructional manual entitled “OPERATIONS

AND MAINTENANCE MANUAL & INSTRUCTIONS” (“Manual”).

B. Binders: Contractor shall use commercial quality, 8-1/2 by 11 inch, three-side rings, with durable plastic covers; two inch maximum ring size. When multiple binders are used, Contractor shall correlate data into related consistent groupings.

C. Cover: Contractor shall identify each binder with typed or printed title "OPERATION AND

MAINTENANCE MANUAL & INSTRUCTIONS"; and shall list title of Project and identify subject matter of contents.

D. Contractor shall arrange content by systems process flow under section numbers and

sequence of Table of Contents of the Contract Documents.

E. Contractor shall provide tabbed fly leaf for each separate product and system, with typed description of product and major component parts of equipment.

F. Text: The content shall include Manufacturer's printed data, or typewritten data on 24

pound paper.

G. Drawings: Contractor shall provide with reinforced punched binder tab and shall bind in with text; folding larger drawings to size of text pages.

1.4 CONTENTS, EACH VOLUME:

A. Table of Contents: Contractor shall provide title of Project; names, addresses, and telephone

numbers of the Architect, any engineers, subconsultants, Subcontractor(s), and Contractor with name of responsible parties; and schedule of products and systems, indexed to content

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT OPERATION AND MAINTENANCE DATA FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 78 23-4

of the volume B. For Each Product or System: Contractor shall list names, addresses, and telephone numbers

of Subcontractor(s) and suppliers, including local source of supplies and replacement parts.

C. Product Data: Contractor shall mark each sheet to clearly identify specific products and component parts, and data applicable to installation. Delete inapplicable information.

D. Drawings: Contractor shall supplement product data to illustrate relations of component

parts of equipment and systems, to show control and flow diagrams. Contractor shall not use Project Record Documents as maintenance drawings.

E. Text: The Contractor shall include any and all information as required to supplement

product data. Contractor shall provide logical sequence of instructions for each procedure, incorporating manufacturer's instructions.

F. Warranties and Bonds: Contractor shall bind in one copy of each.

1.5 MANUAL FOR MATERIALS AND FINISHES:

A. Building Products, Applied Materials, and Finishes: Contractor shall include product data,

with catalog number, size, composition, and color and texture designations. Contractor shall provide information for re-ordering custom manufactured products.

B. Instructions for Care and Maintenance: Contractor shall include Manufacturer's

recommendations for cleaning agents and methods, precautions against detrimental agents and methods, and recommended schedule for cleaning and maintenance.

C. Moisture Protection and Weather Exposed Products: Contractor shall include product data

listing applicable reference standards, chemical composition, and details of installation. Contractor shall provide recommendations for inspections, maintenance, and repair.

D. Additional Requirements: Contractor shall include all additional requirements as specified in

the Specifications.

E. Contractor shall provide a listing in Table of Contents for design data, with tabbed fly sheet and space for insertion of data.

1.6 MANUAL FOR EQUIPMENT AND SYSTEMS:

A. Each Item of Equipment and Each System: Contractor shall include description of unit or system, and component parts and identify function, normal operating characteristics, and limiting conditions. Contractor shall include performance curves, with engineering data and tests, and complete nomenclature, and commercial number of replaceable parts.

B. Panelboard Circuit Directories: Contractor shall provide electrical service characteristics, controls, and communications.

C. Contractor shall include color coded wiring diagrams as installed.

D. Operating Procedures: Contractor shall include start-up, break-in, and r o u t i n e normal operating instructions and sequences. Contractor shall include regulation, control, stopping,

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT OPERATION AND MAINTENANCE DATA FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 78 23-5

shut-down, and emergency instructions. Contractor shall include summer, winter, and any special operating instructions.

E. Maintenance Requirements: Contractor shall include routine procedures and guide for trouble-shooting; disassembly, repair, and reassembly instructions; and alignment, adjusting, balancing, and checking instructions.

F. Contractor shall provide servicing and lubrication schedule, and list of lubricants

required.

G. Contractor shall include manufacturer's printed operation and maintenance instructions.

H. Contractor shall include sequence of operation by controls manufacturer.

I. Contractor shall provide original manufacturer's parts list, illustrations, assembly drawings, and diagrams required for maintenance.

J. Contractor shall provide control diagrams by controls manufacturer as installed.

K. Contractor shall provide Contractor's coordination drawings, with color coded piping

diagrams as installed.

L. Contractor shall provide charts of valve tag numbers, with location and function of each valve, keyed to flow and control diagrams.

M. Contractor shall provide list of original manufacturer's spare parts, current prices, and

recommended quantities to be maintained in storage.

N. Additional Requirements: Contractor shall include all additional requirements as specified in Specification(s).

O. Contractor shall provide a listing in Table of Contents for design data, with tabbed fly

sheet and space for insertion of data. 1.8 SUBMITTAL:

A. Contractor shall submit to the District for review two (2) copies of preliminary draft or

proposed formats and outlines of the contents of the Manual within thirty (30) days of Contractor’s start of Work.

B. For equipment, or component parts of equipment put into service during construction and to be operated by District, Contractor shall submit draft content for that portion of the Manual within ten (10) days after acceptance of that equipment or component.

C. Contractor shall submit two (2) copies of a complete Manual in final form prior to final

Application for Payment. Copy will be returned with Architect/Engineer comments. Contractor must revise the content of the Manual as required by District prior to District's approval of Contractor’s final Application for Payment.

D. Contractor must submit two (2) copies of revised Manual in final form within ten (10) days

after final inspection.

PART 2 – PRODUCTS Not Used. PART 3 – EXECUTION Not Used.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT OPERATION AND MAINTENANCE DATA FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 78 23-2

END OF DOCUMENT

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT WARRANTIES FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 78 36-1

DOCUMENT 01 78 36 WARRANTIES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS AND PROVISIONS

All Contract Documents should be reviewed for applicable provisions related to the provisions in this

document, including without limitation:

A. General Conditions, including, without limitation, Warranty/Guarantee Information;

B. Special Conditions, Pool deck coating must be warrantied for a 10 year period starting from the date Notice of Completion for this Project till the time period has lapsed. All work will be subject to warranty clause by contractor that has been contracted to do scope work pertaining to this contract.

1.2 FORMAT

A. Binders: Contractor shall use commercial quality, 8-1/2 by 11 inch, three- side rings, with

durable plastic covers; two inch maximum ring size.

B. Cover: Contractor shall identify each binder with typed or printed title "WARRANTIES” and shall list title of Project.

C. Table of Contents: Contractor shall provide title of Project; name, address, and telephone

number of Contractor and equipment supplier, and name of responsible principal. Contractor shall identify each item with the number and title of the specific Specification, document, provision, or section in which the name of the product or work item is specified.

D. Contractor shall separate each warranty with index tab sheets keyed to the Table of Contents

listing, providing full information and using separate typed sheets as necessary. Contractor shall list each applicable and/or responsible Subcontractor(s), supplier(s), and/or manufacturer(s), with name, address, and telephone number of each responsible principal(s).

1.3 PREPARATION:

A. Contractor shall obtain warranties, executed in duplicate by each applicable and/or

responsible subcontractor(s), supplier(s), and manufacturer(s), within ten (10) days after completion of the applicable item or work. Except for items put into use with District's permission, Contractor shall leave date of beginning of time of warranty until the date of completion is determined.

B. Contractor shall verify that documents are in proper form, contain full information,

and are notarized, when required.

C. Contractor shall co-execute submittals when required. D. Contractor shall retain warranties until time specified for submittal.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT WARRANTIES FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 01 78 36-2

1.4 TIME OF SUBMITTALS:

A. For equipment or component parts of equipment put into service during construction

with District's permission, Contractor shall submit a draft warranty for that equipment or component within ten (10) days after acceptance of that equipment or component.

B. Contractor shall submit for District approval all warranties and related documents within ten

(10) days after date of completion. Contractor must revise the warranties as required by the District prior to District's approval of Contractor’s final Application for Payment.

C. For items of work delayed beyond date of completion, provide updated submittal within

ten days after acceptance, listing the date of acceptance as start of warranty period.

PART 2 - PRODUCTS Not Used. PART 3 – EXECUTION Not Used.

END OF DOCUMENT

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT DEMOLITION FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 02 41 00-1

SECTION 02 41 00 DEMOLITION

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Building demolition. B. Selective demolition of built site elements.

1. Demolition and removal of existing site improvements within Project area, as indicated on Drawings and as necessary to accomplish the Work, including: a. Asphaltic concrete and portland cement concrete paving. b. Pavement cutting and removal. c. Debris removal.

2. Handling and disposal of removed materials.

3. Dewatering of excavations as necessary to control surface and sub-surface water. C. Selective demolition of building elements for alteration purposes. D. Abandonment and removal of existing utilities and utility structures. E. Temporary Barrier for use during Construction

1. Construction Barrier Requirements a. The Contractor shall, during the entire construction period and until the completion of the

Work, provide and maintain all material, equipment and services necessary for an adequate dust and debris protection and fire protection system, which shall meet the approval of the Owner and/or the Architect/Engineer. The system shall, at a minimum, meet the requirements set forth in the Contract Documents. These requirements shall be augmented and/or the installations relocated, as may be necessary to meet, at all times, the demands of adequate protection in all areas and shall not be reduced prior to the completion of the Work without the written approval of the Owner.

b. Flame retardant plastic sheeting (i.e. Visqueen) will be permitted as a temporary construction barrier where the construction area is fully protected with sprinklers.

2. QUALITY ASSURANCE a. Standards and Regulations: Comply with applicable laws and regulations and the following:

1. NFPA Code 241, "Building Construction and Demolition Operations". 2. ANSI-A10 Series standards for "Safety Requirements for Construction and Demolition". 3. NECA Electrical Design Library "Temporary Electrical Facilities".

b. Conditions of Use: Keep facilities clean and neat. Operate in a safe and efficient manner. Take necessary fire prevention measures. Do not allow hazardous, dangerous or unsanitary conditions, or public nuisances to develop or persist on the site.

1.2 RELATED REQUIREMENTS A. Section 01 – General Construction.

1.3 REFERENCE STANDARDS A. 29 CFR 1926 - U.S. Occupational Safety and Health Standards. B. NFPA 241 - Standard for Safeguarding Construction, Alteration, and Demolition Operations.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT DEMOLITION FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 02 41 00-2

1.4 DEFINITIONS A. Remove: Remove and legally dispose of items, except those identified for use in recycling, re-use, and

salvage programs. Environmental Pollution and Damage: The presence of chemical, physical, or biological elements or agents which adversely affect human health or welfare; unfavorably alter ecological balances of importance to human or animal life; affect other species of importance to humanity; or degrade the utility of the environment for aesthetic, cultural or historical purposes.

B. Inert Fill: A permitted facility that accepts inert waste such as asphalt and concrete exclusively for the purpose of disposal.

1. Inert Solids/Inert Waste: Non-liquid solid waste including, but not limited to, soil and concrete that does not contain hazardous substances or soluble pollutants at concentrations in excess of water-quality standards established by a regional water board and does not contain significant quantities of decomposable solid waste.

C. Class III Landfill: A landfill that accepts non-hazardous materials such as household, commercial, and industrial waste, resulting from construction, remodeling, repair, and demolition operations. A Class III landfill must have a solid waste facilities permit from the State of California.

D. Demolition Waste: Building materials and solid waste resulting from construction, remodeling, repair, cleanup, or demolition operations that are not hazardous. This term includes, but is not limited to, asphalt concrete, Portland cement concrete, brick, lumber, gypsum wallboard, cardboard and other associated packaging, roofing material, ceramic tile, carpeting, plastic pipe, and steel. The materials may include rock, soil, tree stumps, and other vegetative matter resulting from land clearing and landscaping for construction or land development projects.

E. Chemical Waste: Includes petroleum products, bituminous materials, salts, acids, alkalis, herbicides, pesticides, organic chemicals and inorganic wastes.

F. Recycling: The process of sorting, cleansing, treating and reconstituting materials for the purpose of using the altered form in the manufacture of a new product. Recycling does not include burning, incinerating or thermally destroying solid waste.

G. Reuse: The use, in the same or similar form as it was produced, of a material which might otherwise be discarded.

H. Solid Waste: All putrescible and nonputrescible solid, semisolid, and liquid wastes, including garbage, trash, refuse, paper, rubbish, ashes, industrial wastes, demolition and construction wastes, abandoned vehicles and parts thereof, discarded home and industrial appliances, dewatered, treated, or chemically fixed sewage sludge which is not hazardous waste, manure, vegetable or animal solid and semisolid wastes, and other discarded solid and semisolid wastes. "Solid waste" does not include hazardous waste, radioactive waste, or medical waste as defined or regulated by State law.

1.5 ADMINISTRATIVE REQUIREMENTS

A. Pre-Construction Conference: Conduct a pre-construction conference one week prior to the start of the work of this section; require attendance by all affected trades.

B. Convene a conference at the Project site 3 days prior to starting demolition to review the Drawings and Specifications, requirements of authorities having jurisdiction, instructions and requirements of serving utilities, sequencing and interface considerations and project conditions.Conference shall be attended by Construction Manager, supervisory and quality control personnel of Contractor and all subcontractors performing this and directly-related Work.

C. Submit minutes of meeting to District, Project Inspector and Architect, for Project record purposes.

D. Sequencing: Ensure that utility connections are achieved in an orderly and expeditious manner.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT DEMOLITION FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 02 41 00-3

1. Refer to sequence requirements specified in Section 01 10 00 - Summary; and construction progress schedule requirements specified in Section 01 32 16 - Construction Progress Schedule.

1.6 MATERIALS OWNERSHIP

A. Except for items or materials indicated to be reused, salvaged, reinstalled, or otherwise indicated to remain property of Saddleback Valley Unified School District, demolished materials shall become the Contractor's property and shall be removed, recycled, or disposed from Project site in an appropriate and legal manner.

1. Arrange a meeting no less than ten (10) days prior to demolition with the District or Construction Manager and other designated representatives to review any salvagable items to determine if District wants to retain ownership, and discuss Contractor's Waste Management and Recycling Plan.

1.7 SUBMITTALS

A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Site Plan: Showing:

1. Areas for temporary construction and field offices.

2. Areas for temporary and permanent placement of removed materials. C. Demolition Plan: Submit demolition plan as specified by OSHA and local authorities.

1. Indicate extent of demolition, removal sequence, bracing and shoring, and location and construction of barricades and fences.

2. Identify demolition firm and submit qualifications. D. Demolition phase:

1. Proposed dust-control measures.

2. Proposed noise-control measures.

3. Schedule of demolition activities indicating the following: a. Detailed sequence of demolition and removal work, including start and end dates for each

activity. b. Dates for shutoff, capping, and continuation of utility services.

4. Contractor's Waste Management and Recycling Plan: See Section 01 74 19 - Construction Waste Management and Disposal. a. This plan will not otherwise relieve the Contractor of responsibility for adequate and

continuing control of pollutants and other environmental protection measures.

5. Contractor's Reuse, Recycling, and Disposal Report: See Section 01 74 19 - Construction Waste Management and Disposal.

E. Project Record Documents: Accurately record actual locations of capped and active utilities and subsurface construction.

1. Record drawings: Identify and accurately locate capped utilities and other subsurface structural, electrical, or mechanical conditions.

1.8 SUBMITTALS

A. Demolition and Removal Procedures and Schedule: Submit for Project record only.

B. Project Record Drawings: Submit in accordance with provisions specified in Section 01 78 00 - Closeout Submittals. Indicate verified locations of underground utilities and storm drainage system on project record drawings.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT DEMOLITION FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 02 41 00-4

1.9 QUALITY ASSURANCE

A. Demolition Firm Qualifications: Company specializing in the type of work required.

1. Minimum of 5 years of documented experience.

1.10 SCHEDULING

A. Schedule Work to precede new construction. B. Describe demolition removal procedures and schedule. C. Perform work between the hours of 8am and 5pm, subject to noise abatement regulations and

District's approval for noise considerations.

PART 2 PRODUCTS -- NOT USED

PART 3 EXECUTION

3.1 SCOPE

A. Remove paving and curbs as required to accomplish new work. B. Within area of new construction, remove foundation walls and footings to a minimum of 2 feet

below finished grade. C. Remove concrete slabs on grade as indicated on drawings. D. Remove fences and gates.

E. Remove other items indicated, for salvage, relocation, and recycling.

3.2 GENERAL PROCEDURES AND PROJECT CONDITIONS A. Conform to the relevant Article of the General Conditions, South Coast Air Quality Management

District and other applicable regulatory procedures when discovering hazardous or contaminated materials.

B. Selective Demolition of Site and Building Elements: 1. Use techniques acceptable to authorities having jurisdiction and which will achieve intended

results and provide protection of surrounding features to remain. 2. Some items may have been demolished prior to Work of this Contract. Verify existing conditions

prior to start of demolition. If items are or have been demolished contact the Architect.

3. Some items may require postponement of demolition until late in Contract Time period.

4. Phase demolition as necessary to provide adequate interfacing of related Work.

5. Demolish in an orderly and careful manner. Protect existing foundations, retaining walls, utility structures, other structures and finish materials to remain.

C. Field Measurements and Conditions:

1. Survey existing conditions and correlate with requirements indicated to determine extent of demolition and recycling required.

2. In addition to provisions of the Conditions of the Contract, verify dimensions and field conditions prior to construction. Verify condition of substrate and adjoining Work before proceeding with demolition Work. If conflict is found notify Construction Manager, Project Inspector and Architect.

D. Comply with other requirements specified in Section 01 70 00.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT DEMOLITION FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 02 41 00-5

E. Comply with governing EPA notification regulations before starting demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. Obtain and pay for all permits required.

F. Environmental Controls

1. Comply with federal, state and local regulations pertaining to water, air, solid waste, recycling, chemical waste, sanitary waste, sediment and noise pollution.

2. Confine demolition activities to areas defined by public roads, easements, and work area limits indicated on the drawings.

3. Temporary Construction: Remove indications of temporary construction facilities, such as haul roads, work areas, structures, stockpiles or waste areas.

4. Water Resources: Comply with applicable regulations concerning the direct or indirect discharge of pollutants to underground and natural surface waters. a. Oily Substances: Prevent oily or other hazardous substances from entering the ground,

drainage areas, or local bodies of water in such quantities as to affect normal use, aesthetics, or produce a measurable ecological impact on the area. 1) Store and service construction equipment at areas designated for collection of oil

wastes.

5. Dust Control, Air Pollution, and Odor Control: Prevent creation of dust, air pollution and odors. a. Use temporary enclosures and other appropriate methods to limit dust and dirt rising

and scattering in air to lowest practical level. b. Store volatile liquids, including fuels and solvents, in closed containers. c. Properly maintain equipment to reduce gaseous pollutant emissions.

6. Noise Control: Perform demolition operations to minimize noise. a. Repetitive, high level impact noise will be permitted only during the times indicated in

Section 01 70 00 - Execution and Closeout Requirements. Repetitive impact noise on the property shall not exceed the following dB limitations:

Sound Level in dB Time Duration of Impact Noise 70 More than 12 minutes in any hour 80 More than 3 minutes in any hour

b. Provide equipment, sound-deadening devices, and take noise abatement measures that

are necessary to comply with the requirements of this Contract. c. At least once every five successive working days while work is being performed above

55 dB noise level, measure sound level for noise exposure due to the demolition. 1) Measure sound levels on the 'A' weighing network of a General Purpose sound level

meter at slow response. 2) To minimize the effect of reflective sound waves at buildings, measurements may be

taken three to six feet in front of any building face.

G. Comply with applicable codes and regulations for demolition operations and safety of adjacent structures and the public.

1. Obtain required permits.

2. Comply with applicable requirements of NFPA 241.

3. Use of explosives is not permitted.

4. Take precautions to prevent catastrophic or uncontrolled collapse of structures to be removed; do not allow worker or public access within range of potential collapse of unstable structures.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT DEMOLITION FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 02 41 00-6

a. Survey condition of the building to determine whether removing any element might result in a structural deficiency or unplanned collapse of any portion of the structure or adjacent structures during demolition. 1) Retain a licensed and qualified civil or structural engineer to provide analysis,

including calculations, necessary to ensure the safe execution of the demolition work.

b. Prevent movement or settlement of adjacent structures. Provide bracing and shoring. c. Perform surveys as the Work progresses to detect hazards resulting from

demolition activities.

5. Provide, erect, and maintain temporary barriers and security devices. a. Provide, erect, and maintain temporary barriers, safety and security devices , for

protection of streets, sidewalks, curbs, adjacent property and the public. b. Protection: Protect existing construction and adjacent areas with temporary barriers and

security devices in accordance with requirements specified in Section 01 50 00 - Temporary Facilities and Controls. 1) Review location and type of construction of temporary barriers with District and/or

the Construction Manager. 2) Barriers shall control dust, debris and provide protection for persons occupying and

using adjacent facilities. 3) Maintain protected egress and access at all times, in accordance with

requirements of authorities having jurisdiction and with permission of DSA (AHJ having jurisdiction).

6. Use physical barriers to prevent access to areas that could be hazardous to workers or the public.

7. Conduct operations to minimize effects on and interference with adjacent structures and occupants.

8. Do not close or obstruct roadways or sidewalks without permit.

9. Conduct operations to minimize obstruction of public and private entrances and exits; do not obstruct required exits at any time; protect persons using entrances and exits from removal operations.

10. Obtain written permission from owners of adjacent properties when demolition equipment will traverse, infringe upon or limit access to their property.

H. Do not begin removal until receipt of notification to proceed from District.

I. Do not begin removal until built elements to be salvaged or relocated have been removed. J. Protect existing structures and other elements that are not to be removed.

1. Provide bracing and shoring.

2. Prevent movement or settlement of adjacent structures.

3. Stop work immediately if adjacent structures appear to be in danger.

4. Protect existing landscaping materials, appurtenances, structures and items that are not to be demolished, or are on adjacent property.

5. Mark location of utilities.

K. Minimize production of dust due to demolition operations; do not use water if that will result in ice, flooding, sedimentation of public waterways or storm sewers, or other pollution.

L. Hazardous Materials: Comply with 29 CFR 1926 and state and local regulations. M. Remove materials to be re-installed or retained in manner to prevent damage. Store and protect

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT DEMOLITION FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 02 41 00-7

in accordance with requirements of Section 01 60 00 - Product Requirements. N. Perform demolition in a manner that maximizes salvage and recycling of materials.

1. Comply with requirements of Section 01 74 19 - Construction Waste Management and Disposal.

2. Dismantle existing construction and separate materials.

3. Set aside reusable, recyclable, and salvageable materials; store and deliver to collection point or point of reuse.

O. Damages: Promptly repair damages to adjacent facilities caused by demolition operations. P. Partial Removal of Paving and Curbs: Neatly saw cut at right angle to surface.

3.3 EXISTING UTILITIES

A. Coordinate work with utility companies; notify before starting work and comply with their requirements; obtain required permits.

B. Protect existing utilities to remain from damage. C. Do not disrupt public utilities without permit from authority having jurisdiction. D. Do not close, shut off, or disrupt existing life safety systems that are in use without at least 7 days

prior written notification to District. E. Do not close, shut off, or disrupt existing utility branches or take-offs that are in use without at least

3 days prior written notification to District. F. Locate and mark utilities to remain; mark using highly visible tags or flags, with identification of utility

type; protect from damage due to subsequent construction, using substantial barricades if necessary.

G. Remove exposed piping, valves, meters, equipment, supports, and foundations of disconnected and abandoned utilities.

H. Prepare building demolition areas by disconnecting and capping utilities outside the demolition zone; identify and mark utilities to be subsequently reconnected, in same manner as other utilities to remain.

I. Utility Lines, Posts and Structures:

1. Work by Utility: Posts, conductors, guy wires, boxes, structures and equipment shown to be cleared or removed by the responsible utility company or agency shall be considered work under a separate contract.

2. Coordination: The Contractor shall arrange, schedule and coordinate work by utility companies and agencies.

3. Payment: Costs, if any, imposed by utility companies and agencies shall be included in the Contract Sum.

3.4 DEWATERING

A. Dewatering: Dewater site in localized areas as Work progresses.

1. Provide an adequate system to lower and control groundwater in order to permit excavation, construction of structures, and placement of fill materials under dry conditions.

2. Install sufficient dewatering equipment to pre-drain waterbearing strata above and below bottom of structure foundations, drains, sewers, and other excavations.

3. Maintain excavations free of standing water.

4. Provide dewatering 24 hours per day in advance of placement of concrete.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT DEMOLITION FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 02 41 00-8

5. Allow no concrete to be placed in standing water.

6. Ensure that trenching and excavations do not cave in due to water. B. Surface Run-off Water Control:

1. Minimize flow of ground water from adjacent areas into Work areas.

2. Do not restrict flow from adjacent properties such that natural flow is hindered. C. Water Disposal:

1. Dispose of run-off by legal means and as acceptable to authorities having jurisdiction.

2. Dispose of water removed from excavations in a manner to avoid endangering public health, property, and portions of Work under construction or completed.

3. Dispose of water in a manner to avoid inconvenience to others engaged in work about site.

4. Provide sumps, sedimentation tanks, and other flow control devices as required by authorities having jurisdiction.

3.5 SELECTIVE DEMOLITION FOR ALTERATIONS

A. Drawings showing existing construction and utilities are based on casual field observation and existing record documents only.

1. Verify that construction and utility arrangements are as indicated.

2. Report discrepancies to Architect before disturbing existing installation.

3. Beginning of demolition work constitutes acceptance of existing conditions that would be apparent upon examination prior to starting demolition.

B. Separate areas in which demolition is being conducted from other areas that are still occupied.

1. Provide, erect, and maintain temporary dustproof partitions of construction specified in Section 01 50 00 in locations indicated on drawings.

2. Provide sound retardant partitions of construction indicated on drawings in locations indicated on drawings.

C. Maintain weatherproof exterior building enclosure except for interruptions required for replacement or modifications; take care to prevent water and humidity damage.

D. Remove existing work as indicated and as required to accomplish new work.

1. Remove rotted wood, corroded metals, and deteriorated masonry and concrete; replace with new construction specified.

2. Remove items indicated on drawings.

3. Remove structural framing members and lower to ground by method suitable to avoid free fall and to prevent ground impact or dust generation.

E. Services (Including but not limited to HVAC, Plumbing, Fire Protection, Electrical, and Telecommunications): Remove existing systems and equipment as indicated.

1. Maintain existing active systems that are to remain in operation; maintain access to equipment and operational components.

2. Where existing active systems serve occupied facilities but are to be replaced with new services, maintain existing systems in service until new systems are complete and ready for service.

3. See Section 01 10 00 for other limitations on outages and required notifications.

4. Verify that abandoned services serve only abandoned facilities before removal.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT DEMOLITION FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 02 41 00-9

5. Remove abandoned pipe, ducts, conduits, and equipment; remove back to source of supply where possible, otherwise cap stub and tag with identification.

F. Protect existing work to remain.

1. Prevent movement of structure; provide shoring and bracing if necessary.

2. Perform cutting to accomplish removals neatly and as specified for cutting new work. 3. Repair adjacent construction and finishes damaged during removal work.

4. Patch as specified for patching new work.

3.6 DEBRIS AND WASTE REMOVAL A. Remove debris, junk, and trash from site. B. Remove from site all materials not to be reused on site; comply with requirements of Section 01 74

19 - Waste Management. C. Remove temporary work.

D. Leave site in clean condition, ready for subsequent work. E. Clean up spillage and wind-blown debris from public and private lands.

END OF SECTION 024100

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT UNDERSLAB VAPOR BARRIER FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 03 05 16-10

SECTION 03 05 16 UNDERSLAB VAPOR BARRIER

PART 1 – GENERAL

1.1 SECTION INCLUDES A. Sheet vapor barrier under concrete slabs on grade.

1.2 REGULATORY REQUIREMENTS

A. All work shall conform to the requirements of State of California Title 24, California Building Code (CBC) 2016.

1.3 RELATED REQUIREMENTS

A. Section 03 1000 - Concrete Forming and Accessories: Forms and accessories for formwork.

B. Section 03 2000 - Concrete Reinforcing.

C. Section 03 3000 - Cast-in-Place Concrete: Preparation of subgrade, granular fill, placement of concrete.

1.4 REFERENCE STANDARDS

A. ASTM E303 - Standard Test Method for Measuring Surface Frictional Properties Using the British Pendulum Tester Current Edition.

1.5 SUBMITTALS

A. Product Data: Submit manufacturers' data on manufactured products.

B. Test Data: Submit report of tests showing compliance with specified requirements.

C. Samples: Submit samples of underslab vapor barrier to be used.

D. Manufacturer's Installation Instructions: Indicate installation procedures and interface required with adjacent construction.

PART 2 - PRODUCTS

2.1 MATERIALS

A. Underslab Vapor Barrier:

1. Water Vapor Permeance: Not more than 0.010 perms(0.6 ng/(s m2 Pa)), maximum complying with ASTM E1745 Class A.

1. Thickness: 15 mils(0.4 mm).

2. Basis of Design: a. Stego Industries LLC; Stego Wrap Vapor Barrier (15 mil)

www.stegoindustries.com/#sle.

B. Accessory Products: Vapor barrier manufacturer's recommended tape, adhesive, mastic, etc., for sealing seams and penetrations in vapor barrier.

PART 3 EXECUTION

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT UNDERSLAB VAPOR BARRIER FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 03 05 16-11

3.1 EXAMINATION

A. Verify that surface over which vapor barrier is to be installed is complete and ready before proceeding with installation of vapor barrier.

3.2 INSTALLATION

A. Install vapor barrier in accordance with manufacturer's instructions and ASTM E1643.

B. Install vapor barrier under interior slabs on grade; lap sheet over footings and seal to foundation walls.

C. Lap joints minimum 6 inches (150 mm).

D. Seal joints, seams and penetrations watertight with manufacturer's recommended products and follow manufacturer's written instructions.

E. No penetration of vapor barrier is allowed except for reinforcing steel and permanent utilities.

F. Repair damaged vapor retarder before covering with other materials.

END OF SECTION 030516

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT FORMWORK FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 03 10 00-1

SECTION 03 10 00 FORMWORK

PART 1 - GENERAL

1.1 SUMMARY A. Section includes: Completion of subgrade preparation, formwork, ties, shoring, bracing, anchorage and

blockouts as indicated on the Drawings and specified herein. B. Related Sections:

1. Reinforcing

2. Cast-in-place concrete

3. Sitework.

1.2 REFERENCED STANDARDS A. Conform with the requirements of Division One of the Specifications. B. Construct and erect formwork in accordance with ACI 318 and 347 C. Design forms and falsework to adequately support live and dead loads, including equipment, concrete

drops, pressures of foundations, etc. D. Follow recommendations of ACI 318 AND 347. E. Title 24, Part 2, California Code of Regulations, 2016 CBC

1.3 ARCHITECT'S REVIEW A. Architect will review for general architectural applications only. Contractor shall be responsible for

design of formwork for structural stability and sufficiency.

PART 2 - PRODUCTS

2.1 MATERIALS A. Earthen Forms: Provide earthen forms for footings only where the soil is firm and stable and the

concrete will not be exposed. Cut earthen forms square, neat and accurate to size. Clean bottoms of excavations.

B. Wood Forms: ProvideAPA Plyform or B-B Class I exterior, high density overlaid one side for forms, sound, undamaged, and clean, 5/8 inch thick minimum for exposed concrete work.

1. Lumber: Provide douglas fir, construction grade lumber for framing, studding and bracing.

C. Form liners: Provide plastic or polyurethane wood textured form liners where indicated on Drawings, Symons Corporation, Des Plains, Illinois, (847) 298-3200, 6” Cedar pattern or approved equal.

2.2 COMPONENTS C. Formed Construction Joints: Provide minimum 24 gage galvanized steel foam filled type, with release

tape sealed slots, bent tab anchors, securable to formwork.

2.3 ACCESSORIES A. Provide accessories and anchorages required, of sufficient strength, length and character to maintain

formwork during pouring operations.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT FORMWORK FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 03 10 00-2

B. Use anchors and hangers which do not leave exposed metal at surface. C. Use snap-off, removable, or adjustable type metal ties, hot-dip galvanized. Provide standard metal

form clamp assembly, spreader type leaving no metal within 1 inch of concrete exposed face. Leave inner tie rod within concrete when forms are removed.

D. Provide colorless mineral oil type form coating, non-grain raising and non-staining type, Noxcrete's Non-Crete Form Coating, Arcal Chemical's Arcalo 80, Industrial Synthetic's Synthex, or other approved.

E. Rigid foam plastic fillets may be used for chamfered corners.

PART 3 - EXECUTION

3.1 EXAMINATION A. Prior to commencing work, inspect the work of others and verify that such work has been properly

completed and installed to allow for proper installation of materials and methods required of this section.

3.2 PREPARATION A. Earthen forms: Trench earthen forms at least two inches wider than footing widths shown on drawings.

Construct wood edge strips at each side of trench at top to secure reinforcing and prevent trench from caving. Form sides of footings where earth caves. Tap form and clean debris and loose materials in earthen forms before depositing concrete.

B. Design of forms and shoring shall be by a California state registered civil engineer. C. Verify accuracy of lines, levels, and centers.

3.3 APPLICATION A. Construct formwork and appurtenances to meet design and code requirements. Construct of sound

materials, of correct shape and dimensions, mortar tight, and of sufficient strength to prevent sagging, buckling, movement and failures. Provide adequate shores of wood or metal to safely carry imposed loads and adjustable to prevent displacements during the work.

B. Align joints and make them watertight. C. Set reinforcing accurately and ensure secure placement. D. Maintain tolerances of ACI 347, within 1/8-inch in 10 feet. E. Assist in setting and placing blockouts and sleeves for materials and products to be embedded in and

passing through concrete. F. Set screeds and establish levels for tops of concrete for finish surfaces. Shape surfaces as indicated on

drawings. G. Screed supports for concrete over waterproof membranes or vapor barriers shall be of a cradle, pad, or

base type which will not puncture membrane. H. Wet formwork prior to placing concrete and keep wet during concrete curing process.

3.4 PROTECTION A. Do not remove formwork, shoring and bracing until such time as masonry and concrete has gained

sufficient strength to carry its own weight, and construction and design loads which are liable to be imposed upon it. Verify strengths by compressive strength test results. Loosen forms carefully. Do not wedge pry bars, hammers or other tools against masonry and concrete surfaces.

B. In addition toACI 318-11, the following are minimum times for forms and shoring to remain in place prior to removal:

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT FORMWORK FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 03 10 00-3

1. Footings and grade beams - 5 days.

2 Walls and columns - 14 days.

3 Beam sides - 10 days.

4 Beam and slab soffits - 14 days.

END OF SECTION 031000

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT REINFORCING FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 03 20 00-1

SECTION 03 20 00 REINFORCING

PART 1 - GENERAL

1.1 SUMMARY A. Section includes: Completion of reinforcing steel bars, welded wire fabric, support chairs, bolsters, bar

supports and spacers as indicated on the drawings and specified herein. B. Related Sections:

1. Formwork.

2. Cast-In-Place Concrete.

3. Concrete Curbs, Gutters, Walks & Pavements

4. Reinforced Unit Masonry.

1.2 QUALITY ASSURANCE A. Conform with the testing and inspection requirements of Division One of the Specifications. B. Perform reinforcing work in strict conformance with Chapter 19A, Title 24, California Code of

Regulations, and current edition of CRSI Manual of Standard Practice unless specified otherwise or required otherwise by local code jurisdiction.

C. All reinforcing steel delivered to the job site is to arrive with identififcation tags attached or it will be subject to rejection.

1.3 CODES AND STANDARDS A. In addition to CRSI specifications, follow ACI 315 and 318, AWS welding codes and qualifications, and

ASTM A185, A615 and A706 and CBC Chapter 19A. B. Testing of bars in accordance with Title 24, Part 2, CCR, 2016 CBC Section 1903A.

1.4 DELIVERY, STORAGE AND HANDLING A. Do not allow reinforcing materials to have direct contact with the ground. Cover materials adequately

to prevent rusting, and contact with materials or construction injurious to proper bonding.

1.5 SUBMITTALS A. Provide shop drawings for coordination by other trades and for inspection by the Inspector of Record.

PART 2 - PRODUCTS

2.1 MATERIALS A. Reinforcing Bars: Deformed billet steel bars, ASTM A615, plain finish, see drawings for grade.

1. When welding is required, provide reinforcing bars conforming to ASTM A706, including the additional requirements of AWS D1.4.

2.2 ACCESSORIES A. Welded Wire Fabric: Provide plain type, ASTM A185, in coiled rolls, plain finished, void of rust, dust,

scale, paint, grease and other coatings. B. Provide minimum 16 gage galvanized annealed tie wires, and chairs, bolsters, bar supports, and spacers

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT REINFORCING FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 03 20 00-2

sized and shaped for strength and support of reinforcing. Plastic accessories may be acceptable if approved by Architect prior to use.

2.3 FABRICATION A. Fabricate in accordance with details shown. B. Accurately bend, cut and place bars as shown on Drawings and in accordance with the requirements of

Title 24, Part 2. Bend bars cold; heating of bars is not permissible. Do not bend or straighten bars in any manner that will injure materials.

C. Welding: Reinforcing to be welded shall comply with the requirements of Title 24, Part 2 and ACI D. 318. Perform welding, where shown or approved, by the direct electric arc process in accordance with

AWS D1.4 using E90XX series low hydrogen electrodes. When welding reinforcing bars to reinforcing bars, use E70XX electrodes when lowest steel grade is Grade 40; and E90XX electrodes when lowest steel grade is Grade 60. Preheat 6 inches each side of joint. Protect joints from drafts during cooling process; accelerated cooling is prohibited. Do not tack weld bars. Clean metal surfaces to be welded of all loose scale and foreign materials. Clean welds each time electrode is changed and chip burned edges before placing welds. When wire brushed, completed welds must exhibit uniform section, smooth welded metal, feather edges without undercuts or overlays, freedom from porosity and clinkers, and good fusion and penetration into the base metal. Cut out welds or parts of welds found defective, with chisel, and replace with proper welding. 1. Employ only experienced certified welding operators. 2. Prequalification of welds are to be in accordance with code and Carbon Equivalent of

reinforcing not exceeding 0.75.

PART 3 - EXECUTION

3.1 EXAMINATION A. Prior to commencing work of this section, inspect work of others and verify that such work has been

properly completed and installed to allow for proper installation of all materials and methods required of this section.

3.2 INSTALLATION A. Fabricate reinforcing in accordance with ACI 315. Locate reinforcing splices not shown on drawings, at

points of least stress. Where shown or required, weld reinforcing bars in accordance with AWS D1.4. B. Place reinforcing supported and secured against displacement. Do not deviate from true alignment. C. Ensure that reinforcing used is clean, free of scale, dirt, dust, rust and other matter. D. Provide a minimum splice for bars noted as "cont.", typical wall reinforcing, and vertical column

reinforcing. Provide a standard lap of 36 bar diameters in concrete and 48 bar diameters in masonry, and in no case less than 24 inches. Wire all laps and splices in welded wire mesh and provide side and end laps of at least 8 inches, or one full mesh plus 2 inches, whichever is greater.

1. Spacing - minimum center-to-center distance between parallel reinforcing bars is to be in compliance with that shown on drawings, or in a absence of such information on drawings, the clear spacing is to be one bar diameter, but in no case less than 1-1/2 inch, nor less than 1-1/3 times the maximum size of aggregate.

2. Where possible, stagger splices of adjacent vertical bars. E. Only splice reinforcing where shown or noted. Splices at other locations must be approved by the

Architect. Provide continuous reinforcement between splice locations in vertical walls. No splices of vertical wall reinforcing may occur except at foundations, unless specifically approved by Office of the State Architect, and the Architect.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT REINFORCING FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 03 20 00-2

1. Securely tie reinforcing with 16-gage tie wire at all splices and intersections, and as may be directed.

2.

3. Point ends of wire ties away from forms. F. Stagger splices in adjacent horizontal wall reinforcing bars a minimum of 4 feet. G. Provide dowels in footings and/or grade beams the same size and number as vertical wall or column

reinforcing. Provide a minimum dowel projection equal to standard lap splices unless noted otherwise. 1. Secure tie dowels in place before depositing concrete. Install No. 3 bars for securing dowels

where no other reinforcement is provided. H. Provide the minimum coverage of reinforcing by concrete:

Below grade (unformed) 3 inches clear Below grade (formed)or exposed to weather 2 inches clear Walls (not exposed to weather) 1 inch clear Columns 1-1/2 inches clear Beams and Girders 1-1/2 inches clear Structural Slab (above grade) 3/4 inch clear

I. No. 5 or larger bars shall not be re-bent without the Structural Engineer's approval.

3.3 APPLICATION A. Correction During Concreting: Maintain capable steelworkers during placement of concrete for

properly resetting reinforcement displaced by runways, workers, or other causes. B. Reinforcement: As a minimum for slab reinforcement, provide 6 x 6 10/10 WWF, wire mesh ASTM A185,

if no other reinforcement is indicated.

3.4 DEFECTIVE WORK A. The following reinforcing work will be considered defective and may be ordered by Owner to be

removed and replaced at no additional expense to Owner: 1. Bars with kinks or bends not shown on Drawings. 2. Bars injured due to bending or straightening. 3. Bars heated for bending. 4. Reinforcement not placed in accordance with Drawings or Specifications. 5. Rusty or oily reinforcement.

3.5 FIELD QUALITY CONTROL A. Prior to pouring concrete, notify all parties to the inspections, that reinforcing is ready for inspections.

Secure approvals by testing laboratory and inspector before concrete operations commence.

END OF SECTION 03 20 00

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CAST IN PLACE CONCRETE FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 03 30 00-1

SECTION 03 30 00 CAST-IN-PLACE CONCRETE

PART 1 - GENERAL

1.1 SUMMARY A. Section includes: Completion of cast-in-place concrete, vapor barrier, gravel, surface treatment

for interior slabs and finishes as indicated on the drawings and specified herein. B. Related Sections:

1. Formwork. 2. Reinforcing. 3. Miscellaneous steel: See Metal Fabrications 4. Earthen forms: See Formwork.

1.2 QUALITY ASSURANCE A. Conform with the requirements of Section 01410-Testing Laboratories and Inspection Services. B. Perform concrete work in accordance with ACI 301 and 318, unless specified otherwise. Provide

continuous inspection and testing for concrete placement in accordance with Title 24, Part 2, California Code of Regulations.

C. Sample Panels: When and where instructed to do so, provide on-site sample panel with specified finishes. Construct additional panels as may be necessary to gain approval of finishes desired. After rejection of panel, remove from site immediately. Approved and reviewed panel is to be left in place at site for project duration as a project standard.

D. Interior Slab-on Grade - Concrete Vapor Emission Control: The concrete subcontractor shall E. be responsible to provide interior slabs-on grade that meet the requirements of the specified

finish flooring materials manufacturer’s published standards for concrete moisture vapor emissions (“moisture”). Finish flooring materials include several low permeability finishes such as sheet vinyl, vinyl composition title (VCT), and vinyl backed carpet.

F. Testing Laboratory Services: 1. Owner will employ and pay for an Independent Testing Laboratory to review the various

concrete mixes required to produce concrete of the strengths required for the project. Submit before proceeding with the work. Concrete mix shall be designed per Title 24, Part 2, and ACI 318.

2. Separately, Owner will employ and pay for a testing laboratory to perform tests and inspections, but the cost of subsequent and additional testing and inspections due to failed items will be backcharged to the Contractor.

3. Testing: Concrete slab-on-grade scheduled for floor-covering materials shall be tested for moisture as follows: a) At or subsequent to 54 days after placement, all concrete surfaces scheduled to receive

flooring material (s) shall be tested for excess moisture in accordance with the calcium chloride dome test developed by the Rubber Manufacturers Association. Moisture readings shall not exceed those required by the published standards of the flooring manufacturers (in general, acceptable criteria requires that the moisture readings not exceed 3.0 lbs per 1,000 square feet in 24 hours, although various manufacturers’ actual requirements may vary).

b) Contractor shall be responsible for mitigation of interior slabs-on-grade that test at unacceptably high moisture vapor emission levels, per PART 3 of this specification section.

G. Provide sample of each an exterior integrally colored concrete column for approval by Architect, utilizing materials, workmanship, and curing method to be used throughout the project. Upon

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CAST IN PLACE CONCRETE FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 03 30 00-2

approval, sample shall be marked and protected to provide a visual standard for work of this Section. If approved as the standard, sample may be integrated into the finished product.

1.3 REFERENCE STANDARDS A. All work under this section shall be in accordance with applicable provisions of Title 24, Part 2,

Chapter 19A. B. Refer to the following information for compliance of materials, products, and installation

techniques: ASTM C33, C94, C150, C260, C330, C494 and ACI 301, 304 and 305. C. Transit Mixed Concrete: Comply with the provisions of ASTM C94 for the control of transit mix

concrete. D. Handling and Placing: Concrete transported and placed as per Title 24, Part 2 and ACI 304.

Concrete shall be thoroughly compacted and worked into forms around reinforcing steel using suitable equipment. Vibrating of formwork will not be permitted.

E. Where conditions make placing difficult or reinforcing is congested, batches containing the same proportions of sand and cement used in the concrete plus a maximum of 50 percent of coarse aggregate shall be used.

F. Inspections: Notify the Architect, Structural Engineer, and the Division of the State Architect (DSA) at least forty-eight hours in advance of the first pour of concrete and sufficiently in advance of subsequent pours, see 1905A, Title 24, Part 2.

G. Testing: The Inspector will take at least four cylinders of concrete from each day's run of 50 yards, or 2,000 sq. ft. of surface area for slabs, 1905A., Title 24, Part 2, or fractional part thereof. Field specimens of concrete taken and tested in accordance with 1705A.3. Label each cylinder with job name, date, number, result of slump test, and the point in the pour in the structure from which the sample was taken noted thereon. One cylinder shall be tested at seven days and two at 28 days. 4th cylinder shall be stored for 56 days unless instructed otherwise.

H. Embedded Items: Pipes and conduit in concrete, located, sized and if required, sleeved in accordance with the requirements of 1705A.3, Title 24, Part 2. Bolts and anchorage devices embedded in concrete to fastened sills, tie-down columns and other structural and framing members to concrete installed and secured in place before concrete is placed. 1. Concrete shall be placed in a continuous operation between predetermined joint locations.

Location of construction joints shall be as shown on the drawings or at locations approved by the Architect.

2. Joints shall be straight, exactly horizontal or vertical and the surface of the concrete shall be level wherever a run is stopped. Reinforcement shall be extended through joints or dowels to develop the full strength of the reinforcement. Construction joints shall be per Title 24, Part 19A.

1.4 TESTING A. Provide free access to work. Provide laboratory design mix. No substitutions will be accepted. Cement

and aggregates shall be tested. B. Cement: Test Portland cement in accordance with Sections 1913A.1, Title 24, Part 2. C. Core Tests: Take and test composite construction cores in accordance with Section 1913A.4, Title 24,

Part 2. D. Batch Plant Inspection: Provide in accordance with Section 1705A.3.2, Title 24, Part 2. E. Placing Record: Keep records of placing in accordance with Section 1705A.3.6, Title 24, Part 2. F. Cylinder Test: Provide in accordance with Section 1905A.6, Title 24, Part 2. G. Slump Test: Provide in accordance with ASTM C143 for each set of test cylinders.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CAST IN PLACE CONCRETE FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 03 30 00-3

H. Placing Inspection: Provide in accordance with 1705A.3, Title 24, Part 2.

1.5 SUBMITTALS A. Submit and obtain approval for concrete mix designs, historical test data, admixture data if applicable,

and curing compound product data before proceeding with the work.

PART 2 - PRODUCTS

2.1 MATERIALS A. Cement: Provide ASTM C150 Type II conforming to requirements of 1903A.2, Title 24, Part 2. Aggregates

that contain reactive substances that react with cement alkalies may not be used. B. Aggregates: ASTM C33, 1-1/2 inch maximum; 3/4 inch maximum for 4 inch thick slabs, conforming to

Title 24, Part 2, 1903A.2 C. (not used) D. Curing Materials: Not used on interior slabs-on-grade. E. Surface Treatment for interior slabs. Vapor-Guard SC by Advanced Moisture Control, Inc. (949) 788-

1490, applied in accordance with manufacturer’s written documentation. F. Interior Slab-On-Grade Concrete: In addition to all requirements of this section of the specifications,

Contractor shall provide concrete slabs-on-grade for interior areas as follows:

1. Interior slabs-on-grade shall attain a minimum compressive strength at 28 days of 3000 psi., or as shown on the Structural Drawings, whichever is greater.

2. Interior slabs-on-grade shall be constructed of concrete having a maximum water/cement ratio of 0.56.

3. Under no circumstances shall calcium chloride admixtures be permitted in concrete to be used for interior slabs-on-grade.

4. Substrate for interior slabs-on-grade shall be 4” layer of pea gravel laid directly on subgrade. G. (not used) H. Light weight concrete: Light weight concrete shall be structural light weight concrete that has a mixture

designed for a minimum compressive strength of 3000 psi at 28 days and equilibrium density (as determined by ASTM C 567) of less than 115 pounds per cubic foot. Slump shall allow concrete to be placed and finished efficiently.

2.2 WATER A. Provide clean water free from injurious substances per 1903A., Title 24, Part 2.

2.3 (not used)

2.4 GRAVEL Provide 4 inch thick gravel between vapor barrier and bottom of concrete slab. Gravel shall be ½ inch clean, graded, washed river run gravel.

2.5 ADMIXTURES Admixtures shall not be used for interior slabs-on-grade.

2.6 COMPONENTS A. Joint Materials: Provide tooled joints or plastic control joints.

1. Construction Joints: Provide metal keyed dividers for cold joints, subject to review and

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CAST IN PLACE CONCRETE FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 03 30 00-4

approval by Architect. 2. Expansion Joint Fillers:

a. 1/2-inch asphalt impregnated fibre conforming to ASTM D994 Type 5, where slab abutts wall or other vertical elements.

b. Where joint will be finished with sealant, set expansion strip with a 1/2-inch deep removable expansion strip cap.

PART 3 - EXECUTION

3.1 EXAMINATION A. Certifications: Provide legible copies of the delivery tickets of each load of concrete with the following

information: 1. Name and location of plant. 2. Serial number of ticket. 3. Date and truck number. 4. Name of contractor. 5. Name of project. 6. Type of class of concrete and how to be used. 7. Amount of concrete. 8. Time loaded, time of arriving and unloading at project site. 9. Water added at site and total water content. 10. Type, name and amount of admixtures. 11. Name and signature of person making slump tests. 12. Testing number of test cylinders.

3.2 PREPARATION FOR PLACEMENT A. Remove foreign debris and matter which may have accumulated within forms, and close ports

and openings left in formwork. B. Thoroughly clean tools used in transportation, placing and consolidating concrete immediately

after each pour. C. Ensure that required inspections have taken place prior to pour.

3.3 APPLICATION A. Mixes: The minimum concrete ultimate twenty-eight (28) day compressive strengths as

specified shall be controlled by the following method: 1. Designed Mix: Concrete mixes shall be based upon previously proven mixes and material

tests made by a recognized testing agency. The design of such mixes shall be based on the ultimate strength of the concrete assumed in the design of the structure and shall take into consideration both the workability of the mix and the durability of the concrete. Refer to Section 1904A., Title 24, Part 2, California Code of Regulations and ACI 318.

2. Slump Limits: Proportion and design mixes to result in concrete slump at point of placement not less than 1-inch and not more than 4 inches.

3.4 CONVEYING A. Handle concrete from mixer to location of placing as rapidly as practical, avoiding separation or

loss of ingredients and rehandling. Use carts, wheelbarrows, concrete pumps, conveyors or buggies to deliver concrete to location of placement.

B. Do not permit a free fall of more than 4 feet when placing concrete. C. Use elephant trunk spouts for placing concrete in vertical elements. Space so that concrete does

not exceed 4-foot flow horizontally.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CAST IN PLACE CONCRETE FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 03 30 00-5

3.5 PLACEMENT A. In general, place concrete in accordance with ACI 301, and in the presence of the inspecting

personnel required. B. Ensure that anchors, seats, plates, and other items to be cast into concrete are placed, held

securely, and will not cause hardship in placing concrete. C. Maintain records of poured concrete. Record date, location, quantity, air temperatures, and

test samples taken. D. Ensure that reinforcement, inserts, embedded parts, and formed joints are not disturbed

during concrete placement. E. Prepare previously placed concrete by cleaning with steel brush and applying bonding agent. F. Pour concrete continuously between predetermined construction, control and expansion joints.

Pour in a checkerboard pattern, unless otherwise directed. G. Excessive honeycomb and embedded debris is not acceptable. H. Conform to ACI 305R when concreting in hot weather. I. If vapor barrier is required, install vapor barrier in widest widths possible, under interior slabs

as shown on the Drawings, lapping joints at least 12-inches and taping joints. J. Screed slabs and concrete bases level to a tolerance of 1/8-inch in 10 feet. K. Inspect concrete surfaces immediately upon removal of forms. Patch imperfections. L. Modify or replace concrete not conforming to required lines, details, shapes and elevations. Do not

patch, fill, touch-up, repair, or replace exposed architectural concrete except upon express direction of Architect.

M. Provide smooth rubbed finish on concrete surfaces to be left exposed such as concrete walls, columns, beams, and joists, except as otherwise indicated.

N. Beginning immediately after placement, protect concrete from premature drying, excessively hot or cold temperatures, and mechanical injury. Maintain concrete with minimal moisture loss at relatively constant temperature for period necessary for hydration of cement and hardening of concrete.

3.6 CONSTRUCTION JOINTS A. Provide construction joints in slabs in accordance with Article 1705A.3, Title 24, Part 2.

1. For slabs-on-grade, place control joints at 20 feet maximum on center in each direction, unless shown otherwise on Drawings.

B. The surface of horizontal construction joints shall be cleaned and roughened by removing the entire surface and exposing clean aggregate solidly embedded in mortar matrix, in accordance with the following procedure: 1. The contact surface shall be thoroughly cleaned by chipping or sand-blasting the entire

surface not earlier than 5 days after initial pour, or by an approved method that will assure equal bond, such as a thorough hose-washing of the surface not less than two or more than four hours after the concrete is placed (depending on setting time), wash water and chalk-like material being entirely cleaned from the surface.

2. In the event that the contact surface becomes coated with earth, sawdust, etc. after being cleaned, the entire surface so coated shall be recleaned.

3. A mix containing the same proportion of sand and cement used in the concrete, plus a maximum of 50 percent of the coarse aggregate, shall be placed on horizontal joints before proceeding with the regular specified mix.

4. A delay at least until the concrete in columns and walls is no longer plastic must occur before casting or erecting beams, girders, or slabs supported thereon. Beams, girders, brackets, column capitals, and haunches shall be considered as part of the floor system, and shall be placed monolithically therewith.

3.7 FIELD QUALITY CONTROL

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CAST IN PLACE CONCRETE FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 03 30 00-6

A. Testing: Comply with Title 24, Part 2, Section 1913A. B. Title 24, Part 2, Section 1913A "Concrete, Reinforcement and Anchor Testing", is a part of these

specifications. C. If compressive strength tests of cylinder specimens fail to show strengths assumed in design, take

4- inch diameter cores at representative locations throughout structure as designated by Inspector. Take cores in accordance with ASTM C42. The strength level of the concrete shall be considered satisfactory if the average strengths of the area or panel equals or exceed the specified strength at 28 days, with no individual strength test of such area or panel less than 5 percent below that specified. Concrete that does not meet or exceed these criteria shall be removed by the contractor and replaced with concrete that conforms to these criteria. Remove and replace defective concrete at no additional cost to Owner. Be financially responsible for repair and replacement of other in-place materials affected by such removal and replacement.

D. Costs of taking core samples and performing tests required will be paid by Owner if tests prove satisfactory. If test fail to show required strengths, concrete contractor will be held financially responsible for the costs of the tests.

E. If the strength of the molded test cylinder falls below the minimum ultimate compressive strength assumed in the design, adjust the proportions of the mix for the remaining portion of the structure to give concrete of the assumed minimum strength.

F. Concrete will also be deemed defective which is not formed properly as indicated, is not true to intended alignment, is not plumb or level where so intended, is not true to intended grades, has sawdust or other debris embedded within it, or does not fully conform to other provisions of these specifications. As directed, remove and replace with concrete complying with these specifications.

3.8 CONCRETE FINISHES A. Slab Levels: Surfaces shall finish true to 1/8 inch in 10 feet on a straight-edge and in direction

with maximum high and low variance occurring in not less than 20 feet and with 1/16 inch maximum tolerance in one running foot (unless slab is shown as sloping to drain on the drawings). Particular care shall be taken to finish troweling around the edges of the slabs so finish surface edges shall be at

B. same elevations as the rest of the top surface of the slab. Slabs shall be laid to temporary, adjustable screeds set at the proper elevations.

C. Concrete Sealer: Concrete floors not indicated in the schedule to receive other finish shall receive two coats of sealer specified in Section 03351, Concrete Sealer. Concrete to receive sealer shall be cured with specified concrete sealer that functions also as cure. Use the same material for each application.

D. Steel Trowel Finish: Interior slabs shall receive a monolithic steel trowel finish. Surfaces shall be screed, wood floated, and steel-troweled. Finish shall be a smooth, hard, dense, impervious surface, free of defects. Finishers shall work from kneeboards laid flat upon the surface. Mechanical troweling machines may be used if the desired finish and level tolerances can be obtained by their use, but finishing shall be by hand troweling.

E. “Sacking” concrete: Thoroughly saturate concrete surface with water. Uniformly rub concrete surface with grout using burlap or sponge rubber float, completely filling all pits. Grout shall be one part Portland Cement and 1 ½ to 2 parts of fine sand. When grout has dried so that it will not smear, remove excess grout by rubbing with clean burlap. All areas started shall be completed the same day. Cure for two days and thoroughly sand surface with No. 2 sandpaper to a smooth, uniform color and texture. Work shall be done in the shade. In hot or dry weather, the concrete shall be kept moist with a fine fog spray.

3.9 INTERIOR CONCRETE SLAB CURING AND PROTECTION A.. Surface Treatment for slabs Receiving Wood flooring or Resilient Flooring including sheet vinyl

and Vinyl Tile, Carpet with a Vinyl, Rubber or Unitary Type Backing: Waterproof, Seal and cure

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CAST IN PLACE CONCRETE FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 03 30 00-7

Application: Vapor-Guard SC by Advanced Moisture Control, Inc. (949) 788-1490 1. Warranty: 10 years. Labor and Materials backed by a $1,000,000 Insurance Policy.

a. A trained applicator shall apply Vapor-Guard SC, or a technician must be on site during the spraying applications for verification to receive the 10-year warranty on floor coverings.

b. When a floor covering system is installed on a slab treated with the product according to manufacturer’s instructions, the manufacturer shall warrant the floor covering system against delamination due to negative, ground originated moisture migration or moisture-born contaminates for a period of ten years from the date of original installation. The warranty shall cover labor and materials necessary to replace the floor covering system if repair cannot be made.

2. After pouring, placing, bullfloating, final finishing, soft cutting, and the surface of the concrete has hardened sufficiently to sustain foot traffic, Vapor Guard SC shall be applied.

3. Apply Vapor-Guard SC concrete Sealer at the rate recommended by the manufacturer to provide a moisture barrier for floor coverings based on substrate. If puddling or bird bathing occurs lightly, broom product evenly over the substrate.

4. Continue brooming the product evenly over the substrate until the Vapor-Guard SC product has penetrated into the concrete.

3.10 SANDBLASTING A. After forms are removed and concrete is properly cured, sandblast exposed concrete with coarse

sand, and appropriate equipment to produce uniformly textured exposed aggregate surface closely approximating approved sample. Take necessary precautions to avoid visible joints between different concrete pours.

B. (not used)

3.11 PROTECTION A. Fill-in holes and openings left in concrete structures for passage of work by other trades, unless

otherwise shown or directed, after work of other trades is in place. Mix, place, and cure concrete as herein specified, to blend with in-place construction. Provide other miscellaneous concrete filling shown or required to complete work.

B. Exposed Curbs: Provide monolithic finish to interior curbs by stripping forms while concrete is still green and steel-troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded. 1. Equipment Bases and Foundations: Provide machine and equipment bases and

foundations, as shown on drawings. Set anchor bolts for machines and equipment to template at correct elevations, complying with certified diagrams or templates of manufacturer furnishing machines and equipment.

2. Grout base plates and foundations as indicated, using specified non-shrink grout. Use non- metallic grout for exposed conditions, unless otherwise indicated.

3. Steel Pan Stairs: Provide concrete fill for steel pan stair treads and landings and associated items. Cast-in safety inserts and accessories as shown on drawings. Screed, tamp, and finish concrete surfaces as scheduled.

C. Concrete Surface Repairs: Repair and patch defective areas with cement mortar immediately after removal of forms, when acceptable to Architect. 1. Cut out honeycomb, rock pockets, voids over 1/4 inch in dimension, and holes left by tie

rods and bolts, down to solid concrete but, in no case to a depth of less than 1 inch. Make edges of cuts perpendicular to the concrete surface. Thoroughly clean, dampen with water, and brush-coat the area to be patched with specified bonding agent. Place patching mortar

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CAST IN PLACE CONCRETE FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 03 30 00-8

after bonding compound has dried. 2. For exposed-to-view surfaces, blend white Portland cement and standard Portland cement

so that, when dry, patching mortar will match color surrounding. Provide test areas at inconspicuous location to verify mixture and color match before proceeding with patching. Compact mortar in place and strike-off slightly higher than surrounding surface.

D. Repair of Formed Surfaces: 1. Remove and replace concrete having defective surfaces if defects cannot be repaired to

satisfaction of Architect. Surface defects, as such, include color and texture irregularities, cracks, spalls, air bubbles, honeycomb, rock pockets; fins and other projections on surface, and stains and other discolorations that cannot be removed by cleaning. Flush out form tie holes, fill with dry pack mortar, or precast cement cone plugs secured in place with bonding agent.

2. Repair concealed formed surfaces, where possible, that contain defects that affect the durability of concrete. If defects cannot be repaired, remove and replace concrete.

E. Repair of Unformed Surfaces: 1. Test unformed surfaces, such as monolithic slabs, for smoothness and verify surface plane

to tolerances specified for each surface and finish. Correct low and high areas as herein specified. Test unformed surfaces sloped to drain for trueness of slope, in addition to smoothness using a template having required slope.

2. Repair finished unformed surfaces that contain defects which affect durability of concrete. Surface defects, as such, include crazing, cracks in excess of 0.01-inch wide or which penetrate to reinforcement or completely through non-reinforced sections regardless of width, spalling, pop-outs, honeycomb, rock pockets, and other objectionable conditions.

3. Correct high areas in unformed surfaces by grinding, after concrete has cured at least 14 days.

4. Correct low areas in unformed surfaces during or immediately after completion of surface finishing operations by cutting out low areas and replacing with fresh concrete. Finish repaired areas to blend into adjacent concrete. Proprietary patching compounds may be used when acceptable to Architect.

3.12 Repair Defective Areas:

1. Repair defective areas, except random cracks and single holes not exceeding 1-inch diameter, by cutting-out and replacing with fresh concrete. Remove defective areas to sound concrete with clean, square cuts and expose reinforcing steel with at least 3/4-inch clearance around. Dampen concrete surfaces in contact with patching concrete and apply bonding compound. Mix patching concrete of same materials to provide concrete of same type or class as original concrete. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete.

2. Repair isolated random cracks and single holes not over 1 inch in diameter by dry-pack method. Groove top of cracks and cutout holes to sound concrete and clean of dust, dirt, and loose particles.

3. Dampen cleaned concrete surfaces and apply bonding compound. Mix dry-pack, consisting of one part Portland cement to 2-1/2 parts fine aggregate passing a No. 16 mesh sieve, using only enough water as required for handling and placing. Place dry pack after bonding compound has dried. Compact dry-pack mixture in place and finish to match adjacent concrete. Keep patched area continuously moist for not less than 72 hours.

4. Perform structural repairs with prior approval of Architect of Structural Engineer for method and procedure, using specified epoxy adhesive and pressure grouting.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CAST IN PLACE CONCRETE FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 03 30 00-2

5. Repair method not specified above may be used, subject to acceptance of Architect. END OF SECTION 033000

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CONCRETE SEALER FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 03 33 51-1

SECTION 03 33 51 CONCRETE SEALER

PART 1 - GENERAL

1.1 SECTION INCLUDES A. Penetrating floor sealer.

1.2 PERFORMANCE REQUIREMENTS A. 1/8 - 1/4 inch minimum penetration of existing concrete floors. B. Dustproofing C. Waterproofing

1.3 SUBMITTALS A. Submit under provisions of Specification Section 01 1300 - Submittals. B. Submit product data for coating materials. C. Submit samples. D. Submit manufacturers' installation instructions. E. Submit maintenance data. Include maintenance and cleaning requirements for coatings, and re-

coating techniques.

1.4 QUALITY ASSURANCE A. Manufacturer: Company specializing in manufacture of concrete sealers with five years experience. B. Applicator: Company specializing in applying work of this Section with three years experience and

approved by manufacturer.

1.5 FIELD SAMPLES A. Provide field samples under provisions of Section 01 1450. B. Provide field sample panel, 48 inch long by 48 inch wide, illustrating coating, color & surface sheen. C. Locate where approved by Architect. D. Accepted sample may remain as part of the Work.

1.6 DELIVERY, STORAGE AND HANDLING A. Deliver products to site under provisions of Section 01600. B. Store and protect products under provisions of Section 01600.

1.7 ENVIRONMENTAL REQUIREMENTS A. Non-toxic, non-flammable material. B. Restrict traffic from area where coating is being applied or is curing. C. Do not apply materials when humidity is above 90 percent.

1.8 WARRANTY A. Provide ten year application warranty and 20 year material warranty under provisions of Section

01770.

PART 2 PRODUCTS

2.1 MANUFACTURERS A. Products of the following manufacturer or supplier form the basis for design and quality intended.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CONCRETE SEALER FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 03 33 51-2

1. Paul M. Wolff Co., Inc., Orange, CA, (877) 974-0630 2. Equivalent product may be submitted for consideration accordance with Section 01600

for substitutions.

2.2 MATERIALS A. Sealer: SHUR-SEAL, silicate blend.

PART 3 EXECUTION

3.1 EXAMINATION

A. Verify that surfaces are ready to receive work of this Section as instructed by the manufacturer. Surfaces shall be clean, dry and free of substances which could affect penetration.

B. Beginning of installation means acceptance of existing surfaces.

3.2 PROTECTION A. Protect elements surrounding and work of this Section from damage or disfiguration.

3.3 PREPARATION A. Mask and protect adjacent surfaces and materials not receiving coating materials. Repair damage.

3.4 APPLICATION - COATING A. Apply two coatings in accordance with manufacturer's instructions. B. Brush, mop or spray apply solution at rates recommended by manufacturer (approximately 400 sq ft

per gallon). Patch test required to determine coverage rate.

3.5 FIELD QUALITY CONTROL A. Field inspection will be performed under provisions of Section 01450. B. Do not allow water on surface for 30 days.

3.6 CLEANING A. Clean surfaces of overspray or splatter and excess material.

3.7 PROTECTIONS A. Protect finished installation. Prevent construction traffic by use of suitable covering.

END OF SECTION 033351

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT STAINED AND POLISHED CONCRETE FLOORING FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 03 33 60-1

SECTION 03 33 60 STAINED AND POLISHED CONCRETE FLOORING

PART 1 GENERAL

1.1 SUMMARY A. Work in this section consists of the application of DiamondQuest, or approved equivalent,

stained and polished concrete floor surfaces incorporating a concrete densifier to a desired finish.

B. Finished concrete color layout is to match as closely as possible the layout shown on the Drawings.

C. Provide course of construction concrete floor protection (materials as specified by architect) at all Stained Concrete Floors. Time frame for installation of concrete floor protection will be determined and installed in agreement with the Construction Manager and Stained Concrete Installing Contractor. Daily monitoring / repair of installed protection will be performed by this Bid Package. Anticipate a minimum of 4 complete change of protection removal and replacement during course of construction. A pre concrete placement quality control meeting will be held to determine the best time for installation of concrete floor protection. See Paragraph 3.05.D

1.2 SUBMITTALS D. Submittal Package: Prior to commencement of work submit all product data sheets and M.S.D.S. E. Samples: Prior to commencement of work provide finish samples for the Owner’s review. See

1.06 Mock-Up. F. Contract Closeout Submittals: Provide 2 copies of the recommended cleaning and

maintenance instructions for the installed floor system to the Owner’s Representative.

1.3 QUALITY ASSURANCE G. Installer Qualifications: Installer shall be an established company regularly engaged in the

installation of polished concrete floor system with a minimum of five (5) years’ experience. Contractor shall furnish documentation regarding the successful completion of projects of similar magnitude and complexity.

H. Single Source Responsibility: All required materials and installation personnel to be provided by the same company.

I. The system manufacturer shall certify applicator.

1.4 DELIVERY, STORAGE AND HANDLING OF PRODUCT J. Delivered materials to the site shall be in factory sealed containers, clearly labeled and

marked with manufacturer’s name, address, batch number, and date of manufacture. Material Safety Data Sheets must accompany materials upon arrival.

K. Store materials in accordance with manufacturer’s printed instructions. Furthermore, materials to be used in conjunction with the application of this system shall be stored indoors, protected from damage and maintained at a temperature no lower than 55 degrees.

1.5 PROJECT/SITE CONDITIONS L. Floor areas to be polished are to be free and clear of all obstacles including racking,

fixtures and temporary equipment and materials in order to provide an open and uninhibited concrete slab.

M. Any anchoring bolts, cut off conduit and other associated items removed in a demolition

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT STAINED AND POLISHED CONCRETE FLOORING FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 03 33 60-2

process need to be removed or recessed a minimum of ¼” below the concrete floor surface. N. All previous flooring materials such as tile, carpet and wood flooring are to be removed prior

to the installation of the polished concrete flooring. Caution needs to be taken to ensure that no damage to the concrete floor takes place since the slab will be the finish product. Installer is recommended to remove existing flooring systems and adhesives if present.

O. A minimum of 28 days of cure on new concrete should be provided before system installation is initiated.

P. The best degree of concrete floor flatness and levelness should be strived for since the polished floor finish may enhance imperfections such as high and low spots resulting from finish troweling.

Q. Block off areas to traffic for the duration of the system’s installation. R. Ensure that adequate lighting has been installed to support surface preparation and application. S. Confirm if 440V, 3 Phase 30 AMP power is available for use. If not, make the installing

contractor aware that a generator may be needed.

1.6 MOCK-UP T. Install a completed 10’x 10’ sample of the proposed system, with all six of the colors within

it, at location determined by the Owner’s Representative. If approved the mock-up may be incorporated into the work.

1.7 WARRANTY U. The installer shall furnish a SINGLE SOURCE warranty for their system for a period of one

year minimum. SCOF reading must read a minimum of 0.5 COF per OHSA’s standards. A higher COF reading may be required in other workplace settings.

PART 2 PRODUCTS / SYSTEM

2.1 SYSTEM MANUFACTURER / PROVIDER A. System: DIAMONDQUEST SYSTEM by QuestMark Flooring, or approved equivalent.

QuestMark Flooring, Div of Centimark Corporation 12 Grandview Circle Canonsburg, PA 15317 Contact: Rudy Hilo [email protected] – 909-559-5000

B. Water-Based Reactive Chemical Concrete Stain: Penetrating reactive water-based staining product that chemically bonds to cured concrete or cementitious topping substrates to produce permanent translucent color effects. Less than 100 g/L VOC content. a. Product: Scofield’s “LITHOCHROME Tintura Stain.” or approved equivalent. b. Colors to be selected by Architect from LITHOCHROME Tintura Color Selection Guide

from full range of standard colors available.

PART 3 EXECUTION

3.1 EXAMINATION A. Verification of Conditions: Examine surfaces scheduled to receive the work of this section

for defects that will adversely affect the execution and quality of the work. Do not proceed until unsatisfactory conditions are corrected. Provide in writing to Owner a list of the conditions.

B. New Concrete: Confirm that a minimum of 28 days has elapsed before installation can begin. Also confirm if curing agents or hardening agents have been applied.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT STAINED AND POLISHED CONCRETE FLOORING FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 03 33 60-3

3.2 PREPARATION A. Preparation shall be accomplished through the use of metal bonded diamonds with

multiple passes. B. Process shall be a dry grind process with dust control to ensure a quality finish. Wet

grind processes will not be accepted. C. DiamondQuest metal bond diamonds and preparation steps are proprietary.

3.3 APPLICATION A. Application shall include the use of DiamondGuard concrete densifier. B. The process of providing the required finish sheen on the floor surface shall result from

multiple passes utilizing resin-bonded diamonds. C. Process shall be a dry grind process with dust control to ensure a quality finish. Wet

grind processes will not be accepted. D. Application of a stain resist material must be installed to provide additional protection for

the concrete floor slab. E. DiamondQuest resin bond diamonds and application steps are proprietary. F. Polish concrete floor to the desired sheen.

1. Start the grinding process using 40 grit metal-bond diamonds to begin

honing in the concrete surface. 2. Continue the grinding process using 80 grit metal-bond diamonds to continue

honing the concrete surface. 3. Complete the grinding process using 150 grit metal-bond diamonds to finish

honing the concrete surface. 4. Install Questmarks 7923 DiamondGuard Concrete Densifier to the concrete. This

product hardens, protects and fortifies the concrete. 5. Start the polishing process using a 100 grit resin-bond diamond to remove light

6. Continue the polishing process using 200 combo grit resin-bond diamond to remove light scratches.

7. Apply coats as required (depending on required color) of concrete stain. 8. Continue the polishing process using 400 grit resin-bond diamonds to

increase light reflection and provide the initial shine. 9. Install Questmarks 7923 DiamondGuard Concrete Densifier to the concrete. This

product hardens, protects and fortifies the concrete. 10. Continue the polishing process using 800 grit resin-bond diamonds to

increase light reflection and shine. 11. Continue the polishing process using 1500 grit resin-bond diamonds to

increase light reflection and shine. 12. Install Questmarks 7924 DiamondGuard Plus Concrete Densifier to the

concrete. This product will enhance the overall performance of the 13. Finish the polishing process using a high-speed propane floor burnisher and a

QuestMark 7921DQ Diamond Impregnated Polishing Pad. 14. Stop at 3000 grit resins to achieve gloss finish.

3.4

CLEANUP

A. Dispose of used materials in accordance with local regulations. Concrete dust collected from the installation of the system shall be the responsibility of the originator of the work.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT STAINED AND POLISHED CONCRETE FLOORING FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 03 33 60-4

3.5 PROTECTION A. Advise all other contractors, vendors and others working in the areas completed that the

concrete slab surface is the finished floor. B. Do not allow chemical spills, cutting of materials or sliding of steel to occur on the

finished surface because damage can occur. C. Follow system manufacturer’s instruction for cleaning to ensure proper protection from dirt

and debris

D. Concrete finishing Contractor shall apply TWO layers of Rammboard to protect the floor from damage, de-glossing, and discoloring. Contractor shall return daily to inspect and repair the Rammboard protection as may be necessary. Time frame for installation of concrete floor protection will be determined and installed in agreement with the Construction Manager and Stained Concrete Installing Contractor. Daily monitoring / repair of installed protection will be performed by this Bid Package. Anticipate a minimum of 4 complete change of protection removal and replacement during course of construction. A pre concrete placement quality control meeting will be held to determine the best time for installation of concrete floor protection.

E. Contractor will return once other trades are complete and remove and dispose of the board, and provide final scrub and burnish.

3.6 INSPECTION A. Request acceptance by Owner’s Representative for the finished floor. B. Correct all unacceptable work to the satisfaction of the Owner’s Representative.

END OF SECTION 033360

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT PRECAST ARCHITECTURAL CONCRETE FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 03 45 00-1

SECTION 03 45 00 PRECAST ARCHITECTURAL CONCRETE

PART 1 - GENERAL

1.1 SUMMARY A. Section Includes: Precast concrete tree grates used on project. B. Related Sections:

1. Section 01 1300 - Submittals 2. Section 03 3000 - Cast-In-Place Concrete for general requirements for concrete materials.

1.2 SUBMITTALS A. Product Data: In accordance with the provisions of Section 01300, submit complete manufacturer's

descriptive literature, installation details, and specifications. Submit standard colors for selection by Architect.

B. Samples: When, and as directed by the Architect, and in accordance with the provisions of Section 01 1300, submit the manufacturer's standard palettes for selection of color and texture.

PART 2 - PRODUCTS

2.1 MANUFACTURERS A. Tree grates: Quick Crete Products (Norco, CA tel: (909)-737-6240) model #QR-72A-TC (72”

diameter), with QR-72TGF galvanized setting frame, in manufacturer’s standard colors, with metal frame. Metal frame is to be cast into surrounding concrete flatwork.

PART 3 - EXECUTION

3.1 PREPARATION A. Protection: Protect previously installed work and materials which may be affected by work of

this Section.

3.2 INSTALLATION B. Install work in accordance with the manufacturer's printed product literature and

approved submittals, and as detailed on the Drawings.

END OF SECTION 034500

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT POST INSTALLED CONCRETE ANCHORS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 05 05 19-1

SECTION 05 05 19 POST-INSTALLED CONCRETE ANCHORS

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Requirements for materials and equipment for post-installed mechanical and adhesive anchors in concrete.

1.2 RELATED REQUIREMENTS

A. Section 01 30 00 - Administrative Requirements: Submittal procedures. B. Section 01 45 33 - Code-Required Special Inspections and Procedures: Test reporting.

C. Section 01 60 00 - Product Requirements: Requirements for material and product quality. D. Section 03 30 00 - Cast-in-Place Concrete: Placement of anchors in concrete. E. Section 05 12 00 - Structural Steel Framing: Structural steel column anchor bolts.

F. Section 05 31 00 - Steel Decking: Bearing plates for metal deck bearing, including anchorage. G. Section 05 50 00 - Metal Fabrications. H. Divisions 10 - Specialties, 22 - Plumbing, and 26 - Electrical: Mounting of equipment and

components. I. Other miscellaneous sections, where indicated.

1.3 REFERENCE STANDARDS

A. ASTM A193/A193M - Standard Specification for Alloy - Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications; 2017.

B. ASTM A615/A615M - Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement; 2018.

C. ASTM B633 - Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel; 2015. D. ASTM E329 - Standard Specification for Agencies Engaged in Construction Inspection, Testing, or

Special Inspection; 2018. E. ASTM E488/E488M - Standard Test Methods for Strength of Anchors in Concrete Elements; 2018. F. ASTM F594 - Standard Specification for Stainless Steel Nuts; 2009 (Reapproved 2015).

1.4 SUBMITTALS

A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data: If requested, manufacturer’s product literature and installation instructions for each

type of anchor indicated. C. Samples: If requested, representative length and diameters of each type of anchor shown on the

drawings. D. ICC ES Reports: If requested, ICC Evaluation Service report indicating conformance with ICC-ES

Acceptance Criteria. E. Field quality-control test and inspection reports.

1.5 QUALITY ASSURANCE

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT POST INSTALLED CONCRETE ANCHORS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 05 05 19-2

A. Testing Agency Qualifications: An independent agency qualified according to 1 and Section 01 45 33 for testing indicated.

B. Installer Training: Prior to beginning the work, manufacturer or manufacturer’s representative shall provide on-site training for all contractor’s personnel who will be installing anchors.

1.6 DELIVERY, STORAGE, AND HANDLING

A. Deliver materials to project site in manufacturer’s or distributor’s original packaging undamaged, and with printed installation instructions.

B. Store and handle all materials in accordance with manufacturer’s recommendations.

PART 2 PRODUCTS

2.1 MANUFACTURERS

A. Manufacturers: Provide products as indicated on the approved Structural Drawings. B. Substitutions: Substitutions of products from manufacturer’s not listed are not permitted.

1. Substitution of structural anchors requires structural calculations and DSA approval.

2.2 MATERIALS A. Interior Use: For use in conditioned environments free from potential moisture, provide zinc plated

carbon steel anchors. B. Exterior Use:

1. In exposed or potentially wet environments, and for attachment of exterior cladding materials, provide stainless steel anchors.

2. Stainless steel nuts and washers shall be of matching alloy group of equal or greater strength than the rod.

3. Avoid installing stainless steel anchors in contact with galvanically dissimilar metals.

C. Deformed Reinforcing Bars: Deformed steel rebar conforming to 1 Grade 60. Permissible sizes as described in each adhesive products ICC report.

2.3 MECHANICAL ANCHORS

A. Expansion, screw or undercut anchors having current ICC approval for use in cracked and uncracked concrete, with a published ICC Evaluation Service report.

1. Type and size as indicated on drawings.

2. If products are not indicated, then provide anchors as directed by the Architect. B. Basis of Design Approved Products conforming to this specification are acceptable for

anchoring to concrete are as indicated on Drawings:

1. Substitutions: See Section 01 60 00 - Product Requirements. C. Basis of Design Approved Products conforming to this specification are acceptable for

anchoring to grouted masonry are as indicated on Drawings:

1. Substitutions: See Section 01 60 00 - Product Requirements.

2.4 ADHESIVE ANCHORS A. Cartridge Injection Adhesive Anchors: Threaded carbon steel rod, inserts, or reinforcing dowels

complete with required nuts, washers, adhesive system and manufacturer’s installation

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT POST INSTALLED CONCRETE ANCHORS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 05 05 19-3

instructions.

1. Type and size as indicated on drawings.

2. Current ICC approval for use in cracked and uncracked concrete with a published ICC Evaluation Service report required.

B. Interior Use: Unless otherwise indicated on the Drawings, provide:

1. Carbon steel threaded rods conforming to specification as indicated on structural drawings. Where no specification and grade are indicated, provide: 2 Type B7 with zinc plating in accordance with 3, Type III Fe/Zn 5 (SC1).

C. Exterior Use: As indicated on the Drawings, provide stainless steel anchors.

1. Stainless steel anchors shall be AISI Type 304 and Type 316 stainless steel provided with stainless steel nuts and washers of matching alloy group and minimum proof stress equal to or greater than the specified minimum full-size tensile strength of the externally threaded fastener.

2. All nuts shall conform to 1, unless otherwise specified. D. Basis of Design Approved Products conforming to this specification are acceptable for

anchoring to concrete are as indicated on Drawings:

1. Substitutions: See Section 01 60 00 - Product Requirements. E. Basis of Design Approved Products conforming to this specification are acceptable for

anchoring to grouted masonry are as indicated on Drawings:

1. Substitutions: See Section 01 60 00 - Product Requirements.

2.5 CONCRETE AND MASONRY SCREW ANCHORS A. Anchors shall be manufactured from carbon steel which is then heat-treated.

1. Anchors shall be zinc-plated in accordance with 1, Class SC1, Type III.

2. Current ICC approval for use in cracked and uncracked concrete with a published ICC Evaluation Service report required.

3. Provide anchors with a diameter and anchor length marking on the head.

4. If products are not indicated, then provide anchors as directed by the Architect. B. Basis of Design Approved Products conforming to this specification are acceptable for

anchoring to concrete are as follows: 1. Simpson Strong-Tie Company, Inc.; Simpson Titen HD anchor, (ICC Report ER-2713) heavy

duty screw anchor for concrete; www.simpsonanchors.com.

2. Hilti, Inc.; Hilti KWIK HUS-EZ (KH-EZ) and KWIK HUS-EZ I (KH-EZ I) Carbon Steel Screw Anchors For Use In Cracked and Uncracked Concrete (ICC Report ESR-3027); www.hilti.com.

3. Substitutions: See Section 01 60 00 - Product Requirements.

2.6 POWDER-DRIVEN FASTENERS A. Use only if approved by Architect, generally not permitted where not specifically indicated or in load-

bearing installations; Fed Spec FF-P-395 or Fed Spec GGG-D-777; as follows.

1. Hilti, Inc.; Hilti Low Velocity Powder Driven Fasteners (ICC Report ESR-1663); www.us.hilti.com.

PART 3 EXECUTION

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT POST INSTALLED CONCRETE ANCHORS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 05 05 19-4

3.1 EXAMINATION A. Verification of Conditions

1. Base Material Strength: Unless otherwise specified, do not drill holes in concrete until concrete has achieved full design strength. a. Adhesive anchors shall be installed in concrete having a minimum concrete compressive

strength equal to or greater than the specified minimum 28-day compressive strength or a minimum age of 21 days at time of anchor installation. Whichever are more restrictive.

2. Temperature of concrete surface and ambient air temperature must meet manufacturer’s requirements prior to use of adhesive anchor products.

3. Embedded Items: a. Identify position of reinforcing steel and other embedded items prior to drilling holes

for anchors. b. Exercise care in coring or drilling to avoid damaging existing reinforcing or

embedded items. c. Take precautions as necessary to avoid damaging anything embedded in the concrete

including electrical/telecommunications conduit, gas pipes, and plumbing pipes. d. Notify the Architect if reinforcing steel or other embedded items are encountered during

drilling.

4. Beginning of installation indicates acceptance of existing conditions.

3.2 INSTALLATION

A. Installation shall comply with all manufacturer’s instructions and current ICC ESR report. B. Post-Installed Anchors in Hardened Concrete.

1. Drilled-in anchors and/or powder driven pins in existing non-prestressed reinforced concrete: use care and caution to avoid cutting or damaging the existing reinforcing bars.

2. Maintain a minimum clearance of one inch between the reinforcement and the drilled-in anchor and/or pin.

C. Manufacturer shall provide on-site training for all personnel who will be installing post-installed adhesive anchors at the beginning of the work. Installation of anchors must be performed by a certified installer.

D. Where manufacturer recommends use of special tools for installation of anchors, such tools shall be used, unless otherwise permitted specifically by the Engineer.

E. Drill holes with rotary impact hammer drills using carbide-tipped bits. Bits must be of type required and permitted by ICC ESR report.

1. Drill holes with rotary impact hammer drills using carbide-tipped bits or core drills using diamond core bits.

2. Drill bits shall be of diameters as specified by the anchor manufacturer.

3. Unless otherwise shown on the Drawings, all holes shall be drilled perpendicular to the concrete surface.

4. Where anchors are to be installed in cored holes, use core bits with matched tolerances as specified by the manufacturer.

5. Cored holes may only be used if acceptable to the Engineer and in compliance with ICC ECR report.

F. Holes shall be cleared of debris after holes are drilled per manufacturer’s instructions.

1. For adhesive installations, at a minimum, holes shall be blown out with oil-free

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT POST INSTALLED CONCRETE ANCHORS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 05 05 19-5

compressed air and shall be brushed with a wire or nylon brush.

2. Holes shall than be blown out one additional time with oil-free compressed air.

3. Additional hole cleaning requirements may be required by manufacturer and ICC ESR Report.

G. During adhesive curing time period, the temperature of the substrate shall be kept above the minimum substrate temperature as defined by the manufacturer. Contractor shall determine the appropriate means and methods to ensure that the temperature is kept above the required minimum temperature required before adhesive installation is begun.

3.3 FIELD QUALITY CONTROL

A. An independent testing agency will perform field quality control tests, as specified in Section 01 45 33 - Code-Required Special Inspections and Procedures.

B. Inspection: Special inspection of post-installed anchors shall be provided as required by the ICC-ES report for that anchor and not less than the requirements of the Structural Drawings and the following (whichever is the most restrictive):

1. CBC Section 1913A.7

2. Continuously observe the installation of all anchors, or as specified in the ICC report. a. Minimum anchor embedments, proof loads and torques shall be as shown on the

Drawings. b. Load Testing: Per Structural General Notes on Drawings and CBC 1913A.7. c. Post-Installed Anchor Load Testing: CBC Section 1910A.5.3

1) As indicated on Structural Drawings, minimum 10 % of drilled-in sill plate bolting anchor applications shall be proof loaded by the independent testing laboratory.

2) 100 % of each type and size of drilled-in anchor shall be proof loaded by the independent testing laboratory.

3) Adhesive anchors and capsule anchors shall not be torque tested unless otherwise directed by the Architect.

4) Tension testing should be performed in accordance with 1. 5) Torque shall be applied with a calibrated torque wrench. 6) Proof loads shall be applied with a calibrated hydraulic ram, as required and

indicated on the Structural Drawings. Comply with CBC 1913A.7.2. 7) If any of the tested anchors fail to achieve the specified torque or proof load within

the limits as defined on the Drawings, all anchors of the same diameter and type as the failed anchor shall be tested, unless otherwise instructed by the Architect.

d. Verify anchor type, anchor dimensions, hole dimensions, anchor spacing, edge distances, anchor embedment and adherence to the manufacturer’s published installation instructions.

e. For adhesive anchors also verify hole cleaning technique, adhesive expiration date and proper mixing and dispensing.

3. Subsequent inspection of installation will be required when there is a change of personnel doing the installation. Change is defined as any one or more persons drilling or preparing holes, or installing anchors.

4. Visually inspect 100% of all installed anchors. C. Reporting:

1. Daily reports shall reference the applicable ICC-ES report number, indicate that all specified criteria were complied with and provide itemized verification of all inspected items.

2. Special Inspector shall immediately report any deviations from the requirements to the

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT POST INSTALLED CONCRETE ANCHORS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 05 05 19-6

Architect. D. Defective Work:

1. Installations that are not accepted by the Special Inspector shall be considered defective.

2. Provide additional testing and inspection to determine acceptability of defective work, as directed by the Architect at Contractor's expense.

3.4 REPAIR OF DEFECTIVE WORK

A. Remove and replace misplaced, defective or malfunctioning anchors at Contractor's expense. Replacement of anchors requires signed structural detail, unless otherwise noted.

B. Fill empty anchor holes and patch failed anchor locations with high-strength, non-shrink non-metallic grout.

END OF SECTION 05 05 19

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT STRUCTURAL STEEL FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 05 12 00-1

SECTION 05 12 00 STRUCTURAL STEEL

PART 1 GENERAL 1.1 SUMMARY

The work includes the furnishing and installing of all structural steel work, anchors, bolts, and fastenings, and specialty items, shown and noted on the drawings and as necessary to complete the work.

1.2 CODES A. Except as modified by the requirements specified herein or details on the drawings, structural steel

work shall conform to the 2016 California Code of Regulations, Title 24, Part 2, California Building Code (CBC), Chapter 22A.

1.3 REFERENCES

The editions of specifications and standards referenced herein, published by the following organizations, apply to the work only to the extent specified by the reference.

A. American Institute of Steel Construction (AISC). B. American Iron and Steel Institute (AISI). C. American Society for Testing and Materials (ASTM).

D. American Welding Society (AWS). E. Steel Structures Painting Council (SSPC)

1.4 SUBMITTALS A. Submittal procedures and quantities are specified in Section 01 30 00. B. Shop Drawings: Submit fully detailed shop drawings of all metalwork, giving sizes, details of

fabrication and construction, methods of assembly, and locations of hardware, anchors, and all miscellaneous work for review.

1. Drawings shall include all shop and erection details, including cuts, copes, connections, holes, bolts and welds. All welds, both shop and field, shall be indicated by standard welding symbols in the American Welding Society Standard Code for Arc and Gas Welding in Building Construction. Drawings shall show the size, length and type of each weld.

2. Contractor shall be responsible for all fabrication and for correct fitting of structural members shown on shop drawings. No materials shall be fabricated or delivered to the site until the shop drawings have been reviewed and returned to the Contractor.

C. Product Data:

1. Submit manufacturer's certification for bolts, nuts, washers and filler material for welding. 2. Submit mill test certificates for mill order steel which can be identified readily by means

of heat or melt numbers marked at the mill. Such need not be tested as specified in Section 01 45 33.

1.5 FIELD MEASUREMENTS AND TEMPLATES

Contractor shall secure all field measurements required for proper and adequate fabrication and installation of the work covered by this section. Exact measurements are the contractor's responsibility. Furnish steel templates for exact location of items to be embedded in concrete and any setting instructions required for all installation work.

1.6 DELIVERY AND STORAGE OF MATERIALS

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT STRUCTURAL STEEL FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 05 12 00-2

Deliver material in time to insure uninterrupted progress of the work. Materials shall be stored in a manner to preclude damage and permit ready access for inspection and identification of each shipment. Steel materials, either plain or fabricated, shall be stored above the ground upon platforms, pallets, skids, or other supports. Materials shall be kept free from dirt, grease, and other foreign matter, and shall be protected from corrosion. Material showing evidence of damage will be rejected and shall be immediately removed from the work.

PART 2 PRODUCTS

2.1 MATERIALS A. Materials and design shall conform with the requirements of CBC, Sec. 2203A and 2205A. B. Structural Steel: All structural steel shall be standard structural sections, conforming to ASTM A36. C. Wide Flange Sections: Wide flange sections shall conform to ASTM A992.

D. Steel Pipe: Galvanized steel pipe shall conform to ASTM A53, Grade B. E. Steel Tube: Tube shall conform to ASTM A500, Grade B Fy = 46 KSI. F. Anchors, Bolts, and Fastenings: Bolts and nuts shall conform to ASTM A307, Grade A. G. Electrodes: Arc-welding electrodes shall conform to AWS A5.1 or A5.5 E70XX

H. Shop primer for steel, other than galvanized, shall meet Federal Specification TT-P-86, TT-P- (zinc chromate).

I. Galvanized hardware shall conform to ASTM A153, Class C. J. Treatment for damaged galvanized surfaces shall be Galvalloy, Galvicon or Drygalv. Miscellaneous

angles and plates not indicated or specified otherwise shall be not less than 1/4" thick.

K. Bars: Bars for locations shown shall be steel bars conforming to ASTM A36, as required of the sizes and shapes shown of the drawings.

L. Pipe Sleeves: Pipe sleeves through concrete walls and footings shall be standard weight, wrought iron, mild steel, or cast-iron sleeves with not less than 1/4 inch space all around between the sleeve and pipe.

M. End Welded Studs: Automatic end welded studs shall be TRW Nelson Granular Flux-filled Shear Connector and Anchor Stud or equal approved in accordance with Section 01630. Studs shall be manufactured of AISI C-1015 cold rolled steel conforming to ASTM A108.

2.2 MISCELLANEOUS ITEMS Miscellaneous metal items and their related components are not necessarily individually described. The most important and those requiring detail description are mentioned.

Miscellaneous items not mentioned or described shall be furnished and installed in accordance with the intent of the drawings and specifications and as required to complete the work.

PART 3 EXECUTION 3.1 GENERAL REQUIREMENTS

A. General: All steel work shall conform with the applicable requirements of the hereinbefore referenced "Codes and Standards". All details shown are typical. Similar details apply to similar conditions. Drawings shall be checked for dimensions, elevation, size and locations of all installations. All dimensions shall be verified at the job. Built-in or cast-in items shall be

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT STRUCTURAL STEEL FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 05 12 00-3

B. supplied in ample time for incorporation in the work. Include all reinforcing angles, plates, straps, brackets, hangers, clips, lugs, holes, shims, etc., as shown or required for erection of steel work and as required to complete the work as shown on the drawings.

3.2 WELDED CONNECTIONS A. All welders shall be AWS certified qualified welders. B. Welded connections shall be made in strict accordance with AWS D1.1. All welding shall be done in

the shop unless otherwise shown or specified.

C. All welds exposed in the finished work shall be ground and dressed smooth and so that the shape and profile of the item welded is preserved.

D. End Welded Studs: The studs shall be automatically end welded in accordance with the manufacturer's recommendations in such a manner as to provide complete fusion between the end of the stud and the plate. There shall be not porosity or evidence of lack of fusion between the welded end to the stud and the plate. The stud shall decrease in length during welding approximately 1/8 inch for 5/8 inch and under and 3/16 inch for over 5/8 inch diameter. Welding shall be done by qualified welders approved by the welding inspector.

3.3 FABRICATION A. Materials shall be fabricated and assembled in the shop to the greatest extent possible. Shearing,

flame cutting, and chipping shall be done carefully and accurately. Coordinate all connection details to concrete. Verify all lines, levels, and dimensions, where possible, just prior to commencing fabrication of connection details. Correct any work that does not fit. Schedule and coordinate work under this section with that specified elsewhere in order to produce a workmanlike installation. When not otherwise shown or specified, comply with all applicable requirements of AISC "Specifications for Design, Fabrication and Erection of Structural Steel for Buildings". Finished surfaces of all exposed members shall be smooth and free of any markings, burrs, or other defects.

B. Connections shall be bolted or welded as indicated. One-sided or other types of eccentric connections will not be permitted unless shown in detail and approved on the shop drawings.

C. Holes shall be cut, drilled, or punched at right angles to the surface of the metal and shall not be made or enlarged by burning. Holes in base or bearing plates shall be drilled. Holes shall be provided in members to permit connecting the work of other trades.

3.4 SHOP PAINTING A. General: Shop paint structural steel except galvanized members or those members or portions

of to be embedded in concrete or mortar. On embedded steel which is partially exposed, paint the exposed portions and the initial 2 inches of embedded areas only. Do not paint surfaces to be welded or high strength bolted with friction-type connections. Do not paint surfaces which are scheduled to receive sprayed-on fireproofing.

B. Surface Preparation: After inspection and before shipping, clean steelwork to be painted. Remove rust, loose mill scale and spatter, slag or flux deposits using power tool cleaning in accordance with SSPC SP-3.

C. Painting: Immediately after surface preparation, apply shop primer in accordance with manufacturer’s instruction and at a rate to provide a dry film thickness of not less than 1.5 mils. Use painting methods which result in full coverage of joints, corners edges and exposed surfaces.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT STRUCTURAL STEEL FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 05 12 00-4

3.5 INSTALLATION A. Steel items shall be installed as rapidly as the progress of other work will permit. Splices and field

connections shall be made with bolts, except where welding is required or approved on the shop drawings. Fasteners shall be installed as specified hereinafter.

B. Work shall be set accurately at the established lines and levels. Installation shall be in strict accordance with approved drawings and actual conditions, true and horizontal or perpendicular as the case may be, level and square with angles and edges parallel with related lines of the building.

C. Anchor bolts and anchors shall be properly located and built into connecting work. Bolts and anchors shall be preset by the use of templates or such other methods as may be required to locate the anchors and anchor bolts accurately.

D. After assembly, the various members forming parts of a completed frame shall be aligned and adjusted accurately before being fastened. Tolerances shall conform to the applicable requirements of AISC " Code of Standard Practice". Contact surfaces shall be cleaned before the members are assembled.

3.6 GALVANIZING A. All steel and ferrous metal items located on the exterior of building, or otherwise specifically shown

or noted on drawings to be galvanized, shall be galvanized by hot-dip process, conforming to ASTM A123. All required hot-dip galvanizing shall be done after fabrication, in the largest sections possible, Items too large for available dip tanks shall be sprayed, by approved methods, with molten zinc to coating thickness of 3.4 mils.

B. Weight of zinc coating per square foot of actual surface shall average not less than 2.0 ounces and no individual specimen shall show less 1.8 ounces.

C. All shop galvanized metal work necessitating field soldering or welding which in any manner removes original galvanizing shall be restored by field cold galvanizing with "Galvaloy", "Galvicon" or "Drygalv".

END OF SECTION 05 12 00

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT STEEL DECKING FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 05 31 00-1

SECTION 05 31 00 STEEL DECKING

PART 1 GENERAL 1.1 DESCRIPTION OF WORK

A. Work under this section includes the provision of steel decking as indicated in Contract Drawings with directly attached accessory items as noted or required for complete installation. Accessory items include but are not necessarily limited to following:

1. Closure strips. 2. Vent Tabs.

1.2 APPLICABLE STANDARDS (latest editions apply) A. ASTM - American Society for Testing and Materials (Referenced Standards) B. ICC - International Code Council

1. CBC – California Building Code, 2016 Edition

C. ASCE – American Society of Civil Engineers 1. 7-10 – Minimum Design Loads for Buildings and Other Structures

D. AISI - American Iron and Steel Institute. 1. Specifications for the Design of Light Gauge Cold Formed Steel Structural Members

E. SDI - Steel Deck Institute 1. Steel Roof Deck Design Manual

F. AWS - American Welding Society 1. Welding Structural Code-Sheet Steel

1.3 SUBMITTALS

A. Manufacturer's literature describing products. B. Samples: Only as requested. C. Shop Drawings: Show lapping, type, location and sequence of welds. Show large scale details of

connections, methods of attachment and accessory items.

D. Certificates: 1. Certify that materials meet requirements specified.

1.4 QUALITY ASSURANCE A. Welders Qualifications:

1. Welders shall be AWS Certified for horizontal, vertical, and overhead positions in accordance with AWS D1.1.

1.5 PRODUCT DELIVERY, STORAGE AND HANDLING A. Deliver, store and handle decking in manner to prevent damage or deformation. B. Discharge materials carefully, store on platform or pallets, and cover with tarpaulins or other suitable

weather tight covering. Do not dump onto ground.

C. Do not overload decking during construction period and do not use decking for storage or working platform prior to welding in position.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT STEEL DECKING FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 05 31 00-2

1.6 JOB CONDITIONS

A. Provide the Owner's Testing Agency with free access to places whether on or off the job site where materials are stored or fabricated, to places where equipment is stored or serviced, and to job site during times of installation.

B. Sequencing, Scheduling: Notify the Architect in sufficient time prior to fabrication, field welding or installation to permit testing and inspection without delaying work.

PART 2 PRODUCTS 2.1 STEEL DECKING TYPES

A. General Requirements: 1. Steel decking shall be designed in accordance with SDI unless specifically noted

otherwise.

2. Section design properties shall be computed in accordance with applicable requirements of AISI.

3. Steel decking shall be ICC approved for lateral shear resistance.

B. By ASC Steel Deck or Verco Manufacturing Company or equal product. See Contract Drawings for gauge, configuration and section properties.

2.2 MATERIALS A. Sheet Steel: ASTM A446, Grade A, hot-dip galvanized in accordance with ASTM A525, Regular Type,

Coating Designation G60.

B. Miscellaneous Steel Shapes: ASTM A36. C. Touch-Up Paint: For abraded galvanizing: Zinc oxide or zinc dust primer for galvanized metal.

D. Welding Electrodes: In accordance with AWS. 2.3 FABRICATION

A. Preparation: 1. Coordinate with other work supporting, contacting or adjoining metal decking and verify

requirements for cutting out, fitting, and attaching.

2. Verify dimensions and locations at site whenever construction progress permits.

B. General Requirements: 1. Fabricate in accordance with SDI unless specifically noted otherwise. 2. Shop- or field-cut units to fit around openings, along building perimeter, and around

columns.

3. Provide in lengths to be continuous for not less than three spans and to rest on minimum of four supports where structural steel layout permits.

C. Closure Strips: Provide for installation at ends, edges and round openings as required to prevent leakage of concrete.

D. Vents: Provide vent tabs at decks with insulating and conventional concrete fills.

E. 2.4 Finishes F. Galvanizing: Where items have not been fabricated from galvanized steel sheet, hot-dip galvanize

after fabrication in accordance with ASTM A153, A386 or A123 as applicable.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT STEEL DECKING FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 05 31 00-3

2.4 SOURCE QUALITY CONTROL A. The Owner's Testing Agency will:

1. Review mill analysis and certificates of compliance. 2. Test samples of thickness of base metal and thickness of galvanized coating as required by

applicable ASTM Standards.

PART 3 EXECUTION

3.1 INSPECTION A. Examine construction to support decking and verify that:

1. Dimensions are correct. 2. Setting conditions are proper.

3. Means of attachment integral with support is correct. B. Do not start installation until unsatisfactory conditions have been corrected.

3.2 INSTALLATION A. General Requirements:

1. Install decking in accordance with contract Drawings.

2. Provide flashings, closure strips, closure plates, reinforcing and fastenings as required. 3. Perform shaping, cutting, drilling and fitting in manner to equal workmanship of shop

fabrication.

4. Button-punching or crimping in lieu of welding will not be permitted. B. Layout:

1. Place and adjust units in final position prior to permanent fastening. 2. Install in straight, continuous rows with ribs at right angles to supporting members. 3. Align ribs to be straight within 1/4 inch in overall length of decking. 4. Locate butted ends tight at center line of structural support with positive, solid, complete

bearing over full width of panel without deforming units. Ensure not less than one-inch bearing on support.

5. Locate extreme ends and edges over structural supports with positive, solid complete bearing over full width of support for full width or length of panel without deforming units.

C. Welding Procedure:

1. Perform welding in accordance with AISI and AWS D1.3. 2. Ensure surfaces to receive weld metal are clean and dry. 3. Weight units with sand bags near welding points to secure firm contact of surfaces welded

as required.

4. Surfaces with temperature Below 32 Degrees Fahrenheit: Preheat to minimum 70 degrees Fahrenheit and maintain during welding.

5. Maintain long arc while electrode is moved in circular direction until proper hole size is burned in sheet metal. Shorten arc and deposit weld metal around complete circumference of hole.

6. Clean all welds immediately by wire brushing and touch-up with paint before covering with succeeding panel.

7. Take special care to secure solid welds where unit is warped or curved or meets

supporting member at angle.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT STEEL DECKING FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 05 31 00-4

D. Reinforcing: 1. Reinforce opening as shown on drawings: 2. Provide reinforcing wherever else structurally required.

E. Closure Strips: Attach to decking with tack welds. 3.3 CLEANING AND PAINTING

A. Touch-Up Painting 1. Galvanized Surfaces and Field Welds: Where galvanizing has been damaged in handling or

burned off top or bottom surfaces in welding, acid-etch with approved acid wash and apply paint to these surfaces and to field welds.

2. Prime-Coated Structural Steel Framing: Where welding metal decking to structural steel has burned off prime-coat or resulted in other damage, apply paint as required to restore coverage.

B. Prepare surfaces as necessary for proper application of structural concrete. 3.4 FIELD QUALITY CONTROL

A. The Owner's Testing Agency will:

1. Provide continuous inspection of welding, including prior fit-up, welding equipment, weld quality and welder certification.

2. Provide continuous inspection during installation as required to establish conformity of work with requirements.

END OF SECTION 05 31 00

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT COLD FORMED METAL FRAMING FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 05 40 00-1

SECTION 05 40 00 COLD-FORMED METAL FRAMING

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Formed steel stud exterior wall framing. B. Formed steel slotted channel framing and bridging.

1.2 RELATED REQUIREMENTS

A. Section 07 21 00 - Thermal Insulation: Insulation within framing members. B. Section 07 25 00 - Weather Barriers: Weather barrier over sheathing. C. Section 07 62 00 - Sheet Metal Flashing and Trim: Head and sill flashings.

D. Section 07 92 00 - Joint Sealants. E. Section 09 21 16 - Gypsum Board Assemblies: Lightweight, non-load bearing metal stud framing. F. Section 09 21 16 - Gypsum Board Assemblies: Gypsum-based sheathing. G. Section 09 22 36.23 - Metal Lath.

H. Section 09 24 00 - Cement Plastering. I. Section 09 51 00 - Suspended Acoustical Ceilings: Ceiling suspension system.

1.3 REFERENCE STANDARDS

A. AISI S100-12 - North American Specification for the Design of Cold-Formed Steel Structural Members; 2012.

1. Use 2012 as indicated in 2016 CBC Ch. 35 Referenced Standards. B. ASTM A283/A283M - Standard Specification for Low and Intermediate Tensile Strength Carbon

Steel Plates; 2018. C. ASTM A307 - Standard Specification for Carbon Steel Bolts, Studs, and Threaded Rod 60 000 PSI

Tensile Strength; 2014, with Editorial Revision (2017). D. ASTM A36/A36M - Standard Specification for Carbon Structural Steel; 2014. E. ASTM A653/A653M - Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-

Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process; 2018. F. ASTM A1008/A1008M - Standard Specification for Steel, Sheet, Cold-Rolled, Carbon, Structural,

High-Strength Low-Alloy, High-Strength Low-Alloy with Improved Formability, Solution Hardened, and Bake Hardenable; 2018.

G. ASTM C955 - Standard Specification for Cold-Formed Steel Structural Framing Members; 2018.

1. Use 2011c as indicated in 2016 CBC Ch. 35 Referenced Standards. H. AWS D1.1/D1.1M - Structural Welding Code - Steel; 2015, with Errata (2016).

1. Use 2010 w/Errata as indicated in 2016 CBC Ch. 35 Referenced Standards.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT COLD FORMED METAL FRAMING FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 05 40 00-2

I. AWS D1.3/D1.3M - Structural Welding Code - Sheet Steel; 2018.

1. Use 2008 as indicated in 2016 CBC Ch. 35 Referenced Standards.

J. SSPC-Paint 15 - Steel Joist Shop Primer/Metal Building Primer; 1999 (Ed. 2004). K. SSPC-Paint 20 - Zinc-Rich Primers (Type I, "Inorganic," and Type II, "Organic"); 2002 (Ed. 2004).

1.4 ADMINISTRATIVE REQUIREMENTS

A. Coordinate with work of other sections that is to be installed in or adjacent to the metal framing system, including but not limited to structural anchors, cladding anchors, utilities, insulation, and firestopping.

1.5 SUBMITTALS

A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data: Provide data on standard framing members; describe materials and finish, product

criteria, limitations. C. Product Data: Provide manufacturer's data on factory-made framing connectors, showing

compliance with requirements. D. Manufacturer's Installation Instructions: Indicate special procedures, conditions requiring special

attention . E. Manufacturer's Qualification Statement.

1.6 QUALITY ASSURANCE

A. Manufacturer Qualifications: Company specializing in manufacturing the types of products specified in this section, and with minimum three years of documented experience.

B. Installer Qualifications: Company specializing in performing the work of this section with minimum three years documented experience.

1.7 MOCK-UP

A. Provide mock-up of exterior framed wall, including components specified elsewhere, such as insulation, sheathing, window frame, door frame, exterior wall finish, and interior wall finish.

B. Mock-Up Size: 10 by 10 feet, including corner condition. C. Location: As directed.

D. Mock-up may not remain as part of the Work.

PART 2 PRODUCTS

2.1 MANUFACTURERS

A. Characteristics of products manufactured by members of the Steel Stud Manufacturers Association, ICC Report Nos. ESR-3064P, are indicated to establish a level of quality and performance.

B. Metal Framing:

1. CEMCO: www.cemcosteel.com/#sle.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT COLD FORMED METAL FRAMING FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 05 40 00-3

a. ICC ESR-3016. b. ICC ESR-2012. c. Intertek CCRR-0224.

2. ClarkDietrich Building Systems: www.clarkdietrich.com. a. Intertek CCRR-0206. b. Intertek CCRR-0224.

3. Marino: www.marinoware.com/#sle. a. ICC ESR-4062.

4. Steel Stud Manufacturers Association www.ssma.com. a. ICC ESR-3064P applies to manufacturers below. b. California Expanded Metal Products, (CEMCO) www.cemco.com. c. Building Products Division of Consolidated Fabricators Corp., Paramount, CA:

www.confabbpd.com. d. Scafco Corporation, Stockton, CA: www.scafco.com. e. United Metal Products, Inc., Corona, CA: www.unitedmetalproducts.info.

5. Substitutions: See Section 01 60 00 - Product Requirements. C. Framing Connectors and Accessories:

1. Same manufacturer as metal framing.

2. ClarkDietrich Building Systems: www.clarkdietrich.com.

3. Simpson Strong Tie: www.strongtie.com.

4. Substitutions: See Section 01 60 00 - Product Requirements.

2.2 FRAMING SYSTEM A. Provide primary and secondary framing members, bridging, bracing, plates, gussets, clips, fittings,

reinforcement, and fastenings as required to provide a complete framing system.

2.3 FRAMING MATERIALS A. Studs and Track: ASTM C955; studs formed to channel, "C", or "Sigma" shape with punched web;

U-shaped track in matching nominal width and compatible height.

1. Gage and Depth: As indicated on drawings. a. Maximum 18 Gage and Lighter: 1 SS Grade 33, types, sizes as indicated on Drawings,

punched web unless otherwise indicated, with screw type flanges. b. 16 Gage and Heavier: 1 SS Grade 50, Class 1, types, sizes as indicated on Drawings, punched

web unless otherwise indicated, with screw type flanges.

2. Top Track (Fire Rated): Where fire or smoke rated walls are required, provide components UL-listed for use in UL-listed fire-rated head of partition joint systems specified in this section. a. Option 1:

1) Slotted Track with integrated intumecsent fire protection, same gage and material as wall framing or 16 gage, whichever is more restrictive. Provide dynamic joint fire protection with UL listed intumescent assembly.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT COLD FORMED METAL FRAMING FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 05 40 00-4

(a) Products (1) CEMCO: "FAS Track"; www.cemcosteel.com, ICC-ES ESR-2012. (2) Brady Sliptrack Systems: "FAS Track"; www.sliptrack.com, ICC-ES ESR-

2012. (3) Ware Industries, Inc. (dba Marinoware): "CST";

www.marinoware.com, ICC-ES ESR-2012. (4) BlazeFrame: Product "BlazeFrame"; www.blazeframe.com.

b. Option 2: 1) At 1 and 2 hour conditions, provide field applied dynamic joint fire protection with UL

listed intumescent assembly CEMCO "HOT ROD Type X", or equal assembly.

3. Top Track (Non-Rated): At non-rated walls use Slotted Track CST by CEMCO, City of Industry, CA (800) 375-2362, ICC Report No. ESR-2012, or approved equal, same gage and material as wall framing or 16 gage, whichever is more restrictive.

4. Bottom Track: Same gage and material as wall framing plus one gage or 20 gage, whichever is more restrictive, 1-1/2 inch leg unless noted otherwise, width to suit stud width. a. Provide extended leg tracks at sill tracks where flooring underlayment will be placed

(poured) after wall framing.

5. Sills and Headers: Unpunched channels sized for stud flanges, gage the same as studs unless otherwise noted. Provide extended leg tracks at ceiling tracks under structural framing members.

6. Galvanized in accordance with 1, G60/Z180 coating, hot dipped. a. Provide minimum G60 coating for applications other than interior non-loadbearing walls. b. Provide minimum G40 coating for interior non-loadbearing wall applications.

7. Provide components fabricated from ASTM A1008/A1008M, Designation SS (structural steel).

8. Products: a. CEMCO; ProX Header: www.cemcosteel.com/#sle. b. Substitutions: See Section 01 60 00 - Product Requirements.

B. Joists and Purlins: Fabricated from ASTM A653/A653M steel sheet, with G60/Z180 hot dipped galvanized coating.

1. Base Metal: Structural Steel (SS), Grade 50/340, Class 1.

2. Gage and Depth: As indicated on drawings. C. Framing Connectors: Factory-made, formed steel sheet.

1. Material: ASTM A653/A653M SS Grade 33 and 40 (minimum), with G90/Z275 hot dipped galvanized coating for base metal thickness less than 10 gage, 0.1345 inch, and factory punched holes and slots.

2. Structural Performance: Maintain load and movement capacity required by applicable code, when evaluated in accordance with AISI S100-12.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT COLD FORMED METAL FRAMING FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 05 40 00-5

3. Movement Connections: Provide mechanical anchorage devices that accommodate movement using slotted holes, shouldered screws or screws and anti-friction or stepped bushings, while maintaining structural performance of framing. Provide movement connections where indicated on drawings. a. Where continuous studs bypass elevated floor slab, connect stud to slab in manner allowing

vertical and horizontal movement of slab without affecting studs; allow for minimum movement of 1/2 inch.

b. Where top of stud wall terminates below structural floor or roof, connect studs to structure in manner allowing vertical and horizontal movement of slab without affecting studs; allow for minimum movement of 1/2 inch.

c. Acceptable Products: 1) VertiClip(r) or DriftClip(tm) manufactured by The Steel Network Inc. ESR-2049. 2) Slotted Track CST by CEMCO, City of Industry, CA (800) 375-2362, ESR-2012.

d. Slotted deflection track by Sliptrak Systems. ESR-2012

4. Fixed Connections: Provide non-movement connections for tie-down to foundation, floor-to-floor tie-down, roof-to-wall tie-down, joist hangers, gusset plates, and stiffeners.

5. Wall Stud Bridging Connections: Provide mechanical load-transferring devices that accommodate wind load torsion and weak axis buckling induced by axial compression loads. Provide bridging connections where indicated on the drawings and per Steel Stud Manufacturers Association standards, whichever is greater.

6. Products: a. Simpson Strong Tie: www.strongtie.com. b. Substitutions: See Section 01 60 00 - Product Requirements.

2.4 FASTENERS

A. Provide bolts, nuts, screws, powder driven fasteners, clips, washers and other fasteners as indicated on Drawings and as necessary for proper erection of items specified herein.

B. Self-Drilling, Self-Tapping Screws, Bolts, Nuts and Washers: Hot dip galvanized per ASTM A153/A153M.

C. Bolts and nuts: 1. D. Anchorage Devices: Powder actuated, Drilled expansion bolts, and Screws with sleeves.

E. Welding: Comply with AWS D1.1/D1.1M.

1. Welding Electrodes: As permitted by 1 and 2.

2.5 WALL SHEATHING

A. Gypsum Board Wall Sheathing: See Section 09 21 16.

2.6 ACCESSORIES A. Bracing, Furring, Bridging: Formed sheet steel, thickness determined for conditions

encountered; finish to match framing components; as indicated on Drawings.

1. Bridging: 20 gage, unless noted otherwise.

2. Standard Structural Steel Shapes and Plates: 1.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT COLD FORMED METAL FRAMING FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 05 40 00-6

3. Miscellaneous Steel Items: 1, grade optional.

4. Flat-Rolled Carbon Steel Sheets: 1.

5. Cold-Rolled Carbon Steel Sheets: 1.

6. Backing Plates: Galvanized sheet metal for attachment and support of products to be attached to framing. a. 16 gage material covering full width of stud spacing by 6-inches wide minimum, unless

indicated otherwise on Drawings. b. As indicated on Drawings.

B. Shop and Touch-Up Primer: SSPC-Paint 15, complying with VOC limitations of authorities having jurisdiction.

1. Comply with Section 01 61 16 - Volatile Organic Compound (VOC) Content Restrictions. C. Incidental Steel Shapes and Framing:

1. Provide specified, indicated and required clips, plates, bent plates, angles, channels, etc., to secure the materials, equipment and items of other trades not supplied by them but necessary for the completion of Work.

2. This Section is not intended to specify each item of cold-formed structural metal framing individually.

D. Touch-Up Primer for Galvanized Surfaces: SSPC-Paint 20, Type I - Inorganic, complying with VOC limitations of authorities having jurisdiction.

E. Water-Resistive Barrier: As specified in Section 07 25 00.

PART 3 EXECUTION

3.1 EXAMINATION A. Verify that substrate surfaces are ready to receive work. B. Verify field measurements and adjust installation as required.

3.2 INSTALLATION OF STUDS

A. Configuration: Place and align tracks and install framing to configurations indicated on Drawings.

B. Install components in accordance with Steel Stud manufacturers' instructions and ASTM C 1007 requirements.

C. Align floor and ceiling tracks; locate to wall layout. Secure in place with fasteners at maximum 24 inches on center. Coordinate installation of sealant with floor and ceiling tracks.

1. Align studs with joists and decking flutes, as applicable.

2. Use fasteners as specified in Section 05 50 00 - Metal Fabrications, for concrete, masonry and steel construction.

D. Place studs at 16 inches on center, or as indicated on Drawings; not more than 2 inches from abutting walls and at each side of openings. Connect studs to tracks using fastener method. 1. Install studs at 12-inches on center in plumbing walls and walls receiving ceramic tile finish.

E. Construct corners using minimum of three studs. Install double studs at wall openings over 24 inches, door and window jambs.

F. Install studs full length in one piece. Splicing of studs is not permitted.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT COLD FORMED METAL FRAMING FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 05 40 00-7

G. Install studs, brace, and reinforce to develop full strength and achieve design requirements.

H. Coordinate placement of insulation in multiple stud spaces made inaccessible after erection. I. Install intermediate studs above and below openings to align with wall stud spacing. J. Provide deflection allowance in stud track, directly below horizontal building framing at non-

load bearing framing. K. Attach backing plates to studs for attachment of fixtures anchored to walls.

L. Coordinate erection of studs/joists with installation of service utilities to minimize discontinuity in framing. Align stud web openings.

M. Install framing between studs for attachment of mechanical and electrical items, and to prevent stud rotation.

N. Recesses: Provide framed openings for all recessed components. Coordinate erection of framing with installation of bucks, anchors, backing, blocking, plumbing, mechanical and electrical components to provide necessary clearances and supports for recessed products. Coordinate erection of framing with requirements for door and window frame supports and attachments.

O. Backing and Blocking: Install sheet metal backing as indicated and as required to support all products attached to wall or ceiling after completion of finish surface, including toilet accessories, plumbing fixtures, electrical fixtures, electrical panels, toilet partitions, casework, kitchen equipment, hardware, equipment, handrails, and trim. Cut ends of runner and backing plates to each stud.

P. Stud Lateral Bracing: Provide bracing as indicated on Drawings. Q. Stud Bridging General: Brace studs and joists with bridging to make rigid.

1. Cut bridging to fit between, and welded to, studs or inserted through cutouts in the web of each stud and secured to studs with welded clip angles. Provide bridging as indicated on Drawings.

2. Provide bridging as indicated on Drawings. If not indicated, provide bridging per UL Assembly listing and Steel Stud Manufacturing Association Standards, ICC Report No. ER-3064P Product Technical Guide.

R. Touch-up field welds and damaged galvanized surfaces with primer.

3.3 INSTALLATION OF JOISTS AND PURLINS A. Install framing components in accordance with Steel Stud Manufacturer's instructions.

B. Make provisions for erection stresses. Provide temporary alignment and bracing. C. Place joists at 12 inches on center; not more than 2 inches from abutting walls, and connect joists

to supports using fastener method. D. Set ceiling joists parallel and level, with lateral bracing and bridging. E. Joist Bearing: Provide uniform and level joist bearing at supporting member by means of shims.

At masonry and concrete conditions, provide non-shrink grout in addition to shims. F. Locate joist end bearing directly over load bearing studs or provide load distributing member to top

of stud track.

1. Doubled Joists: Provide additional joists under parallel partitions when the partition length exceeds one-half the joist span and around all floor and roof openings, which interrupt one or more, spanning members unless otherwise indicated.

2. Provide doubled ceiling joists over all partitions running parallel with the joists.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT COLD FORMED METAL FRAMING FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 05 40 00-8

3. Joists shall have at least 1-1/2 inches of bearing and shall be reinforced over bearings to prevent web crippling.

G. End Blocking: Provide end blocking where joist ends are not otherwise restrained from rotation.

H. Provide web stiffeners at reaction points, where indicated on Drawings.

1. Provide web stiffeners at blocking at supports and points of concentrated loads.

I. Touch-up field welds with cold-galvanizing compound and damaged galvanized surfaces with primer.

3.4 COLD-FORMED STRUCTURAL METAL FRAMING ERECTION A. Erection, General: Conform to ASTM C955 for bracing and bridging for screw application of gypsum

board, gypsum sheathing and plaster lath. B. Coordination: Coordinate framing with adjoining Work. Drill holes; do not punch or use cutting

torch. Shearing shall leave clean lines and surfaces. C. Cutting: Cut framing components squarely for attachment to perpendicular members or, as

required, for an angular fit against abutting members. D. Prefabricated Sections: Lift, handle and place prefabricated sections of framing in a manner as to

not cause distortion in members.

3.5 COLD-FORMED METAL STUD ERECTION A. Runner Tracks: Securely anchor runner tracks to supporting structure as shown on Drawings.

1. Runner Track Joints: Secure abutting pieces of runner track to a common structural element.

B. Stud Erection: Place studs in tracks plumb and aligned and securely attach to flanges of both upper and lower runner tracks.

C. Lateral Bracing: Provide lateral bracing by use of gypsum board and gypsum sheathing in accordance with AISI specification or provide horizontal strap bracing, as indicated.

D. Vertical Movement Provisions: Provide for structure vertical movement.

3.6 COLD-FORMED METAL STUD ERECTION, AXIAL LOAD-BEARING A. Runner Tracks: Securely anchor runner tracks to supporting structure as shown on Drawings.

Provide complete uniform and level bearing support for bottom runner track.Runner Track Joints: Secure abutting pieces of runner track to a common structural element or splice and butt-weld together.

B. Stud Erection: Place studs in tracks plumb and aligned and with full bearing of end of stud to track web. Securely attach stud to flanges of both upper and lower runner tracks by screwing or welding for full width of stud flange.

C. Jack Studs or Cripples: Provide jack studs and cripples below window sills, above window and door heads, and elsewhere to furnish supports for products to be installed in openings. Securely attach jack studs and cripples to supporting members.

D. Temporary Bracing: Provide temporary bracing as required until erection is completed.

E. Lateral Bracing: Resistance to minor axis bending and rotation shall be provided by gypsum board and gypsum sheathing in accordance with AISI specification or by horizontal strap bracing as indicated.

F. Splices: Make no splices in axially loaded studs.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT COLD FORMED METAL FRAMING FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 05 40 00-9

3.7 INSTALLATION OF WALL SHEATHING

A. Install wall sheathing with long dimension perpendicular to wall studs, with ends over firm bearing and staggered, using self-tapping screws.

1. Provide steel diagonal bracing at corners with foam insulation or gypsum board wall sheathing.

2. Place water-resistive barrier horizontally over wall sheathing, weather lapping edges and ends.

3.8 TOLERANCES A. Maximum Variation from True Position: 1/8 inch in 10 feet (3 mm in 3 m).

B. Maximum Variation of any Member from Plane: 1/8 inch in 10 feet (3 mm in 3 m). END OF SECTION

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT METAL FABRICATION FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 05 50 00-1

SECTION 05 50 00 METAL FABRICATIONS

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Shop fabricated steel items. B. Steel framing and supports for applications where framing and supports are not specified in other

sections. C. Ladder safety systems.

1.2 RELATED REQUIREMENTS

A. Section 03 30 00 - Cast-in-Place Concrete: Placement of metal fabrications in concrete. B. Section 04 20 00 - Unit Masonry: Placement of metal fabrications in masonry. C. Section 05 12 00 - Structural Steel Framing: Structural steel column anchor bolts.

D. Section 09 91 13 - Exterior Painting: Paint finish. E. Section 09 91 23 - Interior Painting: Paint finish.

1.3 REFERENCE STANDARDS

A. 29 CFR 1910 - Occupational Safety and Health Standards; current edition. B. 29 CFR 1910.23 - Ladders; current edition. C. 29 CFR 1910.28 - Duty to have Fall Protection and Falling Object Protection; Current Edition.

D. 29 CFR 1910.29 - Fall Protection Systems and Falling Object Protection - Criteria and Practices; Current Edition.

E. AHRI 560 - Voluntary Specification for Rotary Operators in Window Applications; 2010. F. ALI A14.3 - Ladders - Fixed - Safety Requirements; 2014. G. ANSI A14.3 - American National Standard for Ladders -- Fixed -- Safety Requirements; 2008.

H. ANSI/ASSP Z359.11 - Safety Requirements for Full Body Harnesses; 2014. I. ANSI/ASSP Z359.12 - Connecting Components for Personal Fall Arrest Systems; 2009. J. ANSI/ASSP Z359.15 - Safety Requirements for Single Anchor Lifelines and Fall Arresters for

Personal Fall Arrest Systems; 2014. K. ANSI/ASSP Z359.16 - Safety Requirements for Climbing Ladder Fall Arrest Systems; 2016.

L. ASME B18.2.1 - Square, Hex, Heavy Hex, and Askew Head Bolts and Hex, Hex Flange, Lobed Head, and Lag Screws (Inch Series); 2012, Including July 2013 Errata.

M. ASTM A1008/A1008M - Standard Specification for Steel, Sheet, Cold-Rolled, Carbon, Structural, High-Strength Low-Alloy, High-Strength Low-Alloy with Improved Formability, Solution Hardened, and Bake Hardenable; 2018.

N. ASTM A36/A36M - Standard Specification for Carbon Structural Steel; 2014.

1. Use 2008 as indicated in 2016 CBC Referenced Standards.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT METAL FABRICATION FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 05 50 00-2

O. ASTM A53/A53M - Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless; 2018.

P. ASTM A123/A123M - Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products; 2017.

Q. ASTM A283/A283M - Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates; 2018.

1. Use 2012a as indicated in 2016 CBC Referenced Standards. R. ASTM A307 - Standard Specification for Carbon Steel Bolts, Studs, and Threaded Rod 60 000 PSI

Tensile Strength; 2014, with Editorial Revision (2017). S. ASTM A500/A500M - Standard Specification for Cold-Formed Welded and Seamless Carbon Steel

Structural Tubing in Rounds and Shapes; 2018. T. ASTM A653/A653M - Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-

Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process; 2018.

1. Use 2011 as indicated in 2016 CBC Referenced Standards.

U. ASTM A1011/A1011M - Standard Specification for Steel, Sheet and Strip, Hot-Rolled, Carbon, Structural, High-Strength Low-Alloy, High-Strength Low-Alloy with Improved Formability, and Ultra-High Strength; 2018a.

V. ASTM A780/A780M - Standard Practice for Repair of Damaged and Uncoated Areas of Hot-Dip Galvanized Coatings; 2009 (Reapproved 2015).

W. ASTM A924/A924M - Standard Specification for General Requirements for Steel Sheet, Metallic-Coated by the Hot-Dip Process; 2018.

X. ASTM A992/A992M - Standard Specification for Structural Steel Shapes; 2011 (Reapproved 2015). Y. ASTM F3125/F3125M - Standard Specification for High Strength Structural Bolts and Assemblies,

Steel and Alloy Steel, Heat Treated, Inch Dimensions 120 ksi and 150 ksi Minimum Tensile Strength, and Metric Dimensions 830 MPa and 1040 MPa Minimum Tensile Strength; 2018.

Z. ASTM D1187/D1187M - Standard Specification for Asphalt-Base Emulsions for Use as Protective Coatings for Metal; 1997 (Reapproved 2018).

AA. AWS A2.4 - Standard Symbols for Welding, Brazing, and Nondestructive Examination; 2012. AB.

AWS D1.1/D1.1M - Structural Welding Code - Steel; 2015, with Errata (2016).

1. Use 2010 w/Errata as indicated in 2016 CBC Referenced Standards.

AC. IAS AC172 - Accreditation Criteria for Fabricator Inspection Programs for Structural Steel; 2017.

AD. SSPC-PA 1 - Shop, Field, and Maintenance Painting of Steel; 2016. AE. SSPC-Paint 15 - Steel Joist Shop Primer/Metal Building Primer; 1999 (Ed. 2004). AF. SSPC-Paint 20 - Zinc-Rich Primers (Type I, "Inorganic," and Type II, "Organic"); 2002 (Ed. 2004). AG.

SSPC-SP 10 - Near-White Blast Cleaning; 2007.

AH. SSPC-SP 2 - Hand Tool Cleaning; 2018. AI. SSPC-SP 3 - Power Tool Cleaning; 1982, with Editorial Revision (2004).

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT METAL FABRICATION FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 05 50 00-3

AJ. SSPC-SP 5 - White Metal Blast Cleaning; 2007. AK. SSPC-

SP 6 - Commercial Blast Cleaning; 2007.

1.4 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Shop Drawings: Indicate profiles, sizes, connection attachments, reinforcing, anchorage, size and

type of fasteners, and accessories. Include erection drawings, elevations, and details where applicable.

1. Indicate welded connections using standard AWS A2.4 welding symbols. Indicate net weld lengths.

C. Certificate: Provide documentation that ladder safety system products of this section meet or exceed cited 1, 1, 1, and 1 requirements.

D. Welders' Certificates: Submit certification for welders employed on the project, verifying AWS qualification within the previous 12 months.

E. Fabricator's Qualification Statement: Provide documentation showing steel fabricator is accredited.

1.5 QUALITY ASSURANCE

A. Regulatory Requirements: Conform to applicable requirements of California Building Code (CBC), Title 24, Part 2, as amended and adopted by authorities having jurisdiction.

1. Comply with Title 24, Part 9, California Fire Code Chapter 35 "Welding and Other Hot Work." B. Coordination: Provide templates and sleeves for incorporation of embedded items into the Work

specified in other Sections. C. Field-Verified Dimensions: Prior to fabrication, field verify dimensions and details of construction.

Immediately report variances in writing to Construction Manager and Architect. D. Fabricator's Qualifications: Fabricator of light structural steel framing members and other

miscellaneous metal fabrications of structural character shall be approved by the authorities having jurisdiction in accordance with applicable Code provisions.

E. Fabricator Qualifications: A qualified steel fabricator that is accredited by the International Accreditation Service (IAS) Fabricator Inspection Program for Structural Steel or equal.

F. Welder's Qualifications:

1. Welding shall be performed by certified welders qualified in accordance with procedures specified in applicable referenced AWS standard, using materials, procedures and equipment of the type required for the Work.

2. Certify that each welder has satisfactorily passed AWS qualification tests for welding processes involved and, if pertinent, has undergone re-certification.

1.6 PACKAGING, DELIVERY, STORAGE AND HANDLING

A. Storage, General: Store products in enclosed, well-ventilated spaces, not in contact with soil or vegetation and not subject to inclement weather.

B. Delivery, Storage and Handling, Galvanized Products:

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT METAL FABRICATION FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 05 50 00-4

1. Stack and bundle during transport and store to allow air flow between galvanized surfaces.

2. Load for transport to permit continuous drainage should wetting occur.

3. Do not rest galvanized products on cinders or clinkers.

1.7 PROJECT CONDITIONS A. Field Inspection of Fabricated Products: Prior to installation, inspect products for damage and verify

markings and dimensions against reviewed submittals. B. Environmental Conditions: Do not install products intended for interior locations when spaces are

uncovered and unprotected from inclement weather. C. Coordination: Coordinate metal fabrications Work with Work specified in other Sections so that

related Work shall be accurately and properly joined.

PART 2 PRODUCTS

2.1 MATERIALS - STEEL

A. Steel Sections: Steel plates, bars, angles, channels, and H-sections; ASTM A 36/A 36M.

1. Galvanized Steel: Structural shapes, plates and bars: From fully killed or semi-killed steel, 1, except silicon content in the range 0 to 0.4 percent or 0.15 to 0.25 percent, as applicable, only.

B. Steel Tubing: ASTM A500/A500M, Grade B cold-formed structural tubing. C. Plates: ASTM A283/A283M. D. Steel Sheet:

1. For structural uses: Hot-rolled, 1; cold-rolled, 2.

2. For nonstructural uses: Cold-rolled, 2; hot-rolled, 1.

3. Galvanized Sheet steel: 2, with 3, Coating Designation G90, for precoated sheet; 1 for sheet used in fabrications.

E. Pipe: ASTM A 53/A 53M, Grade B Schedule 40, black finish.

F. Slotted Channel Framing: ASTM A653/A653M, Grade 33. G. Slotted Channel Fittings: ASTM A1011/A1011M. H. Fasteners: See Article Anchors, Fasteners and Accessory Materials below.

I. Bolts, Nuts, and Washers: ASTM F3125/F3125M, Type 1, plain. J. Galvanizing: See requirements specified below. K. Welding Materials: AWS D1.1/D1.1M; type required for materials being welded.

L. Shop and Touch-Up Primer: SSPC-Paint 15, complying with VOC limitations of authorities having jurisdiction.

M. Touch-Up Primer for Galvanized Surfaces: SSPC-Paint 20, Type I - Inorganic, complying with VOC limitations of authorities having jurisdiction.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT METAL FABRICATION FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 05 50 00-5

2.2 ACCESSORIES

A. Anchors and Fasteners, General: Same material, color and finish as the metal to which applied, unless otherwise indicated.

B. Exterior Exposure: Provide stainless steel.

C. Type, Size and Spacing: Unless otherwise indicated, provide fasteners of type, grade and class required for intended use and sized and spaced as required for loads and substrate.

D. Screw Head, Typical: Unless otherwise noted, exposed screws shall be phillips oval or flat head, countersunk.

E. Standard Bolts and Nuts, Steel: 1, Grade A, hexagonal head. F. Lag Screws and Bolts, Steel: 1, type and grade best suited for the purpose, hexagonal or square

head. G. Plain Steel Screws: FS FF-S-85, FS FF-S-92 and FS FF-S-111; type and grade best suited for the purpose. H. Self-Drilling Metal Screw Fasteners: TEKS by Buildex Division, Illinois Tool works, Inc.; ICC Report

ESR-1976; www.itwbuildex.com. I. Plain Steel Washers: FS FF-W-92, round, carbon steel. J. Lock Washers: FS FF-W-84, helical spring, carbon steel.

K. Fiber Plugs, Lead Expansion Shields and Screws: Not permitted. L. Anchors and/or Dowels Installed with Adhesives: See notes on Structural Drawings. M. Welding Rods and Bare Electrodes: Select according to AWS specifications for the metal alloy to be

welded. N. Shop Primer Paint:

1. Shop primer, general: Coordinate primer with finish paint and coating, as applicable, to provide sound foundation for field-applied topcoats despite prolonged exposure during construction.

2. Shop primer for ferrous metal at exposed exterior locations: Fabricator's standard zinc-rich two-part catalyzed epoxy coating.

3. Shop primer for ferrous metal at concealed exterior locations and for interior locations: Manufacturer's or fabricator's standard, fast-curing, lead-free, universal modified alkyd primer, complying with performance requirements of FS TT-P-645.

4. Shop primer for galvanized steel, for exposed exterior locations: Fabricator's standard two-part catalyzed epoxy coating, compatible with specified finish paints.

O. Field Primer and Finish Paints: As specified in Section 09 91 23 - Interior Painting. P. Bituminous Coating: High-build mineral-filled coal tar pitch coating, or a cold-applied asphalt mastic

complying with 1, except containing no asbestos fibers.

1. Basis of Design Product: H.B. Tnemecol Series 46-465 as manufactured by Tnemec, Inc., www.tnemec.com, or approved equal.

2. Acceptable Manufacturers: a. BASF (24 g/L).

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT METAL FABRICATION FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 05 50 00-6

b. Chemmasters. c. Euclid Chemical. d. Henry. e. Polyguard. f. W.R. Meadows, Inc.; Sealmatsic Type II (Brush-on/Spray Grade):

www.wrmeadows.com g. Substitutions: See Section 01 60 00 - Product Requirements.

Q. Bond Breaker Tape: Isolate dissimilar metals with Pecora 531 Bond Breaker Tape or equal.

2.3 FABRICATION A. Ferrous Metal Surfaces, General:

1. For metal fabrications exposed to view upon completion of the Work: Provide ferrous metals materials selected for their surface flatness, smoothness, and freedom from surface blemishes.

2. Do not use materials whose exposed surfaces exhibit pitting, seam marks, roller marks, rolled trade names, roughness, and, for steel sheet, variations in flatness exceeding those permitted by reference standards for stretcher-leveled sheet.

B. Preparation Before Fabrication: Remove loose mill scale and rust and remove twists and bends in manners not injurious to materials and finishes.

C. Fabrication: Fabricate and finish metal items in accordance with the Drawings and reviewed shop drawings.

1. Contractor shall verify measurements before fabrication.

2. Galvanize all exterior steel members to comply with 1. Provide minimum 1.7 oz/sq ft galvanized coating.

3. Hot-dip galvanize fabricated ferrous items, indicated as remaining unpainted, after fabrication. Field connections shall be bolted or screwed where possible. Avoid field cutting and welding which damage galvanized coating.

4. Fit and shop assemble items in largest practical sections, for delivery to site.

5. Prepare and reinforce fabrications as required to receive applied items and transport to site. D. Cutting and Fitting: Fabricate with accurate angles and surfaces, true to the required lines and levels

and as required to suit installation conditions.

1. Fabricate items with joints tightly fitted and secured.

2. Grind exposed joints flush and smooth with adjacent finish surface. Make exposed joints butt tight, flush, and hairline. Ease exposed edges to small uniform radius.

3. Punch, drill and reaming in manner to leave clean, true lines and surfaces. a. Oversize hole 1/16 inch by punching, when material thickness is equal to or less than

bolt diameter plus 1/8 inch. b. Sub-punch 1/16 inch smaller than bolt and drill or ream to oversize by 1/16 inch, when

material thickness is thicker than bolt diameter plus 1/8 inch.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT METAL FABRICATION FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 05 50 00-7

4. Gas cutting of non-structural steel items may be acceptable where stress is not transmitted through flame-cut surfaces. a. Make cuts clean and to contour. b. Deduct 1/8 inch from effective width of members cut by torch.

E. Connections, General:

1. Component parts of built-up members shall be well-pinned with closely-fitted contact.

2. Conceal connections where possible.

3. Otherwise, make countersinks for concealment after fabrication, except where noted. F. Bolted and Screwed Connections:

1. Provide holes and connections for work specified in other Sections.

2. Use bolts for field connections only.

3. Provide washers under heads and nuts bearing on wood.

4. Draw all nuts tight and nick threads of permanent connections.

5. Use beveled washers where bearing is on sloped surfaces.

6. Where screws must be used for permanent connections in ferrous metal, use flat head type, countersunk, with screw slots filled and finished smooth and flush.

G. Exposed Mechanical Fastenings: Flush countersunk screws or bolts; unobtrusively located; consistent with design of component, except where specifically noted otherwise.

H. Supply components required for anchorage of fabrications. Fabricate anchors and related components of same material and finish as fabrication, except where specifically noted otherwise.

I. Welding: Conform to 1 recommendations.

1. Do not field weld galvanized components to remain unfinished.

2. Provide continuous welds at welded corners and seams.

3. Grind exposed welds smooth and flush with base material.

4. Re-weld to fill holes. Putties and fillers are not acceptable.

J. Joints on Finished Surfaces: Provide welds ground smooth and filled. K. Joints Exposed to Weather or Water: Fabricate to keep water out, or provide adequate

drainage of water that penetrates. L. Steel Tubing and Piping Fabrication: Unless otherwise indicated, close ends with plate stock so no

exposed ends of tubing and piping. Grind all edges. M. Mechanical Finishes: Complete finishing prior to fabrication wherever possible.

1. After fabrication, finish all joints, bends, abrasions, and other surface blemishes to match finish.

2. Protect finish on exposed surfaces by using temporary protective covering.

N. Coordination: Make provisions to connect metal fabrications with or to receive work specified in other Sections.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT METAL FABRICATION FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 05 50 00-8

2.4 FABRICATED ITEMS A. Rough Hardware

1. Provide bent or otherwise custom fabricated bolts, plates, anchors, hangers, dowels, and other miscellaneous steel and iron shapes as indicated on Drawings.

2. Fabricate items to sizes, shapes, and dimensions required. Provide malleable-iron washers for heads and nuts which bear on wood structural connections; elsewhere, furnish steel washers.

B. Ladders: Steel; in compliance with ANSI A14.3; with mounting brackets and attachments; prime paint finish.

1. Provide roof access ladder, as indicated on Drawings, fabricated of steel bar sides and brackets, mounted to building wall, configured and dimensioned in conformance to OSHA Regulation 1910.27, with round bar stock rungs. a. Hot-dip galvanize ladder all ladder components after fabrication. b. Unless otherwise shown or required by governing authorities, fabricate ladder in

accordance with NAAMM standards and recommended details.

2. Side Rails: 3/8 x 3 inches members with eased edges, spaced at 24 inches.

3. Rungs: one inch diameter solid round bar spaced 12 inches on center. Let rungs into side rails. a. Provide 13 ga. three row non-slip surfaces on top of each rung mechanically

pressure punched/stamped. 1) Basis of Design Product: Buttonhole type as manufactured by McNichols

Company, or approved equal.

4. Space rungs 7 inches from wall surface.

5. Anchor brackets: a. As indicated on Drawings. b. Angle: 3-1/4 by 7-1/4 inch by 2-1/2 inches wide; c. Minimum two per stringer, maximum spacing 60 inches on center and within 24 inches

of unsupported or unanchored ends.

6. Where indicated on Drawings, provide lockable standard door. a. Top of door shall be cover the first rung to minimum 7 feet above finish floor unless

indicated otherwise on Drawings. b. Padlock, OFOI by District.

7. Protective Cage: Cage as detailed for ladders over 20 feet high.

8. Platform: Platform as detailed for ladders over 20 feet high. C. Joist Hangers: Strap anchors, fabricated with sheet steel, 18 gage, 0.0478 inch minimum base metal

thickness; galvanized finish. D. Ledge Angles Not Attached to Structural Framing: For support of joists; prime paint finish.

1. Drill plates to receive anchor bolts and for grouting as required. E. Slotted Channel Framing: Fabricate channels and fittings from structural steel complying with the

referenced standards; factory-applied, rust-inhibiting thermoset acrylic enamel finish.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT METAL FABRICATION FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 05 50 00-9

F. Enclosure Gates

1. Fabricated steel shapes as detailed on Drawings, hot-dipped galvanized finish after fabrication, with galvanized perforated steel panel infill.

2. Steel Face Panels for Gates: a. Corrugated Panels: 18 gage galvanized steel box-rib style decking, 1-1/2 inches deep;

ASC Steel Deck Division of ASC Profiles, Inc.

3. All welded construction.

4. Hardware: Welded on heavy duty butt hinges, minimum 4-hinges per leaf, latch device mounted 40 inches above finish surface and including padlock eye, drop rod with steel pipe receivers cast into concrete at both open and closed positions (both leafs).

5. At Pedestrian Gate: Provide 16 gage steel sheet kick plate on push side of gate up to a minimum of 10 inches above finish surface. a. Connect kick plates with a 16 gage closure placed on top of kick plates; from front to back

plates and side to side. Overlap to outside on top of kick plates a minimum 1/2 inch. Tack or spot weld as required.

b. Kick plate to have drain holes in back face to minimize collection of water in bottom of angle frame.

c. See also Section 32 31 13 - Chain Link Fences and Gates or 32 31 19 - Ornamental Metal Fences and Gates.

G. Other Products and Fabrications

1. Other Products and Fabrications: Provide all materials not specifically described but required for a complete and proper installation, as selected by the Contractor, subject to review and acceptance by Construction Manager and Architect.

2.5 LADDER SAFETY SYSTEMS

A. Fall Arrest Anchor: Comply with 1 and 2 Subpart M.

1. Basis of Design Product: Truss Boss Kit as manufactured by Guardian Fall Protection, or approved equal.

B. Climbing Ladder Fall Arrest System (CLAFS): Comply with 29 CFR 1910.29, 29 CFR 1926.1053, Section 7 of ALI A14.3 and ANSI/ASSP Z359.16; climbing ladder fall arrest system allows worker to climb up and down using both hands; does not require employee continuously, hold, push, or pull any part of system while climbing.

1. Install on new fixed ladders over 24 feet in height.

2. Anchorage: Fixed ladder meeting requirements of 29 CFR 1910.23.

3. Flexible Carrier: Fixed 3/8 inch diameter stainless steel wire rope lifeline with shock absorber and top, bottom and intermediate supports; meeting requirements of ANSI/ASSP Z359.16. a. Provide with stainless steel extension post at top of ladder; meeting requirements of

ANSI/ASSP Z359.16.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT METAL FABRICATION FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 05 50 00-1

4. Fall Arrester: Stainless steel and aluminum automatic pass-through carrier sleeve fall arrester meeting requirements of ANSI/ASSP Z359.15 and ANSI/ASSP Z359.16; compatible with carrier. a. If designed to be removable from carrier, arrester removable only by at least two

deliberate manual action(s) by user. b. Includes an anti-inversion device to prevent installation of carrier sleeve upside down

on carrier. c. Carrier sleeve movement is automatic and does not require continuous manual

intervention during climbing or descending. d. Includes panic grab (secondary locking mechanism) feature.

5. Manufacturers; ANSI/ASSP Z359.16 compliant: a. 3M Personal Safety Division: www.3M.com/FallProtection/#sle. b. MSA Safety Incorporated: www.msasafety.com/#sle. c. Substitutions: See Section 01 60 00 - Product Requirements.

C. Personal Fall Arrest System Components; 29 CFR 1910.140:

1. Body Support: Full body harness meeting requirements of ANSI/ASSP Z359.11; equipped with front or hip D-rings for attachment to climbing ladder fall arrest system.

2. Connecting Means: Connecting hardware, such as a locking carabiner, meeting requirements of ANSI/ASSP Z359.12; compatible with fall arrester and body support harness.

3. Manufacturers: a. Honeywell International, Inc: www.honeywell.com/#sle. b. 3M Personal Safety Division: www.3M.com/FallProtection/#sle. c. MSA Safety Incorporated: www.msasafety.com/#sle. d. Substitutions: See Section 01 60 00 - Product Requirements.

2.6 FINISHES - STEEL

A. Prime paint all steel items. Conform to SSPC Painting Manual. Shop primer paint after fabrication all metal fabrications.

1. Exceptions: Galvanize items to be embedded in concrete.

2. Exceptions: Do not prime surfaces in direct contact with concrete, where field welding is required, and items to be covered with sprayed fireproofing.

3. Exceptions: a. Do not prime stainless steel, plated steel, and anodized aluminum fabrications, unless

specifically noted. b. Do not shop prime galvanized fabrications, unless specifically noted. c. Do not shop prime fabrications for which an entirely field-applied coating system is

indicated.

B. Prepare surfaces to be primed in accordance with minimum SSPC-SP2.

1. Exterior fabrications: Clean in accordance with 1, 2, 8, or 3.

2. Interior fabrications: Clean in accordance with 1, 5, 4, 3, 8, or 2. C. Clean surfaces of rust, scale, grease, and foreign matter prior to finishing. D. Prime Painting: One coat where finish painting is to be applied.

1. Shop Priming: Comply with 1. Coordinate with requirements specified in Section 09 91 23 -

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT METAL FABRICATION FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 05 50 00-2

Interior Painting . a. Coordinate primer with finish paint and coating, as applicable, to provide sound

foundation for field-applied topcoats despite prolonged exposure during construction. 1) Shop primer for ferrous metal at exposed exterior locations: Tnemec 90E-92, ethyl silicate zinc primer, or equal. 2) Tnemec Series V10, or approved equal, modified alkyd rust-inhibitive primer, or manufacturer's or fabricator's standard, fast-curing, lead-free, universal modified alkyd primer, complying with performance requirements of FS TT-P-645.

b. Apply primer immediately following surface preparation. c. Do not prime surfaces to be welded. d. Do not prime surfaces in direct contact bond with concrete or mortar. e. Spray apply shop prime without holidays, drips, runs. f. Provide two coats where product is not to be finish painted or is to be concealed in

completed work. g. Apply an additional coat to corners, welds, edges, and fasteners. h. Allow primer to dry and cure before handling.

E. Shop Painting

1. Shop Painting: Comply with 1. Shop paint fabrications where feasible. a. Apply thermosetting enamel paint, gloss or semi-gloss, of a type and color as

selected and approved by Architect, if not otherwise specified. b. Shop applied finish paint shall be baked to set and cure. c. Allow finish paint to thoroughly dry and cure before handling.

2. Steel Embedded in Concrete: Coat concealed faces with bituminous coating.

3. Galvanized Pre-Treatment: Where zinc-coated surfaces are specified to be shop primed, chemically treat surfaces to provide bond for paint before applying primer.

F. Galvanizing of Non-structural Items: Galvanize after fabrication to ASTM A123/A123M requirements.

2.7 FABRICATION TOLERANCES

A. Squareness: 1/8 inch maximum difference in diagonal measurements.

B. Maximum Offset Between Faces: 1/16 inch. C. Maximum Misalignment of Adjacent Members: 1/16 inch. D. Maximum Bow: 1/8 inch in 48 inches.

E. Maximum Deviation From Plane: 1/16 inch in 48 inches.

PART 3 EXECUTION

3.1 EXAMINATION

A. Verify that field conditions are acceptable and are ready to receive work. B. Confirm that the ladder structure to which the ladder safety system is installed is capable of

withstanding the loads applied by the system in the event of a fall.

3.2 PREPARATION A. Obtain Architect's review prior to site cutting or making adjustments not indicated on

Drawings and reviewed shop drawings.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT METAL FABRICATION FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 05 50 00-3

B. Clean and strip primed steel items to bare metal where site welding is required.

C. Supply setting templates to the appropriate entities for steel items required to be cast into concrete or embedded in masonry.

D. Make provision for erection loads with temporary bracing. Keep work in alignment. E. Clean and prime field welds. Touch up galvanized steel with cold galvanizing compound.

3.3 INSTALLATION

A. Install items plumb and level, accurately fitted, free from distortion or defects. B. Install ladder safety system in accordance with manufacturer's instructions. C. Provide for erection loads, and for sufficient temporary bracing to maintain true alignment until

completion of erection and installation of permanent attachments. D. Field weld components as indicated on drawings.

E. Perform field welding in accordance with AWS D1.1/D1.1M. F. Obtain approval prior to site cutting or making adjustments not scheduled. G. After erection, prime welds, abrasions, and surfaces not shop primed or galvanized, except

surfaces to be in contact with concrete.

3.4 TOLERANCES

A. Maximum Variation From Plumb: 1/4 inch per story, non-cumulative. B. Maximum Offset From True Alignment: 1/4 inch. C. Maximum Out-of-Position: 1/4 inch.

3.5 CLEANING AND TOUCH-UP

A. Cleaning: Perform initial cleaning immediately after completion of installation. Prepare surfaces for finish painting.

B. Galvanizing Touch-Up: Touch up galvanizing immediately after installation, including field welding.

C. Prepare surface and apply cold galvanizing compound in compliance with 1 and the manufacturer's instructions and recommendations.

D. Primer Paint Touch-Up: Touch up shop paint immediately after erection. Use products compliant with Section(s) 09 91 13 - Exterior Painting and 09 91 23 - Interior Painting.

1. Clean exposed areas of rust, field welds, bolted joints, and areas where primer is damaged by 1 hand tool cleaning or 2 power-tool cleaning.

2. Paint with SSPC-Paint 15 (interior) or SSPC-Paint 20 (exterior) compliant material used for shop painting, minimum 3 mils dry film thickness.

END OF SECTION 055000

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT BUILT UP ASPHALT ROOFING COLD APPLIED FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 07 51 13.13-1

SECTION 075113.13 - BUILT-UP ASPHALT ROOFING, COLD-APPLIED

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes:

1. Roof repairs and new flashings including:

a. Substrate board.

b. Roofing membrane ply sheets.

c. Roof surfacing consisting of aluminized coating.

d. Liquid applied flashings.

e. Walkway material.

1.2 DEFINITIONS

A. Roofing Terminology: Refer to ASTM D 1079 "Standard Terminology Relating to Roofing and Waterproofing" and glossary in applicable edition of NRCA's "The NRCA Roofing Manual: Membrane Roof Systems" for definition of terms related to roofing work in this Section.

1.3 PREINSTALLATION MEETINGS

A. Preinstallation Roofing Conference: Conduct conference at Project site.

1. Meet with Owner, Architect, roofing Installer, roofing manufacturer's representative, deck Installer, and installers whose work interfaces with or affects roofing, including installers of roof accessories and roof-mounted equipment.

2. Review drawings and specifications.

3. Review methods and procedures related to roofing installation, including manufacturer's written instructions.

4. Review and finalize construction schedule and verify availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays.

5. Examine substrate conditions and finishes for compliance with requirements, including flatness and fastening.

6. Review structural loading limitations of roof deck during and after roofing.

7. Review base flashings, special roofing details, roof drainage, roof penetrations, equipment curbs, and condition of other construction that will affect roofing.

8. Review temporary protection requirements for roofing during and after installation.

9. Review roof observation and repair procedures after roofing installation.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT BUILT UP ASPHALT ROOFING COLD APPLIED FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 07 51 13.13-2

1.4 ACTION SUBMITTALS

A. Product Data: For each type of product indicated.

B. Samples for Verification: For the following products:

1. Sheet roofing materials.

1.5 INFORMATIONAL SUBMITTALS

A. Qualification Data: For Installer, Manufacturer, and Roofing Inspector.

1. Include letter from Manufacturer written for this Project indicating approval of Installer.

B. Contractor's Product Certificate: Submit certificate, indicating products intended for Work of this Section, including product names and numbers and manufacturers' names, with statement indicating that products to be provided meet the requirements of the Contract Documents.

C. Manufacturer Certificates: Signed by roofing manufacturer certifying that built-up roofing complies with requirements specified in "Performance Requirements" Article.

1. Product Compatibility: Indicate manufacturer has verified compatibility of roofing system components, including but not limited to: Roofing membrane, flashing sheets, adhesives, and sealants.

D. Product Test Reports: Based on evaluation of comprehensive tests performed by manufacturer and witnessed by a qualified testing agency, for components of built-up roofing.

E. Field Quality Control Reports: Reports of Roofing Inspector. Include weather conditions, description of work performed, tests performed, defective work observed, and Contractor's corrective actions taken to correct defective work.

1. Submit reports within 24 hours after inspection

1.6 CLOSEOUT SUBMITTALS

A. Maintenance Data: To include in maintenance manuals.

B. Warranties: Executed copies of warranties.

1.7 QUALITY ASSURANCE

A. Installer Qualifications: An employer of workers trained and certified by manufacturer, including a full-time on-site supervisor with a minimum of five years' experience installing similar work, able to communicate verbally with Contractor, Architect, and employees, and qualified by the manufacturer to furnish warranty of type specified.

B. Manufacturer Qualifications: Approved manufacturer with UL listed roofing systems comparable to those specified for this Project, with minimum five years' experience in manufacture of comparable products in successful use in similar applications, and able to furnish warranty with provisions matching specified requirements.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT BUILT UP ASPHALT ROOFING COLD APPLIED FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 07 51 13.13-3

C. Approval of Comparable Products: Submit the following in accordance with project substitution requirements, within time allowed for substitution review:

1. Product data, including certified independent test data indicating compliance with requirements.

2. Samples of each component.

D. Roofing Inspector Qualifications: A technical representative of manufacturer, not engaged in the sale of products, and experienced in the installation and maintenance of the specified roofing system, qualified to perform roofing observation and inspection specified in Field Quality Control Article to determine Installer's compliance with the requirements of this Project, and approved by the manufacturer to issue warranty certification. The Roofing Inspector shall be one of the following:

1. An authorized full-time technical employee of the manufacturer.

2. An independent party certified as a Registered Roof Observer by the International Institute of Building Enclosure Consultants (formerly the Roof Consultants Institute) retained by the Contractor or the Manufacturer and approved by the Manufacturer.

E. Manufacturer's Installation Instructions: Obtain and maintain on-site manufacturer's written recommendations and instructions for installation of products.

1.8 DELIVERY, STORAGE, AND HANDLING

A. Deliver roofing materials to Project site in original containers with seals unbroken and labeled with manufacturer's name, product brand name and type, date of manufacture, approval or listing agency markings, and directions for storing and mixing with other components.

B. Store liquid materials in their original undamaged containers in a clean, dry, protected location and within the temperature range required by roofing manufacturer. Protect stored liquid material from direct sunlight.

1. Discard and legally dispose of liquid material that cannot be applied within its stated shelf life.

C. Protect roof insulation materials from physical damage and from deterioration by sunlight, moisture, soiling, and other sources. Store in a dry location. Comply with insulation manufacturer's written instructions for handling, storing, and protecting during installation.

D. Handle and store roofing materials and place equipment in a manner to avoid permanent deflection of deck.

1.9 PROJECT / FIELD CONDITIONS

A. Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit roofing to be installed according to manufacturer's written instructions and warranty requirements.

B. Daily Protection: Coordinate installation of roofing so insulation and other components of roofing system not permanently exposed are not subjected to precipitation or left uncovered at the end of the workday or when rain is forecast.

1. Provide tie-offs at end of each day's work to cover exposed roofing and insulation with a course of roofing sheet securely in place with joints and edges sealed.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT BUILT UP ASPHALT ROOFING COLD APPLIED FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 07 51 13.13-4

2. Complete terminations and base flashings and provide temporary seals to prevent water from entering completed sections of roofing.

3. Remove temporary plugs from roof drains at end of each day.

4. Remove and discard temporary seals before beginning work on adjoining roofing.

1.10 WARRANTY

A. Installer Warranty: Installer's warranty signed by Installer, as follows.

1. Form of Warranty: Form acceptable to Roofing Manufacturer and Owner.

2. Scope of Warranty: Work of this Section.

3. Warranty Period: 2 years from date of completion.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Basis of Design: The repairs products specified in this Section is based upon products of Tremco, Incorporated.

B. Source Limitations: Obtain components for roofing system from same manufacturer as membrane roofing or manufacturer approved by membrane roofing manufacturer.

2.2 PERFORMANCE REQUIREMENTS

A. General Performance: Roofing shall withstand exposure to weather without failure or leaks due to defective manufacture or installation.

1. Accelerated Weathering: Roofing system shall withstand 2000 hours of exposure when tested according to ASTM G 152, ASTM G 154, or ASTM G 155.

2. Impact Resistance: Roof membrane shall resist impact damage when tested according to ASTM D3746/D3746M, ASTM D4272/D4272M, or the "Resistance to Foot Traffic Test" in FM Approvals 4470.

B. Flashings and Fastening: Provide base flashings, perimeter flashings, detail flashings and component materials and installation techniques that comply with requirements and recommendations of the following:

1. NRCA Roofing Manual (Sixth Edition) for construction details and recommendations.

2. SMACNA Architectural Sheet Metal Manual (Seventh Edition) for construction details.

C. Exterior Fire-Test Exposure: ASTM E 108, Class A; for application and roof slopes indicated, as determined by testing identical membrane roofing materials by a qualified testing agency. Materials shall be identified with appropriate markings of applicable testing agency.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT BUILT UP ASPHALT ROOFING COLD APPLIED FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 07 51 13.13-5

D. Fire-Resistance Ratings: Where indicated, provide fire-resistance-rated roof assemblies identical to those of assemblies tested for fire resistance per ASTM E 119 by a qualified testing agency. Identify products with appropriate markings of applicable testing agency.

1. Indicate design designations from UL's "Fire Resistance Directory" or from the listings of another qualified testing agency.

2.3 MATERIALS, GENERAL

A. Material Compatibility: Roofing materials shall be compatible with one another and adjacent materials under conditions of service and application required, as demonstrated by roof membrane manufacturer based on testing and field experience.

2.4 ROOFING MEMBRANE MATERIALS

A. Base Sheet:

1. SBS-modified asphalt coated composite polyester / fiberglass/fiberglass mat reinforced high tensile strength base sheet, ASTM D4601 Type II.

a. Tensile Strength at 77 deg. F (25 deg. C), minimum, ASTM D5147: Machine direction, 165 lbf/in (725 N); Cross machine direction, 150 lbf/in (660 N).

b. Tear Strength at 77 deg. F (25 deg. C), minimum, ASTM D5147: Machine direction, 260 lbf (1150 N); Cross machine direction, 230 lbf (1120 N).

c. Thickness, minimum, ASTM D5147: 0.060 inch (1.5 mm).

B. Ply Sheets:

1. Polyester fabric reinforcing mat, 80 percent recycled content, infused with curing accelerant activated when installed in conjunction with specially formulated adhesive.

a. Breaking Strength, minimum, ASTM D5034: Machine direction, 65 lbf/in (11 kN/m); Cross machine direction, 85 lbf/in (14 kN/m).

b. Elongation, ASTM D5034: Machine direction, 24 percent; Cross machine direction, 95 percent.

c. Weight, ASTM D3776: 2.5 lb/100 sq. ft. (120 g/m2).

d. Thickness, minimum, ASTM D1777: 0.025 inch (0.63 mm).

e. Recycled Content, post-consumer: 83 percent.

C. Membrane Flashing Backer Sheet:

1. SBS-modified asphalt coated composite polyester / fiberglass/fiberglass mat reinforced high tensile strength base sheet, ASTM D4601 Type II.

a. Tensile Strength at 77 deg. F (25 deg. C), minimum, ASTM D5147: Machine direction, 165 lbf/in (725 N); Cross machine direction, 150 lbf/in (660 N).

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT BUILT UP ASPHALT ROOFING COLD APPLIED FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 07 51 13.13-6

b. Tear Strength at 77 deg. F (25 deg. C), minimum, ASTM D5147: Machine direction, 260 lbf (1150 N); Cross machine direction, 230 lbf (1120 N).

c. Thickness, minimum, ASTM D5147: 0.060 inch (1.5 mm).

D. Membrane Flashing Sheet:

1. Polyester fabric reinforcing mat, 80 percent recycled content, infused with curing accelerant activated when installed in conjunction with specially formulated adhesive.

a. Breaking Strength, minimum, ASTM D5034: Machine direction, 65 lbf/in (11 kN/m); Cross machine direction, 85 lbf/in (14 kN/m).

b. Elongation, ASTM D5034: Machine direction, 24 percent; Cross machine direction, 95 percent.

c. Weight, ASTM D3776: 2.5 lb/100 sq. ft. (120 g/m2).

d. Thickness, minimum, ASTM D1777: 0.025 inch (0.63 mm).

e. Recycled Content, post-consumer: 83 percent.

E. Fluid-Applied Flashing System Materials:

1. Polyurethane roof coating system base coat, bio-based, low-odor low-VOC two-part, for use with a compatible top coat.

a. Combustion Characteristics, UL 790: Maintains combustion characteristics of existing roof system.

b. Volatile Organic Compounds (VOC), maximum, ASTM D3960: 1 g/L.

c. Accelerated Weathering, 5000 hours, ASTM G154: Pass.

d. Hardness, Shore A, minimum, ASTM D2240: 80.

e. Solids, by volume, ASTM D2697: 100 percent.

f. Bio-Based Content, Minimum: 70 percent.

g. Minimum Thickness, Base Coat: 64 mils wet.

2. Polyurethane roof coating system top coat, bio-based low-odor low-VOC two-part, for application over compatible base coat.

a. Combustion Characteristics, UL790: Maintains combustion characteristics of existing roof system.

b. Volatile Organic Compounds (VOC), maximum, ASTM D3960: 6 g/L.

c. Solar Reflectance Index (SRI), ASTM E1980: For white, not less than 103.

d. Accelerated Weathering, 5000 hours, ASTM G 154: Pass.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT BUILT UP ASPHALT ROOFING COLD APPLIED FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 07 51 13.13-7

e. Hardness, Shore A, minimum, ASTM D2240: 81.

f. Solids, by volume, ASTM D2697: 100 percent.

g. Bio-Based Content, Minimum: 60 percent.

h. Minimum Thickness, reinforced system: 32 mils (0.81 mm) wet.

3. Polyester Reinforcing and Protection Fabric: 100 percent stitch-bonded mildew-resistant polyester fabric intended for reinforcement of compatible fluid-applied membranes and flashings.

a. Tensile Strength, Minimum, ASTM D1682: 50 lbf (23 kg) avg..

b. Elongation, Minimum, ASTM D1682: 60 percent.

c. Tear Strength, Minimum, ASTM D1117: 16 lbf (7.3 kg) avg..

d. Weight: 3 oz./sq. yd (102 g/sq. m).

2.5 COLD-APPLIED ADHESIVE MATERIALS

A. General: Adhesive and sealant materials recommended by roofing manufacturer for intended use and compatible with built-up roofing.

1. Liquid-type auxiliary materials shall comply with VOC limits of authorities having jurisdiction.

B. Asphalt Primer:

1. Asphalt primer, water-based, polymer modified.

a. Volatile Organic Compounds (VOC), maximum, ASTM D3960: 2 g/L.

b. Colour: Brown/black.

C. Base Sheet and Backer Sheet Adhesive:

1. Cold-applied bio-based low odor urethane roofing adhesive, two-part, USDA BioPreferred, formulated for compatibility and use with specified roofing membranes and flashings.

a. Volatile Organic Compounds (VOC), maximum, ASTM D3690: 0 g/L.

b. Low Temperature Flexibility, ASTM D2240: Pass at -30 deg F (-34 deg C).

c. Solids, by Volume, ASTM D2697: 100 percent.

d. Biobase Content, Minimum, ASTM D6866: 70 percent.

D. Ply Sheet and Flashing Sheet Adhesive:

1. Cold-Applied Rubberized Surfacer for Bituminous Roofing: Neoprene-modified water-based low VOC low odor asphalt emulsion surfacer formulated for use over new smooth surfaced bituminous roofing.

a. Volatile Organic Compounds (VOC), maximum, ASTM D3960: 25 g/L.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT BUILT UP ASPHALT ROOFING COLD APPLIED FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 07 51 13.13-8

b. Elongation, ASTM D412: 100 percent.

2.6 AUXILIARY BUILT-UP ROOFING MATERIALS

A. General: Auxiliary materials recommended by roofing system manufacturer for intended use and compatible with roofing membrane.

B. Stripping Reinforcing Fabric:

1. Polyester fabric reinforcing mat, 80 percent recycled content, infused with curing accelerant activated when installed in conjunction with specially formulated adhesive.

a. Breaking Strength, minimum, ASTM D5034: Machine direction, 65 lbf/in (11 kN/m); Cross machine direction, 85 lbf/in (14 kN/m).

b. Elongation, ASTM D5034: Machine direction, 24 percent; Cross machine direction, 95 percent.

c. Weight, ASTM D3776: 2.5 lb/100 sq. ft. (120 g/m2).

d. Thickness, minimum, ASTM D1777: 0.025 inch (0.63 mm).

e. Recycled Content, post-consumer: 83 percent.

C. Asphalt Roofing Cement / Mastic:

1. Seam Sealer and Patching Sealer: Acrylic elastomeric sealer, single-component, high solids, low-VOC, formulated for compatibility and use with specified roofing and wall substrates.

a. Volatile Organic Compounds (VOC), maximum, ASTM D3960: 50 g/L.

b. Tensile Strength, minimum, ASTM D412: 450 psi (3100 kPa).

c. Hardness, Shore A: 45.

d. Elongation, minimum, ASTM D412: 300 percent.

e. Impact Resistance, minimum: 160 in/lb (18 kN/m).

D. Joint Sealant: Elastomeric joint sealant compatible with roofing materials, with movement capability appropriate for application.

1. Joint Sealant, Polyurethane: ASTM C920, Type S, Grade NS, Class 50 single-component moisture curing sealant, formulated for compatibility and use in dynamic and static joints; paintable.

a. Volatile Organic Compounds (VOC), maximum, ASTM D3960: 40 g/L.

b. Hardness, Shore A, ASTM C661: 40.

c. Adhesion to Concrete, ASTM C794: 35 pli.

d. Tensile Strength, ASTM D412: 350 psi (2410 kPa).

e. Color: Aluminum Stone.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT BUILT UP ASPHALT ROOFING COLD APPLIED FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 07 51 13.13-9

E. Fasteners: Factory-coated steel fasteners and metal plates complying with corrosion-resistance provisions in FM Approvals 4470, designed for fastening built-up roofing components to substrate, tested by manufacturer for required pullout strength, and acceptable to roofing manufacturer.

F. Metal Flashing Sheet: 22 gauge skirt metal.

G. Miscellaneous Accessories: Provide miscellaneous accessories recommended by built-up roofing manufacturer.

2.7 SUBSTRATE BOARDS

A. Substrate / Thermal Protection Board:

1. Gypsum panel, glass-mat-faced, primed, ASTM C1177/C1177M.

2. Board Insulation, Polyisocyanurate: CFC- and HCFC- free, with recycled content glass-fiber mat facer on both major surfaces, ASTM C1289 Type II Class 1.

a. Compressive Strength, ASTM D1621: Grade 2: 20 psi (138 kPa).

b. Conditioned Thermal Resistance at 75 deg. F (24 deg. C): 14.4 at 2.5 inches (50.8 mm) thick.

B. Fasteners: Factory-coated steel fasteners and metal plates complying with corrosion-resistance provisions in FM Global 4470, designed for fastening substrate board to roof deck.

2.8 ROOF INSULATION ACCESSORIES

A. Insulation Adhesive:

1. Urethane adhesive, bead-applied, low-rise two-component solvent-free low odor, formulated to adhere roof insulation to substrate.

a. Flame Spread Index, ASTM E84: 10.

b. Smoke Developed Index, ASTM E84: 30.

c. Volatile Organic Compounds (VOC), maximum, ASTM D3960: 0 g/L.

d. Tensile Strength, minimum, ASTM D412: 250 psi (1720 kPa).

e. Peel Adhesion, minimum, ASTM D903: 17 lbf/in (2.50 kN/m).

f. Flexibility, 70 deg. F (39 deg. C), ASTM D816: Pass.

B. Insulation Cant Strips: ASTM C 208, Type II, Grade 1, cellulosic-fiber insulation board.

2.9 SURFACING

A. Aluminized Coating Material:

1. Cold-Applied Reflective Aluminum Roof Coating: ASTM D2824 Type III metallic-pigmented, fibrated asphalt-based roof coating.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT BUILT UP ASPHALT ROOFING COLD APPLIED FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 07 51 13.13-10

2.10 WALKWAYS

A. Walkway Material:

1. Walkway pads, ceramic-granule-surfaced reinforced asphaltic composition slip-resisting pads, manufactured as a traffic pad for foot traffic, 1/2 inch (13 mm) thick minimum.

a. Flexural Strength at max. load, minimum, ASTM C203: 218 psi (1.5 kPa).

b. Granule adhesion (weight loss), maximum, ASTM D4977: 1.1 gram.

c. Impact Resistance at 77 deg. F (25 deg. C), ASTM D3746: No Damage to Roof.

d. Pad Size: 36 by 48 inch (914 by 1220 mm).

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine substrates, areas, and conditions, with Installer present, for compliance with the following requirements and other conditions affecting performance of roofing system:

1. erify that roof openings and penetrations are in place and curbs are set and braced and that roof drain bodies are securely clamped in place.

2. Verify that, blocking, curbs, and nailers are securely anchored to roof deck at penetrations and terminations and that nailers match thicknesses of insulation. wood cants

3. Verify that existing substrate is sound and dry.

B. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2 PREPARATION

A. Clean substrate of dust, debris, moisture, and other substances detrimental to roofing installation according to roofing manufacturer's written instructions. Remove sharp projections.

B. Prevent materials from entering and clogging roof drains and conductors and from spilling or migrating onto surfaces of other construction. Remove roof-drain plugs when no work is taking place or when rain is forecast.

3.3 INSTALLATION, GENERAL

A. Install roofing system in accordance with manufacturer’s written instructions, approved shop drawings, and Contract Documents.

B. Install roof membrane and auxiliary materials to tie in to existing roofing to maintain weathertightness of transition.

3.4 ROOFING INSTALLATION DETAILS

A. NRCA Installation Details: Install roofing system in accordance with applicable NRCA Manual Plates and NRCA recommendations; modify as required to comply with manufacturer's approved details.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT BUILT UP ASPHALT ROOFING COLD APPLIED FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 07 51 13.13-11

3.5 SUBSTRATE BOARD INSTALLATION

A. Install substrate boards in gaps between decking and existing roofing. Match height of existing roofing.

3.6 COLD-APPLIED BUILT-UP ROOFING INSTALLATION, GENERAL

A. Start installation of built-up roofing in presence of manufacturer's technical personnel.

B. Cooperate with testing agencies and personnel engaged or required to perform services for installing roofing.

C. Coordinate installation of roofing system so insulation and other components of the roofing membrane system not permanently exposed are not subjected to precipitation or left uncovered at the end of the workday or when rain is forecast.

1. Provide tie-offs at end of each day's work configured as recommended by NRCA Roofing Manual Appendix: Quality Control Guidelines - Insulation to protect new and existing roofing.

2. Complete terminations and base flashings and provide temporary seals to prevent water from entering completed sections of roofing.

3. Remove temporary plugs from roof drains at end of each day.

4. Remove and discard temporary seals before beginning work on adjoining roofing.

D. Substrate-Joint Penetrations: Prevent roofing asphalt and adhesives from penetrating substrate joints, entering building, or damaging built-up roofing components or adjacent building construction.

3.7 ROOFING MEMBRANE INSTALLATION

A. Install lapped base sheet according to roofing manufacturer's written instructions, starting at low point of roofing system. Extend roofing membrane sheets over and terminate beyond cants, installing as follows:

1. Adhere to substrate in cold-applied adhesive.

B. Ply Sheets: Install three ply sheets starting at low point of roofing. Align ply sheets without stretching. Shingle side laps of ply sheets uniformly to achieve required number of plies throughout thickness of roofing membrane. Shingle in direction to shed water. Extend 12”, 18”, and 24” onto the existing roof system.

1. Embed each ply sheet in cold-applied membrane adhesive applied at rate required by roofing manufacturer, to form a uniform membrane without ply sheets touching.

3.8 FLASHING AND STRIPPING INSTALLATION

A. Install base flashing over cant strips and other sloping and vertical surfaces, at roof edges, and at penetrations through roof, and secure to substrates according to built-up roofing manufacturer's written instructions and as follows:

1. Backer Sheet Application: Adhere backer sheet to substrate in cold-applied flashing sheet adhesive.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT BUILT UP ASPHALT ROOFING COLD APPLIED FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 07 51 13.13-12

2. Flashing Sheet Application: Adhere flashing sheet to substrate in cold-applied adhesive. Apply cold-applied flashing sheet adhesive to back of flashing sheet if recommended by roofing manufacturer. Mechanically fasten top of base flashing securely at terminations and perimeter of roofing.

a. Flashing Sheet Top Termination: Mechanically fasten top of base flashing securely at terminations and perimeter of roofing.

1) Seal top termination of base flashing with a metal termination bar or skirt metal counterflashing.

3. Fluid-Applied Flashing Application: Apply base coat with embedded fabric reinforcement and top coat at penetrations and concrete curbs in accordance with manufacturer's written instructions.

a. Apply base coat to achieve minimum wet mil coating thickness indicated in Part 2 product listing, unless greater thickness is recommended by manufacturer.

b. Apply top coat over flashing base coat and spread coating evenly to achieve minimum wet mil coating thickness indicated in Part 2 product listing, unless greater thickness is recommended by manufacturer.

B. Install stripping, according to roofing manufacturer's written instructions, where metal flanges and edgings are set on built-up roofing.

3.9 SURFACING AND COATING INSTALLATION

A. Aluminized Coating: Apply coating to new roofing membrane and base flashings, with number of coats, thickness of application, and application method as recommended in writing by coating manufacturer.

3.10 WALKWAY INSTALLATION

A. Walkways, General: Install walkways according to roofing manufacturer's written instructions.

1. Install walkways at following locations:

a. Perimeter of each new rooftop unit.

B. Walkway Pads: Install walkway pads according to walkway pad manufacturer's written instructions.

1. Set walkway pads in cold-applied adhesive.

3.11 FIELD QUALITY CONTROL

A. Final Roof Inspection: Arrange for roofing system manufacturer's technical personnel to inspect roofing installation at commencement and upon completion.

1. Notify Owner 48 hours in advance of date and time of inspection.

B. Repair or remove and replace components of built-up roofing where test results or inspections indicate that they do not comply with specified requirements.

1. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT BUILT UP ASPHALT ROOFING COLD APPLIED FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 07 51 13.13-13

3.12 PROTECTING AND CLEANING

A. Protect built-up roofing from damage and wear during remainder of construction period. When remaining construction will not affect or endanger roofing, inspect roofing for deterioration and damage, describing its nature and extent in a written report, with copies to Architect and Owner.

B. Correct deficiencies in or remove built-up roofing that does not comply with requirements, repair substrates, and repair or reinstall roofing to a condition free of damage and deterioration at time of Substantial Completion and according to warranty requirements.

C. Clean overspray and spillage from adjacent construction using cleaning agents and procedures recommended by manufacturer of affected construction.

END OF SECTION 075113.13

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT FOODSERVICE EQUIPMENT FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 11 40 00-1

SECTION 11 40 00 FOODSERVICE EQUIPMENT

PART 1 - GENERAL

1.01 SUMMARY A. Foodservice Equipment, including storage, preparation and serving equipment, as indicated on the

Foodservice Equipment drawings and in ARTICLE 3.06 - EQUIPMENT SCHEDULE, herein. The Foodservice Equipment drawings form part of these specifications.

B. Stainless steel fabrications, including countertops, cabinetry and corner guards C. Plumbing, including faucets, drains and fittings for sinks built into Foodservice Equipment D. Walk-In Cooler and Freezer

1.02 RELATED SECTIONS A. Division 1 Section - Product Requirements: Conditions for acceptance of products by manufacturers and

for substitutions. Unless specifically noted, no substitutions will be considered.

B. Division 1 Section - Warranty C. Division 3 Section - Cast-In-Place Concrete: Concrete curbs, pads and depressions D. Division 5 Section - Metal Fabrications: Metal supports and anchors to concrete and masonry

E. Division 7 Section - Joint Sealers/Sealants: Joint sealing for weather tightness, waterproofing and acoustical seals

F. Divisions 22 & 23 Section - Basic Mechanical Requirements: General requirements, in addition to those specified, as applicable to plumbing, fire protection and ventilating work associated with foodservice equipment

G. Divisions 22 & 23 Section - Supports, Anchors and Seals: General requirements for supports and anchors for pipe and duct systems for foodservice equipment

H. Division 26 Section - Basic Electrical Requirements: General requirements, in addition to those specified, as applicable to electrical work associated with foodservice equipment

1.03 REFERENCE STANDARDS A. ASME BPVC-IV - Boiler and Pressure Vessel Code, Section IV - Rules for Construction of Heating Boilers;

2015.

B. ASTM A1011/A1011M - Standard Specification for Steel, Sheet and Strip, Hot-Rolled, Carbon, Structural, High-Strength Low-Alloy, High-Strength Low-Alloy with Improved Formability, and Ultra-High Strength; 2016.

C. ASTM A554 - Standard Specification for Welded Stainless Steel Mechanical Tubing; 2015.

D. ASTM A653/A653M - Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process; 2016.

E. ASTM A666 - Standard Specification for Annealed or Cold-Worked Austenitic Stainless Steel Sheet, Strip, Plate, and Flat Bar; 2016.

F. ASTM A924/A924M - Standard Specification for General Requirements for Sheet Steel, Metallic-Coated by the Hot-Dip Process; 2016.

G. ASTM B209 - Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate; 2016. H. ASTM B221 - Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire,

Profiles, and Tubes; 2016.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT FOODSERVICE EQUIPMENT FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 11 40 00-2

I. ASTM C920 - Standard Specification for Elastomeric Joint Sealants; 2016. J. NFPA 54 - National Fuel Gas Code; 2016. K. NFPA 70 - National Electrical Code; Most Recent Edition Adopted by Authority Having Jurisdiction,

Including All Applicable Amendments and Supplements.

M. NHLA G-101 - Rules for the Measurement & Inspection of Hardwood & Cypress; 2016. N. NSF 2 - Food Equipment; 2016.

O. NSF 51 - Plastic Materials and Components Used in Food Equipment; 2016. P. NSF 7 - Commercial Refrigerators and Freezers; 2016.

1.04 SUBMITTALS A. General: The Foodservice Design Consultant’s design documents are not acceptable as submittal set.

1. Submit electronic version of each Drawing document. Prepare drawings at the following minimum scales: a. Plans 1/4-inches = 1-foot-0-inches b. Elevations 1/2-inches = 1-foot-0-inches c. Sections 1/2-inches = 1-foot-0-inches

2. Submit electronic set of Product Data.

3. Forward complete submittal package to expedite review and avoid construction delay. Incomplete submittals will not be reviewed.

4. After return of reviewed submittal, make revisions as necessary and resubmit as required.

5. Submit certification of operational tests per PART 3.2 - FIELD QUALITY CONTROL, herein. B. Drawings:

1. Submit dimensioned rough-in drawings of the project site showing Plumbing, HVAC and Electrical Service requirements. Drawings to indicate rough-in data for services based on specified equipment. Provide final exact locations, dimensions and characteristics of service and connections to suit requirements of Foodservice Equipment to be provided.

2. Submit dimensioned fabrication drawings for custom fabricated equipment including plans, elevations, and sections, showing materials and gauges used.

3. Wiring Diagrams: Submit details of wiring for power and control systems; differentiate between Manufacturer Installed wiring and Field Installed wiring.

C. Product Data:

1. Cover Sheet: The Cover Sheet must contain the following information to be valid and complete: a. Item number b. Manufacturer c. Model number d. Quantity e. Performance data f. Construction methods and materials g. Furnished accessories h. Installation methods and instructions, including curbs, legs, casters, etc. i. Power and fuel requirements with BTU ratings j. Water and drainage requirements, including required PSI k. Service connection requirements

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT FOODSERVICE EQUIPMENT FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 11 40 00-3

l. Exterior finishes m. Coordination notes to the Contractors not within the FSEC’s scope of work

2. Cut Sheets: A catalog Cut Sheet or brochure of all stock manufactured equipment (buy-outs) shall be collated with the aforementioned cover sheets. a. Cut Sheet shall be an original or first generation copy. b. Fax copies will not be accepted. c. If a Cut Sheet or brochure is not obtainable for a specific buy-out item, insert a filler sheet with

all required information in typewritten form.

3. Maintenance Data: Provide operation manuals and maintenance data for Foodservice Equipment for inclusion in the Operation and Maintenance Manual.

4. For District Furnished Equipment: The Contractor shall be responsible for providing the operation manuals and maintenance data. The Contractor shall coordinate with the District who will receive District Furnished Equipment.

D. Samples: Submit 8-inch squares of materials and 12-inch lengths of running members and trim for all exposed finishes, and for custom fabricated equipment.

1.05 QUALITY ASSURANCE A. Manufacturers' Qualifications: Firms shall have been regularly engaged in the manufacture of

Foodservice Equipment of the types, capacities, and sizes required, whose products have been in satisfactory use in similar service for no fewer than five (5) projects.

B. Installer's Qualifications: Installer shall have completed no fewer than five (5) Foodservice Installations similar in material, design, and extent to that indicated for this Project, which have resulted in satisfactory in-service performance.

C. Codes and Standards:

1. NSF Standards: Comply with applicable National Sanitation Foundation (NSF) standards and recommended criteria including NSF 2 and NSF 7. Provide each principal item of Foodservice Equipment with a NSF Seal of Approval.

2. UL Labels: Provide Underwriters Laboratories, Inc. (UL) labels on prime electrical components of Foodservice Equipment. Provide UL "recognized marking" on other items with electrical components, signifying listing by UL, where available.

3. ANSI Standards: Comply with applicable American National Standards Institute (ANSI) standards for electric-powered and gas-burning appliances, for piping to compressed-gas cylinders, and for plumbing fittings including vacuum breakers and air gaps to prevent siphonage in water piping.

4. NFPA Codes: Install Foodservice Equipment in accordance with the following National Fire Protection Association (NFPA) codes: a. NFPA 54 - National Fuel Gas Code. b. NFPA 70 - National Electrical Code current adopted edition with State amendments. c. NFPA 96 - Removal of Smoke and Grease-Laden Vapors from Commercial Cooking Equipment.

5. ASME Boiler Code: Construct steam-generating and closed steam-heating equipment to comply with American Society of Mechanical Engineers (ASME BPVC-IV) Boiler and Pressure Vessel Code; Section IV for units not exceeding 15 psi or 250 degrees F, or Section I for higher pressure/temperature units.

6. Refrigeration: Use current refrigeration on all self-contained and remote refrigerated items including, but not limited to ice machines, refrigerators and freezers. The refrigerant shall be current, new (not recycled), and readily available for a minimum of ten (10) years. For further clarification refer to PART 2.6 - REFRIGERATION EQUIPMENT, herein.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT FOODSERVICE EQUIPMENT FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 11 40 00-4

7. Accessibility a. Where provided, check-out aisles, sales counters, food service lines, queues, and waiting lines

shall comply with CBC Section 11B-227 and 11B-904. b. Foodservice aisles shall be a minimum of 36 inches wide. c. The top of tray slides shall be 28 inches minimum and 34 inches maximum above the finish floor

or ground. d. Foodservice equipment required to be accessible shall conform to all reach requirements in CBC

Figures 11B-308.2.1 - 11B-308.3.2 (CBC Section11B-308).

8. Space and elements within foodservice employee work areas shall meet the requirements of CBC Section 11B-203.9.

9. Lockers shall have latch and locking hardware that does not require tight grasping, tight pinching, or twisting of the wrist to operate. Provide shelf and pole at 48” max AFF and lower shelf at 15” min AFF (Reach requirements). Provide AT LEAST 5% of total lockers BUT NO FEWER THAN ONE OF EACH TYPE OF LOCKERS SHALL BE ACCESSIBLE per CBC Section 11B-811.

10. Guidelines for Seismic Restraint of Kitchen Equipment as published by SMACNA and approved by DSA.

11. Welding per California Fire Code Chapter 26

1.06 DELIVERY, STORAGE, AND HANDLING A. Delivery: Deliver Foodservice Equipment in containers designed to protect the equipment and finish until

installation. Make arrangements to receive equipment, when required, at the project site or to hold in a warehouse until delivery can be made to the job site.

B. Storage: Store Foodservice Equipment in the original containers and in a location to provide adequate protection to equipment while not interfering with other construction operations.

C. Handling: Handle Foodservice Equipment carefully to avoid damage to components, enclosures, and finish. Do not install damaged Foodservice Equipment. Replace and return damaged components to the Manufacturer.

D. District Furnished Equipment: The Contractor shall receive, accept and store the District Furnished Equipment until installation. The Contractor shall assume responsibility for the equipment and its condition upon receipt of the equipment by him or his representative.

1.07 PROJECT CONDITIONS A. Field Measurements: Take field measurements before ordering and fabrication, to assure accurate fit of

fabricated equipment.

B. Available Services: Verify electrical service characteristics and water, steam, and gas service pressures. Provide pressure-regulating valves where required for proper operation of equipment.

1.08 SUBSTITUTION A. Substitution of Materials and Equipment: Whenever a material, article, or piece of equipment is

identified on the Drawings or in the Specifications by reference to manufacturers’ or vendors’ names, trade name, catalog numbers, or the like, it is so identified for the purpose of establishing a standard. Substitute items shall be submitted to District at least ten days before bid date for review and consideration. Items that are acceptable (with District’s written approval) shall be so stated in an Addendum.

1.09 WARRANTIES A. Special Project Warranty: The Contractor shall ensure that the Manufacturer of Refrigeration

Compressors shall provide a written warranty signed by the Manufacturer, agreeing to replace or repair,

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT FOODSERVICE EQUIPMENT FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 11 40 00-5

within a five-year warranty period, Refrigeration Compressors with inadequate and/or defective materials and/or workmanship, including leakage, breakage, improper assembly, or failure to perform as required, provided Manufacturer's instructions for handling, installing, protecting, and maintaining units have been adhered to during warranty period. Two-year Labor warranty shall also be provided.

B. All Other Warranties: The warranty period for all items furnished (other than the aforementioned) shall be guaranteed against defects in workmanship and material for a minimum period of two (2) years. This warranty shall include both Parts and Labor.

C. The Contractor shall be responsible for returning all warranty cards to the Manufacturers as required. Should he fail to return the warranty cards, the Contractor shall be responsible for providing the same warranty to the District as required by the Manufacturer.

D. Refer to Division 1 Section - Warranty for warranty format.

PART 2 - PRODUCTS

2.01 MATERIALS A. Stock Manufactured Items: Refer to ARTICLE 3.06 - EQUIPMENT SCHEDULE, herein. B. Stainless Steel: Provide ASTM A666 / AISI Type 304 non-magnetic sheets, free of buckles, waves, and

surface imperfections; Blend and regrain as required to effect matching and continuous finished product..

1. Finish for exposed surfaces to be No. 4 polished, unless specified otherwise.

2. Protective covering shall be provided on all polished surfaces of stainless steel sheet work, and retained and maintained until time of final testing, cleaning, start-up, and Substantial Completion.

C. Galvanized Sheet Steel: Use only if specified; comply with ASTM specifications for 'zinc-coated' (galvanized) iron or steel sheets, coils and cut lengths; it shall be mild, low carbon steel, zinc coated; ASTM A653/A653M, except for extensive forming; ASTM A924/A924M, G90 zinc coating, chemical treatment. A-98 coating shall be 1.25 oz per square foot coating class, also known as 'commercial'.

D. Sheet Steel: Provide ASTM A1011/A1011M hot-rolled carbon steel. E. Stainless Steel Tube: Provide ASTM A554, Type 304 with No. 4 polished finish. All tubing shall be round

unless specified otherwise.

F. Aluminum: Provide ASTM B209 sheet and plate, ASTM B221 extrusions, 0.40-mil clear anodized finish where exposed, unless specified otherwise.

G. White Metal: Provide corrosion-resistant metal containing not less than 21 percent nickel. Make castings free from pit marks, runs, checks, burrs, and other imperfections; rough grind, polish, and buff to bright luster.

1. In lieu of white metal castings, Type 302 18-8 stainless steel die-cast or stamped may be used.

H. Plastic Materials and Components: Except for Plastic Laminate, provide plastic materials and components that comply with NSF 51.

I. Hardwood Work Surfaces: Provide laminated edge-grained hard maple (Acer Saccharum), NHLA G-101 First Grade with knots, holes, and other blemishes culled out, kiln dried at 8 percent or less moisture, waterproof glued, machined, sanded, and finished with NSF-approved oil sealer. Provide minimum 2-1/4-inch thickness unless specified otherwise.

J. Sound Deadening: Provide coating of sound deadening material at underside of all stainless steel tops, drainboards, dishtables, and sinks. Sound deadening material to consist of NSF component smooth flowing Latex Sound Deadener, which is non-aging, does not become brittle and may be painted when dry.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT FOODSERVICE EQUIPMENT FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 11 40 00-6

K. Sealants: Provide ASTM C920, Type S, Grade NS, Class 25, Use NT. When fully cured and washed, sealant shall meet the requirements of the Food and Drug Administration Regulation 21 CFR 177.2600 for use in areas where sealant comes in contact with food.

1. The District will select the color from the manufacturer's standard colors.

2. Backer Rod shall be closed-cell polyethylene rod stock, larger than joint width.

L. Gaskets: Provide solid or hollow (not cellular) neoprene or PVC light gray gaskets, minimum 40 Shore A hardness, self-adhesive or prepared for either adhesive application or mechanical anchorage.

2.02 WELDING A. Welding must comply with California Fire Code Chapter 26.

B. All welding shall utilize the heliarc method with welding rod of the same composition as the sheets or parts to be joined.

C. Welds shall be complete, strong and ductile with all excess metal ground and joints finished smooth to match adjoining surfaces.

D. Welds shall be free of mechanical imperfections such as gas holes, pits, cracks, etc., and shall be continuously welded so that the fixtures shall appear as one-piece construction.

E. Butt welds made by spot solder and finished by grinding shall not be acceptable. F. Spot welds shall have a maximum space of at least 1/4-inch length of the welding material at a maximum

space of 4-inches from center to center. Weld spacing at the ends of the channel battens shall not exceed 2-inch centers.

G. In no case shall soldering be considered as a replacement for welding, nor shall any soldering operation be done where dependence is placed on stability and strength of the joint.

H. Welds made of spot welding straps under seams and filling in with solder will not be acceptable.

I. Fixtures shall be shop fabricated of one piece and shipped to the job completely assembled whenever possible. Equipment too large to transport or enter the building as one piece shall be constructed so that the field joints can be welded at the job site.

J. All body joints made in the field shall be closely butted together, pulled together in the field and tightly belted on the inside or a concealed location.

K. All exposed joints shall be ground flush with adjoining material and finished to harmonize therewith. L. Whenever material has been sunk or depressed by welding operation, such depression shall be suitably

hammered and peened flush with the adjoining surface and, if necessary, again ground to eliminate low spots. In all cases, the grain of rough grinding shall be removed by successive fine polishing operations.

M. All unexposed welded joints on undershelves of tables or counters in stainless steel construction shall be suitably coated at the factory with an approved metallic based paint.

N. After galvanized steel members have been welded, all welds and areas where galvanizing has been damaged shall have a zinc dust coating applied.

O. Butt joints and contact joints, wherever they occur, shall be close fitting and shall not require a filler. Wherever sheared edges occur, they shall be free of burrs, fins, and irregular projections, and shall be finished to obviate all danger of cutting or laceration when the hand is drawn over them. In no case shall overlapping materials be acceptable where miters or bull nosed corners occur.

P. The grain of polishing shall run in the same direction on all horizontal and on all vertical surfaces of each item of fabricated equipment except in the case where the finish of the horizontal sections of each shall terminate in a mitered edge. Where sinks and adjacent drainboards are equipped with a splash, the grain of polishing shall be consistent in the direction throughout the length of the splash and sink compartment.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT FOODSERVICE EQUIPMENT FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 11 40 00-7

Q. Bolts, screws, nuts and washers shall be of steel, except where brass or stainless steel is fastened, in which case they shall be of brass or stainless steel, respectively. Screws shall be 2-inch long, pan head Philips No. 12. Where dissimilar metals are fastened, nuts, bolts, screws and washers shall be of similar grade metal. The spacing and extent of bolts and screws shall be such as to ensure suitable fastening and prevent buckling of the metals fastened.

2.03 ELECTRICAL

A. Electrical Requirements: Confirm available Electrical Services, such as actual voltages available, number of phases, and number of wires, at the project site, before submitting product data and placing orders.

1. Should requirements indicated on Drawings and in ARTICLE 3.06 - EQUIPMENT SCHEDULE, herein, be of larger sizes or higher standards than are required by manufacturer or by governing authorities having jurisdiction, requirements indicated on Drawings and in ARTICLE 3.06 - EQUIPMENT SCHEDULE, herein, shall govern.

2. Should requirements indicated on Drawings and in ARTICLE 3.06 - EQUIPMENT SCHEDULE, herein, be of smaller sizes or lower standards than are required by manufacturer or by governing authorities having jurisdiction, requirements of manufacturer or of governing authorities having jurisdiction shall govern.

3. All costs for compliance with requirements of manufacturer and of governing authorities having jurisdiction shall be included in the Contract Sum. Rulings and interpretations of code enforcing agencies shall be included in such requirements.

B. Circuits and Rough-Ins:

1. Permanent connections to the project site's Electrical Service shall be made in accordance with requirements as specified in DIVISION 26 - ELECTRICAL, and shall comply with California Electrical Code (CEC).

2. Make connections only at a junction box, by conductors in metallic conduit. Minimum size of junction boxes (unless specified otherwise) shall be 4-11/16-inches square and 1-1/2-inches deep, with 1/2-inch and 3/4-inch knockouts.

3. Utility chase areas accommodating junction and pull boxes shall be a minimum of 18-inches square.

4. Coordinate exact locations, types, and quantities of conductors and sealing of fittings with Electrical Drawings and with ARTICLE 3.06 - EQUIPMENT SCHEDULE, herein.

5. In cases where equipment is directly connected, provide a length of flexible steel, neoprene-jacketed, Seal-Tite conduit, Anaconda Type UA, or equal, complete with approved liquid-tight contactors on each end, designed to provide electrical grounding continuity; make input connection as short as possible, not to exceed 36-inches.

6. Provide proper and complete grounding of all metallic Foodservice Equipment.

C. Wiring:

1. Exposed wet area applications shall be rigid galvanized steel conduit except for flexible connections. Thin wall conduit (EMT) shall not be used for wet area application. Exposed outlet boxes shall be cadmium-plated, cast steel with threaded hubs.

2. Exposed flexible connections shall be flexible steel, neoprene-jacketed, Seal-Tite conduit, Anaconda Type UA, or equal, complete with approved liquid-tight contactors on each end, designed to provide electrical grounding continuity.

3. Wiring for built-in strip heaters and immersion type elements shall have UL-listed insulation, not less than 300 volt rated, with listed nickel wire. Extend wiring in raceways or conduits to the junction or pull boxes with not less than 600-volt rated insulated wire.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT FOODSERVICE EQUIPMENT FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 11 40 00-8

4. Refrigerator and freezer cabinets: Provide conduit as necessary to connect internal components to the junction or pull boxes, and as follows. a. Internal wiring shall be UL-listed, rubber-covered 600-volt rated conductor, except for door

heaters which shall be chrome wire with silicone braided jacket having resistance of 10.4 watts per lineal foot.

b. For freezer applications, provide wiring in rigid or flexible Seal-Tite Flex or equal (no known equal) EMT.

5. Outlets, including all convenience outlets, lighting receptacles (rubber or porcelain), and door switches shall be mounted within approved boxes. Convenience outlets for evaporators shall be twist-lock type. Solid connections for freezer evaporators shall be vapor tight.

6. Door switches for hinged doors shall be Arrowhart No. 4039 or equal (no known equal); for sliding doors, provide UL-listed toggle switches.

7. Heating element controls for custom fabricated equipment, such as custom fabricated plate warmers shall be provided as follows. a. Uninsulated cabinets with or without doors: provide 3-level switch. b. Open front cabinets with or without insulation: provide variable controller. c. Insulated cabinets with doors: provide thermostat.

D. Starters, Switches and Controls: Provide starters, motor controls, switches, remote controls, and transformers as necessary.

1. All switches shall be located out of the heat zone. If ambient temperature will be above 100 degrees Fahrenheit, provide for adequate ventilation.

2. Each motor driven appliance or electrical heating unit shall have a heavy-duty control switch, magnetic contactor or starter. Provide electrical controls, switches or other components being furnished loose by the manufacturer.

3. Provide starters for across-the-line start, with thermal overload protection and manual overload reset. Push button stations shall be mounted in starter covers, except where necessary for starters to be mounted in a remote location.

E. Convenience and Power Outlets: Provide all cut-outs, outlet boxes, cover plates, and all service fittings as necessary in Custom Fabricated Foodservice Equipment as shown on document drawings and in ARTICLE 3.06 - EQUIPMENT SCHEDULE, herein; provide necessary conduits to extend to the junction box or pull box of the project site's Electrical System.

1. Outlets having a specific voltage for a single purpose application shall be of such design that plugs designed for other applications will not fit.

2. Verify that outlets will match appliance plugs as indicated on Electrical Drawings and in ARTICLE 3.06 - EQUIPMENT SCHEDULE, herein. Replace cords and plugs if necessary.

3. Electrical outlet devices shall be National Electrical Manufacturers Association (NEMA) Specification Grade and manufactured by Hubbell, Square D, Bryant, General Electric, Pass and Seymour, Arrowhart or equal.

F. Cords and Plugs: Provide UL-listed cords and plugs for stock manufactured and for custom fabricated equipment.

1. Cords are to be rubber-covered, three-wire cord of appropriate current capacity and appropriate length to suit use.

2. Plugs are to be three-prong, ground type of appropriate NEMA configuration for electrical characteristics of equipment and serving outlet.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT FOODSERVICE EQUIPMENT FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 11 40 00-9

G. Light Fixtures: Where light fixtures are specified as integral with Foodservice Equipment, provide sockets, lamps and ballasts as appropriate. For fluorescent fixtures, provide DeLuxe Warm White lamps, unless specified otherwise.

H. Internal Wiring of Custom Fabricated Fixtures or Equipment:

1. Obtain and pay for all Permits and Fees for inspection and approval of Electrical Work built into custom fabricated fixtures or equipment, for which a permit is required. Proof of inspection shall be attached to, and visible on, fixture.

2. All internal wiring built into, or forming an integral part of, a unit of custom fabricated fixtures or equipment shall be completely wired to a junction box built into the unit, ready for final connection to the project site's Electrical System as specified herein.

3. Licensed Electricians shall perform all internal wiring of fixtures and equipment.

I. The Electrical Contractor shall be responsible for all inter-connections between systems and the foodservice equipment. Refer to PART 3.1.H - FINAL CONNECTIONS, herein.

2.04 PLUMBING A. All dishwashers, hose reels, janitor sinks, garbage disposals, pre-rinse sprays and water supply units are

to be fitted with mixing valve and pressure-reducing valve (per manufacturer requirements), to be supplied by the FSEC and installed by the Plumbing Contractor.

B. All counter-top equipment requiring water connections must be provided with pressure-reducing valve per 2013 California Plumbing Code (CPC).

C. Provide charcoal water filter for all ice and water stations, ice machines, tea and coffee machines. D. The Plumbing Contractor shall be responsible for all inter-connections between systems and the

foodservice equipment. Refer to PART 3.1.H - FINAL CONNECTIONS, herein. E. The Plumbing Contractor shall install electrical shut-off gas valve(s), provided by the FSEC, in an accessible

location above the ceiling.

2.06 REFRIGERATION EQUIPMENT A. Refrigeration Equipment, General: Provide refrigeration condensing units of size and capacities as

indicated, consisting of compressors, condensers, receivers, motors, mounting bases, vibration isolators, refrigeration components, safety devices, electrical controls, refrigerant, and protective controls. Units are to be charged with refrigerant, all factory assembled and tested.

1. Refrigerant: Utilize refrigerant with an ozone depleting potential of 0. All refrigerants to meet all current codes. The following refrigerants are listed as minimums:

2. R-404A Low to medium temperature

3. R-134a Medium temperature

4. R-22 High temperature

5. Glycol Food grade

6. Connections: Provide quick-connect-type piping connections to receive piping from evaporator coils.

7. Outdoor Mounting: Provide weather-tight housing and low ambient controls for units mounted outdoors.

B. Refrigerant Piping: Type ACR copper tubing, hard temper, with wrought fittings and silver solder joints. Insulate suction lines with 1/2-inch pre-molded foamed plastic insulation.

C. Electrical Wiring: Provide required wiring between electrical rough-in and refrigeration units for proper operation.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT FOODSERVICE EQUIPMENT FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 11 40 00-10

D. Plumbing Piping: Provide required water and drain piping between plumbing rough-in and refrigeration units for proper operation.

E. Refrigeration Specialties: Provide as indicated refrigerant dryer, liquid line solenoid valve, suction line filter, expansion valve, and water regulating valve (for water-cooled condensers only).

1. Provide pump down control circuit consisting of thermostat and solenoid valve.

2. Maintain box temperature from thermostat and liquid line solenoid valve; control compressor from suction pressure.

2.08 MANUFACTURED PRODUCTS A. Manufactured Products, General: Provide Manufacturer's standard materials and equipment as

specified, complete with all necessary and recommended fittings, fixtures, and accessories.

Manufactured items shall comply with applicable Seismic requirements.

1. Manufactured items shall conform to applicable NSF standards and to all applicable Local and State Health Department regulations.

2. Comply with all applicable rules and regulations pertaining to adequate protection from and guarding of moving parts of otherwise hazardous equipment.

3. Electric-Operated and Electric-Heated Equipment shall conform to NEMA standards and be UL-listed and UL-labeled.

4. Standard Steam-Heated Equipment shall be manufactured in accordance with ASME code requirements and bear the ASME label.

5. Gas-Burning Equipment shall be manufactured in compliance with applicable AGA standards and bear the AGA label. Burners for gas-heated equipment shall be equipped with automatic lighters. Oven burners and other concealed burners shall have automatic safety pilots.

6. Provide Pressure Regulators for all Gas-Operated and Gas-Heated Equipment as recommended by the manufacturer and to suit service pressures.

B. Refrigerator Hardware: Heavy-duty die-cast zinc, chrome-plated and polished.

1. Hinges shall be edge mounted, self-closing type.

2. Latches shall be edge mounted, arranged for locking devices.

C. Handles and Pulls: Provide stainless steel Handles with No. 4 finish, or die-cast zinc with polished chrome-plated finish. Provide die-stamped stainless steel Pulls, recessed rectangular type, with beveled edge frame.

D. Door Slides: Provide stainless steel Door Slides with minimum load capacity of 100 lbs. per pair, and with positive doorstop. Provide stainless steel ball-bearing rollers.

E. Hinges: Provide stainless steel Hinges, continuous type or butt type as indicated. F. Sliding Door Hardware: Provide extruded aluminum Door Track. Provide galvanized steel Door Sheave

with nylon surface and ball-bearing inner races. Provide stainless steel Bottom Guide Pins, spring loaded.

G. Adjustable Shelf Supports: Provide stainless steel Shelf Supports, snap-in type, and stainless steel Brackets with countersunk mounting holes.

H. Catches: For hinged doors, provide permanent magnetic Catch of sufficient strength to hold door shut.

I. Locks: Provide Manufacturer's standard brass 5-pin cabinet-type lock; provide two keys for each lock, keyed separately.

J. Lever Drains: Provide 2-inch, heavy cast-bronze body, removable flat stainless steel strainer, twist handle waste outlet with support bracket and one-piece connected chrome-plated brass overflow.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT FOODSERVICE EQUIPMENT FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 11 40 00-11

K. Casters: Provide minimum 5-inch diameter wheel casters, with 1-1/8-inch tread width, complying with NSF standards. Provide sealed, self-lubricating bearings, cadmium-plated or bright zinc-plated steel disc wheels, and solid neoprene or polyurethane non-marking tires. Provide foot brakes on two (2) casters of four (4) required per unit unless specified otherwise.

2.09 CUSTOM FABRICATED EQUIPMENT AND FIXTURES

Custom fabricated items shall comply with applicable Seismic requirements. A. General:

1. Fasteners: No exposed screw or bolt heads will be acceptable. Rivets, if specified, shall be countersunk and ground flush, and of the same material as the pieces joined together. Butt joints made by riveting straps under seams and then filling with solder will not be accepted.

2. Rolled Edges: Rolled Edges shall be approximately 1-1/2-inch diameter, with corners bull nosed, ground and polished.

3. Bends: All horizontal and vertical corners shall be coved with radius bends of 1/2-inches or larger.

4. Corners: All corners shall be mitered and fully welded, ground, and polished. Butt joints at corners will not be accepted unless specified otherwise.

5. Closures: Provide formed stainless steel to close and finish all fixtures, backsplashes, or shelves, or entire rear of unit, or the ends flush to walls or adjoining fixtures. Closures shall be no greater than 1/8-inch gap between splash and wall.

N. Wall Backing: Where indicated on Foodservice Consultant’s drawings, provide wall backing to run six inches beyond full length of equipment item at each side.

1. For Wood Frame Construction: The General Contractor shall provide and install wood blocking. Secure wall blocking in between studs.

2. For Metal Frame Construction: The FSEC shall provide and the General Contractor shall install metal backing. Metal backing shall be at least 14-ga galvanized steel. Secure wall backing to studs.

Q. Casters:

1. Heavy-duty, NSF-approved, sealed wheel and swivel ball bearings, solid or disc wheel, with greaseproof neoprene or polyurethane tire, and bright chrome plated finish on steel.

2. Wheel diameter: 5-inch, minimum.

3. Tread width: 1-3/16 inch, minimum.

4. Capacity per caster: 250 pounds, minimum.

5. Include stainless steel rotating wheel guard.

6. A minimum of two (2) casters shall have brakes.

R. Corner Guards: All exposed corners shall be provided with 14-gauge S/S corner guard, full height to ceiling. Guards to be full height corner bumpers, wrapped around corner 2 inches each side, and crimped to the face of the wall or fixture.

S. Curbs: Construct of 16-gauge galvanized steel, fully welded and reinforced where necessary.

2.10 WALK-IN COOLERS

A. Panel Construction:

1. Panels shall be prefabricated, sectional constructed (4-inch thick for Coolers, 5-inch for Freezers, 5-inch for Ceiling), of tongue and groove design with factory-installed, adhesive-backed gaskets, attached to the tongue side of the panel.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT FOODSERVICE EQUIPMENT FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 11 40 00-12

2. Gaskets shall be impervious to stains, greases, oils, and mildew and be resistant to chemical corrosion and ultraviolet radiation. Gasket operating temperature shall be -30 degrees F to 160 degrees F (-34 degrees C to +71 degrees C).

3. All corners and Tee panels shall be manufactured with radius corners in accordance with NSF-approved construction.

4. Panels shall be completely filled with rigid 100% foamed-in-place R141b blown, non-CFC urethane between interior and exterior metal `skins' which have been die-formed and gauged for uniformity in size. Slab urethane or wood shall not be acceptable in any panel including doors, walls, floor, and ceiling.

5. Insulation shall have a 95% closed cell structure with an average in-place density of 2.2 lbs per cubic foot, and compression strength at yield point of 19 lbs per square inch. Each panel shall have a thermal conductivity (K factor) of .14 BTU/hr/sq ft per degrees Fahrenheit per inch (R32 for Coolers, R40 for Freezers); and an overall coefficient of heat transfer (U factor) of not more than .035.

6. Floor panels: Floor panels shall be die stamped with 3/8-inch radiused NSF coved corners. All plane intersections shall be drawn, not cut and welded. Panels shall be fabricated similar to other panels with the addition of ½-inch thick substrate material, and designed to readily withstand uniformly distributed loads of 900 lbs per square foot.

B. Door Construction: Doors shall be flush (in-fitting) type, self-closing.

1. Doors shall be mounted with three cam-lift hinges and posi-seal (hydraulic, not spring) adjustable door closers. Door hardware shall be chrome plated. Mounting height of latching hardware shall be 30 to 40 inches above finish floor. All hardware shall meet the requirements of CBC (2016 Code).

2. Door latches shall lock and have a safety release to prevent entrapment (one quarter turn of the release handle unlocks the door from the inside).

3. The freezer door will be provided with a low wattage (5 watts/foot) heater strip, heated sweep gasket, and a heated pressure relief port.

4. Provide a solid-state electronic thermometer, pre-wired vapor proof light fixtures and pilot lights switch on each door section.

5. The doorjambs, frames, and thresholds shall be made of durable Fiberglass Reinforced Plastic (FRP).

C. Assembly: Panels shall be assembled by Posi-Locs or equal (no known equal), which shall be foamed-in-place and activated by a hex wrench. Access ports to locking devices shall be covered by snap caps and shall be located in interior of walk-in.

D. Finishes: Refer to the Finish Schedule shown on the Foodservice Floor Plan.

1. Interior walls, ceiling and closure panels a. 20 Ga. White Smooth Galvanized

2. Exposed exterior to be provided with 48” high AFF .100 aluminum Treadbrite a. 20 Ga. Stainless Steel

3. Unexposed surfaces a. 26-gauge Embossed galvanized

4. Floor a. per plans w/coved base

E. Accessories:

1. Provide and install 0.08-inch corrosion-resistant T-31 aluminum alloy diamond tread kickplates to 42-inch high on interior and exterior doors and wall panels.

2. Provide closure panels to interior ceiling and all adjacent walls, finished with 90-degree angles at the box and the ceiling/wall; no raw edges will be accepted.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT FOODSERVICE EQUIPMENT FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 11 40 00-13

3. Provide vinyl strip curtains.

4. Provide externally mounted digital thermometer.

5. Per document drawings, provide 14-inch by 24-inch view port - unheated for cooler door, heated for freezer door.

6. Modularm 75LC digital temperature alarm and indicator shall be flush-mounted on the exterior side of the box, 6ft AFF.

F. Insulated Floor Depressions: The FSEC shall provide ACFoam II Closed cell, polyiso foam core integrally laminated to heavy, black (non asphaltic), fiber-reinforced felt facers. Long-term thermal resistance (LTTR) value of 12.1. 4 feet by 8 feet by 2-inch thick panels. Install with staggered joints.

G. Approvals: Fire hazard classification according to ASTME-84 (UL723) shall be a flame spread rating of 25

or less with a certifying UL label attached to every panel showing the meeting of the fire code. Smoke development rating to be 450 or less; Factory Mutual approved; NSF-listed with an approved toxicity rating.

H. Walk-in coolers and freezers shall have entry and exit door hardware that complies with all of the requirements of CBC Section 11B-404.2.6 and maneuvering clearances at the exterior side per CBC Section 11B-404.2.4.

PART 3 - EXECUTION

3.01 INSTALLATION A. Installation, General: Set each item of non-mobile and non-portable equipment securely in place, level,

and adjust to correct height.

All items shall comply with applicable Seismic requirements.

1. Anchor products to supporting substrate where indicated and where required for sustained operation and use without shifting or dislocation.

2. Conceal anchorages where possible.

3. Adjust countertops and other work surfaces to level tolerance of 1/16-inch maximum offset, and maximum variation from level or indicated slope of 1/16-inch per ft.

4. Where indicated or required for safety of equipment operator, anchor equipment to floor or wall. Provide legs with adjustable flanged foot where equipment is indicated to be anchored to floor. Install two (2) anchors on each foot and cap off with stainless steel acorn nuts.

B. Field Joints: Complete field-assembly joints (joints that cannot be completed in shop) by welding, bolting-and-gasketing, or similar methods as indicated.

1. Grind welds smooth and restore finish.

2. Set or trim gaskets flush, except for T-gaskets as indicated. C. Enclosed Spaces: Treat spaces that are inaccessible after equipment installation by covering horizontal

surfaces with powdered borax at rate of four (4) ounces per square foot.

D. Closure Plates and Strips: Install where required, with joints coordinated with units of equipment. E. Knock outs: Provide hydraulic knock outs in foodservice equipment, where required, to run plumbing,

electric, gas, or steam lines through equipment items for final connections.

F. Sealants and Gaskets: Install completely around each unit to make joints airtight, watertight, vermin-proof, and sanitary for cleaning purposes.

1. In general, make sealed joints not more than 1/8-inch wide, and stuff backer rod to shape sealant bead properly, at 1/4-inch depth.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT FOODSERVICE EQUIPMENT FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 11 40 00-14

2. Shape exposed surfaces of sealant slightly concave, with edges flush with faces of materials at joint.

3. At internal-corner joints, apply sealant or gaskets to form a sanitary cove, of not less than 3/8-inch radius.

4. Provide sealant-filled or sealant-gasketed joints up to 1/2-inch joint width and metal closure strips for wider joints with sealant application each side of strip.

5. Anchor gaskets mechanically or with adhesives to prevent displacement.

6. All fixtures adjacent to wall shall be sealed to wall as specified.

G. District Furnished/Contractor Installed Equipment:

1. Existing Equipment: The Contractor shall be responsible for removing, cleaning, repairing (if required) and re-installing equipment designated as Existing Equipment, coordinating removal of Existing Equipment with the District. The Contractor shall be responsible for all connectors, valves, regulators, and hard and flexible connections to make the Existing Equipment operational per manufacturer's standards. The Contractor shall coordinate Existing Equipment requiring remote refrigeration with all refrigeration systems, ensuring that such Equipment is operational per manufacturer's standards.

2. New Equipment: The Contractor shall receive, accept, and store District Furnished Equipment at approved, designated area on site. All freight damage will be noted and the Contractor shall file a claim for the damage on behalf of the District. The Contractor shall provide a storage trailer to store District Furnished Equipment if necessary.

3. Final installation of the District Furnished Equipment is the responsibility of the Contractor, who shall be responsible for all connections, valves, regulators, and hard and flexible connections to make the District Furnished Equipment an operating system per manufacturer's standards. The Contractor shall coordinate District Furnished Equipment requiring remote refrigeration with all refrigeration systems, ensuring that such equipment is operational per manufacturer's standards.

4. The District will supply to the Contractor current specification sheets, lists of provided equipment and scheduled shipment and arrival dates. The Contractor shall coordinate all required cutouts and electrical, plumbing, and mechanical coordination with the trades to allow for proper installation.

5. The Contractor shall provide to the District a compact disk with electronic version of all Operation & Maintenance Manuals for new foodservice equipment.

H. Final Connections:

1. Final hook-ups are not part of the scope of work of the FSEC. All final hook-ups (plumbing, mechanical and electrical) shall be part of the General Contractor’s area of responsibility. The General Contractor shall make allowances for elbows, traps, etc., and shall make final connections on the job, supply all necessary valves, traps, steam traps, faucets, starting switches for motors, etc., except where specifically noted otherwise in the written specifications.

2. The Contractor shall be responsible for all inter-connections between systems and the foodservice equipment.

I. Installers shall be responsible for verifying dimensions.

3.02 FIELD QUALITY CONTROL A. Testing: Coordinate start-up of Foodservice Equipment when service lines have been tested, balanced,

and adjusted for pressure, voltage, and similar considerations. Do not operate steam lines until they have been cleaned and treated for sanitation. Before testing, lubricate each equipment item in accordance with manufacturer's recommendations.

B. Include in the testing all District Furnished Equipment and Existing Equipment.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT FOODSERVICE EQUIPMENT FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 11 40 00-15

C. Test each item of operational equipment to demonstrate that it is operating properly and that controls and safety devices are functioning.

D. Repair or replace equipment found to be defective in its operation, including units that are below capacity or operating with excessive noise or vibration.

E. Testing is to include any service charges due to improper installation, lack of proper connectors, or missing equipment.

3.03 CLEANING A. After completion of installation and other major work in Foodservice areas, remove protective coverings,

if any, and clean Foodservice Equipment, internally and externally.

1. Restore exposed and semi-exposed finishes to remove abrasions and other damages; polish and buff exposed-metal surfaces and touch-up painted surfaces.

2. Replace work that cannot be successfully restored.

B. Final Cleaning: After testing and start-up, and before time of Substantial Completion, clean Foodservice Equipment, and leave in condition ready for use in Foodservice.

3.04 ADJUSTMENT OF EQUIPMENT AND DEMONSTRATION A. Turn on all mechanical equipment, test for leaks, poor connections, inadequate or faulty performance

and correct if necessary; adjust for proper operation.

1. All thermostatically controlled equipment and equipment with automatic features shall be operated for a sufficient length of time to prove controls are functioning as intended.

B. At a time and date selected by the District, the FSEC shall arrange for a demonstration of all new mechanical equipment for the District and his appointed representatives. These demonstrations are to be conducted by factory-trained engineers of the various equipment manufacturers and shall be done in two stages: one for the operations people and the second for maintenance personnel. A representative of the FSEC must be in attendance at all demonstrations.

C. The FSEC shall provide the District with one copy of a video film in DVD format depicting the operations and maintenance on each piece of new foodservice equipment.

D. The FSEC shall provide all necessary instructional training for all emergency equipment, gas turn-offs, fire extinguishers, high-temperature alarm system, etc., including, if any, emergency generating equipment.

E. The FSEC shall provide all necessary instructional training for all safety equipment.

3.05 CLOSEOUT PROCEDURES A. Start-up of Foodservice Equipment

1. Utilities (lighting of pilot lights, etc.) by General Contractor

2. FSEC shall provide for Manufacturer’s Service Agent to ensure systems are properly connected and are operational per manufacturer’s required specification.

3. FSEC shall provide for Manufacturer’s Representative to demonstrate how to properly operate all new foodservice equipment.

4. FSEC shall provide manufacturer inspection certification for all new items for District’s acceptance, otherwise will consider not meeting the project specifications.

B. Provide services of the Contractor’s technical representative and the Manufacturer’s technical representative (where required) to instruct District personnel in the operation and maintenance of new foodservice equipment

1. Schedule training with the District.

2. Provide at least 7-day notice of training date to the District.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT FOODSERVICE EQUIPMENT FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 11 40 00-16

C. O&M Manuals: Provide a compact disk with electronic version of all Operation & Maintenance Manuals for new foodservice equipment.

D. The Contractor shall provide a walk-through with the District prior to turning the project over to the District for operation.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT FOODSERVICE EQUIPMENT FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 11 40 00-17

3.06 EQUIPMENT SCHEDULE 1. All dimensions are for reference only. Dimensions and site conditions must be field verified. 2. All equipment shall comply with applicable California State Seismic requirements. 3. Foodservice Equipment drawings are part of these specifications. 4. Warranties: Five-year Compressor Warranty. Two-year Parts & Labor Warranty for all new equipment. 5. All plumbing, electrical and gas lines shall be concealed within the building structure to the greatest

extent possible. Exposed wiring to be enclosed in S/S casing. 6. It shall be the responsibility of the FSEC to provide S/S covers for all exposed conduit, piping and

refrigeration lines in the kitchen spaces. 7. Outdoor Mounting: Provide weather-tight housing and low ambient controls for units mounted outdoors. 8. Where indicated, or required for safety of equipment operator, anchor equipment to floor or wall.

Provide legs with adjustable flanged foot where equipment is indicated to be anchored to floor. Install two (2) anchors on each foot and cap off with S/S acorn nuts.

9. All gas appliances shall have gas hose with quick disconnect and seismic restraint (seismic restraints where applicable).

ITEM # 1 CORNER GUARDS & END CAPS- BID ALTERNATE Quantity: One (1) Manufacturer: Custom S/S SIS No.: D709 1. One (1) Furnish and install Corner Guards & End Caps per Plan, Details and General Specifications on Part

2 to Part 3 herein, including: 14ga S/S angle construction. 2. One (1) (LOT) CORNER GUARDS 2" x 2" angle x full height to ceiling. Provide for all exposed corners;

mount bottom flush with top of coved base. 3. One (1) (LOT) END CAPS 2" x 2" angle x full wall height, similar to Corner Guards but shall extend to cover

the full exposed face of the wall. PHASE II ITEM # 2 WALK-IN COOLER DOOR (48" X 80") - PART OF ITEM 06 Quantity: One (1) Manufacturer: ThermalRite Model: CUSTOM SIS No.: D709 1. One (1) Model CUSTOM Furnish and install per plans, details and general specification in parts 2 to 3

herein. 2. 48” High AFF 14 Ga. Stainless Steel interior & exterior kickplates. 3. One (1) 14"x24" Cooler viewport, 43" max mounting height. 4. Refer to sheets FS.07.2A PHASE I – TO BE COMPLETED FIRST ITEM # 3 WALK-IN COOLER WALL W/ TRIM -PART OF ITEM 06-BID ALTERNATE Quantity: One (1) Manufacturer: ThermalRite Model: CUSTOM SIS No.: D709 1. One (1) Model CUSTOM Furnish and install per plans, details and general specification in parts 2 to 3

herein. 2. Finishes

Walls: Galvanized/Embossed White - 26 Ga. - interior & exterior

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT FOODSERVICE EQUIPMENT FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 11 40 00-18

Ceilings: Galvanized/Embossed White - 26 Ga. - interior Acrylume/Embossed - 26 Ga. - exterior Panel Thickness Walls: 4" UL Listed Class 1 Foam Ceilings: 4" UL Listed Class 1 Foam

3. Refer to sheets FS.07.0 and FS.07.1 PHASE II ITEM # 4 EVAP. COIL- REFRIGERATION SYSTEM-PART OF REFRIGERATION RACK Quantity: Two (2) Manufacturer: RDT Model: BEM-0225 SIS No.: D709 1. Two (2) Model BEM-0225 Furnish and Install WIC Evaporator Coil per Plan, Details and Specifications on

sheet FS.06.0 2. Evaporator coils shall be a direct expansion type. Evaporators used will be all "Underwriters Laboratory

Listed" supplied from factory with an expansion valve, solenoid valve and Eco-Smart demand defrost controller (shipped loose), pre-wired and pre-piped under nitrogen pressure and designed for use with the refrigerant specified. Leak detector w/buzzer & strobe provided for each walk-in.

3. Electrical: 115v/1ph 4. FSEC to verify size of Suction and Liquid Line required. 5. Refer to Sheet FS.06.1 PHASE II ITEM # 5 4" X 4" CONCRETE CURB - BY G.C. -BID ALTERNATE Quantity: One (1) Manufacturer: Custom Model: CUSTOM SIS No.: D709 1. One (1) Model CUSTOM (LOT) Provided by General Contractor PHASE II ITEM # 6 WALK-IN COOLER -EXISTING Quantity: One (1) Manufacturer: ThermalRite Model: CUSTOM SIS No.: D709 1. One (1) Model CUSTOM Unit is Existing ITEM # 7 SPARE NO. ITEM # 8 STEEL INTERIOR FRAMING AND FOOTING Quantity: One (1) Manufacturer: ThermalRite Model: CUSTOM

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT FOODSERVICE EQUIPMENT FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 11 40 00-19

SIS No.: D709 1. One (1) Model CUSTOM By Thermalrite. Furnish and install per plans, details and general specification in

parts 2 to 3 herein. 2. Refer to sheets FS.07.0A and FS.07.2A PHASE II ITEM # 9 WALK-IN FREEZER W/TRIM Quantity: One (1) Manufacturer: ThermalRite Model: WIF SIS No.: D709 1. One (1) Model WIF Freezer size per Plan. UL-listed, NSF7-approved prefabricated Modular Thermal

Barrier Panel Room to hold -10 degree F. Provide necessary labor, material, equipment and tools for complete installation to conform to drawings and specifications.

2. Panel Thickness Walls: 5" UL Listed Class 1 Foam Ceilings: 5" UL Listed Class 1 Foam Finishes Walls: Galvanized/Embossed - 26 Ga. & Sanisteel White - 26 ga. Anti-Microbial (5mm) - interior Galvanized/Embossed - 26 Ga. & Galvanized/Embossed White - 26 Ga. - exterior Ceilings: Sanisteel White - 26 ga. Anti-Microbial (5mm) - interior Acrylume/Embossed - 26 Ga. - exterior D01: Everidge sliding door, finished opening 72"W x 120"H 1 D01: Interior finish - STAINLESS STEEL 304 #4 22 GA D01: Exterior finish - STAINLESS STEEL 304 #4 22 GA 1 Rain Hood (Slider) Vent - 120V Magnum Flow Heated Ventilator (Kason 1845) 1 Flat Face Frame HDPE (White Plastic) 1 Powered door, 208 Vac, 1 Phase, 50/60 Hz, motor to left 1 Photocell - Open TDC Close, to exterior Controlled remotely by location - Left 1 Hasp with power cutoff and emergency release Kick plate: 48" .125 ATB - interior and exterior of door 1 Modularm 75LC (Temp Alarm/Light Control) (Branded ThermalRite) 1 Modularm Mc-1 (Light Control/Door Ajar Alarm) 1 Modularm Ip-1 (Panic Alarm/Light Control)

3. One (1) 14"x24" Freezer viewport, 43" max mounting height. 4. One (1) **Accommodate Item 11 72" x120" Electric Sliding Freezer Door with Chase Duralite Doors

behind sliding door. 5. One (1) 120V / 1 ph, 11-watt x 48" LED light fixture with switch QTY per plan 6. NOTE: Verify field dimensions and site conditions prior to fabrication. PHASE II ITEM # 10 EVAP. COIL- REFRIGERATION SYSTEM-PART OF REFRIGERATION RACK Quantity: One (1) Manufacturer: RDT Model: BEM-0300 SIS No.: D709 1. One (1) Model BEM-0300 Furnish and Install WIF Evaporator Coil per Plan, Details and Specifications on

sheet FS.06.0 2. Evaporator coils shall be a direct expansion type. Evaporators used will be all "Underwriters Laboratory

Listed" supplied from factory with an expansion valve, solenoid valve and Eco-Smart demand defrost controller (shipped loose), pre-wired and pre-piped under nitrogen pressure and designed for use with

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT FOODSERVICE EQUIPMENT FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 11 40 00-20

the refrigerant specified. Heater relay panel supplied for 3-phase heaters. Leak detector w/buzzer & strobe provided for each walk-in.

3. Electrical: 208v/3ph PHASE II ITEM # 11 ELECTRIC SLIDING DOOR - PART OF ITEM 9 - BID ALTERNATE Quantity: One (1) Manufacturer: ThermalRite Model: CUSTOM SIS No.: D709 1. One (1) Model CUSTOM Electric sliding door size per plan (72" x 120" Opening) with lock hasp, and 66"H

22 Ga DTA S/S Kickplates on Interior and Exterior. Interior finish .040 Aluminum embossed Exterior, 26ga Galvanized embossed white, 7" sill. 120V/1-ph door heater

2. Electric Sliding Entrance Door Entrance doors shall be 60”x 120” Electric Sliding doors The door structural components are manufactured in aircraft grade aluminum extrusion or heavy duty corrosion resistant steel for durability and low maintenance. Door panel frames are produced in aircraft grade aluminum extrusion, reinforced with internal steel corner brackets for enhanced integrity. Doors a clad with NSF approved material to match box requirements and incorporate no wood design. R-32 in 4” panels, of foamed-in-place non CFC polyurethane, for rigidity and excellent insulation characteristics. All headers, casings, jambs incorporate a no wood design with the use of high density polyethylene extrusion, (HDPE). The HDPE is a maintenance free solution that provides exceptional resistance to moisture, fading, insects, splintering and warping. Consistent density and no voids in the material minimizes the possibility of bacteria, molds and fungus growth and create a strong durable frame. The HDPE has no wood fillers and has high color stability. The strength, durability and overall appearance of the HDPE mean that no additional steel cladding of the frame is required. The Motor/Operator – Power requirements 110V-575V, 1 phase, 60 cycle (one leg of 3 phase capped) Brushless technology motor totally enclosed for life. Controller with overload protection provides smooth quiet operation with programmable acceleration and deceleration. Two remote pull chord stations for open/close control. Controls to be dry contact. NEMA four enclosures. Programmable obstruction sensing for safety. Roller chain #40. Operates on an average speed of 30” per second to open and 18” per second to close.

3. One (1) Chase Doors Model DURULITE To include Chase Durulite Double Action Door 72” x 120” Door Panel – The industrial door is lightweight, weighing only 3.5 pounds per square foot, easy to open, operates smoothly and allows for safe passage of personnel and damage free equipment. The overall panel thickness is 1-7/8", the skin thickness is 1/4" thick and the door can be sized up to a 10' x 10'. Rotationally molded polyethylene outer skin retains it properties to –40°F. Insulated Core – The foamed-in-place Non-CFC urethane core (permanently bonded to the outer surface) does not break down when impacted, provides noise control and excellent insulation with an R factor of 10.83. Internal Reinforcement – The leading and back edge of door are internally reinforced with tubular steel to strengthen the door panel. Gasketing – USDA accepted durable gasketing is factory applied without the use of metal strips or fasteners, making it easy to replace in the field. Upper Hinge – Double-acting v-cam hinging system operates smoothly and is virtually maintenance free with its permanently lubricated needle bearing roller assembly. Optional stainless steel hinge is available. Bottom Hinge – For additional strength and durability the hinge is designed with pillow block constructed of zinc plated ductile iron (stainless steel is optional) with a UHMW sleeve and solid cast aluminum lower

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT FOODSERVICE EQUIPMENT FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 11 40 00-21

hinge adapter. Plus the lower hinge adapter has a provision for mounting an optinal spring assist. Window – 1/8" thick polycarbonate window with black frame is recessed a minimum of 1/8" from the face of the panel to protect the window's surface from abrasion caused by passing loads

4. Electric door to include both manual pull opening and remote control opening mechanisms PHASE II ITEM # 12 6" X 6" CONCRETE CURB - BY G.C. Quantity: One (1) Manufacturer: Custom Model: CUSTOM SIS No.: D709 1. One (1) Model CUSTOM (LOT) Per Structural Engineers specifications and Provided by General Contractor PHASE II ITEM # 13 BOLLARDS - BY G.C. Quantity: One (1) Manufacturer: Custom Model: CUSTOM SIS No.: D709 1. One (1) Model CUSTOM (LOT) Furnish and install per plans and Detail 4 Sheet FS.08.0, Provided by

General Contractor 5" Diameter Schedule 40 Standard Steel Pipe, concrete filled and painted w/ 2 coats primer and 2 coats traffic signal yellow.

PHASE II ITEM # 14 SPARE NO. ITEM # 15 SPARE NO. ITEM # 16 STEEL INTERIOR FRAMING AND FOOTING Quantity: One (1) Manufacturer: ThermalRite Model: CUSTOM SIS No.: D709 1. One (1) Model CUSTOM By Thermalrite. Furnish and install per plans, details and general specification in

parts 2 to 3 herein. 2. Refer to sheets FS.07.0A and FS.07.2A PHASE II ITEM # 17 WALK-IN FREEZER W/TRIM Quantity: One (1) Manufacturer: ThermalRite Model: WIF SIS No.: D709 1. One (1) Model WIF Freezer size per Plan. UL-listed, NSF7-approved prefabricated Modular Thermal

Barrier Panel Room to hold -10 degree F. Provide necessary labor, material, equipment and tools for complete installation to conform to drawings and specifications similar to Item Walk-in Cooler, EXCEPT:

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT FOODSERVICE EQUIPMENT FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 11 40 00-22

2. One (1) Finishes Walls: Galvanized/Embossed - 26 Ga. & Sanisteel White - 26 ga. Anti-Microbial (5mm) - interior Galvanized/Embossed - 26 Ga. & Galvanized/Embossed White - 26 Ga. - exterior Ceilings: Sanisteel White - 26 ga. Anti-Microbial (5mm) - interior Acrylume/Embossed - 26 Ga. - exterior Panel Thickness Walls: 5" UL Listed Class 1 Foam Ceilings: 5" UL Listed Class 1 Foam Openings D01: Everidge sliding door, finished opening 72"W x 120"H D01: Interior finish - STAINLESS STEEL 304 #4 22 GA D01: Exterior finish - STAINLESS STEEL 304 #4 22 GA Rain Hood (Slider) 1 Vent - 120V Magnum Flow Heated Ventilator (Kason 1845) 1 Flat Face Frame HDPE (White Plastic) 1 Powered door, 208 Vac, 1 Phase, 50/60 Hz, motor to left 1 Photocell - Open TDC Close, to exterior 1 Controlled remotely by location - Left 1 Hasp with power cutoff and emergency release 1 Kick plate: 48" .125 ATB - interior and exterior of door 1 Modularm 75LC (Temp Alarm/Light Control) (Branded ThermalRite) 1 Modularm Mc-1 (Light Control/Door Ajar Alarm) 1 Modularm Ip-1 (Panic Alarm/Light Control) 4 Kason 11820006040 High Bay LED Light Fixture

3. One (1) **Accommodate Item 19 72" x120" Electric Sliding Freezer Door with Chase Duralite Doors behind sliding door.

4. NOTE: Verify field dimensions and site conditions prior to fabrication. PHASE II ITEM # 18 EVAP. COIL- REFRIGERATION SYSTEM-PART OF REFRIGERATION RACK Quantity: One (1) Manufacturer: RDT Model: BEM-0370 SIS No.: D709 1. One (1) Model BEM-0370 Furnish and Install WIF Evaporator Coil per Plan, Details and Specifications on

sheet FS.06.0 2. Evaporator coils shall be a direct expansion type. Evaporators used will be all "Underwriters Laboratory

Listed" supplied from factory with an expansion valve, solenoid valve and Eco-Smart demand defrost controller (shipped loose), pre-wired and pre-piped under nitrogen pressure and designed for use with the refrigerant specified. Heater relay panel supplied for 3-phase heaters. Leak detector w/buzzer & strobe provided for each walk-in.

3. Electrical: 208v/3ph PHASE II ITEM # 19 ELECTRIC SLIDING DOOR - PART OF ITEM 17 Quantity: One (1) Manufacturer: ThermalRite Model: CUSTOM SIS No.: D709

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT FOODSERVICE EQUIPMENT FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 11 40 00-23

1. One (1) Model CUSTOM Electric sliding door, size per plan (72" x 120" Opening) with lock hasp, and 66"H 22 Ga DTA S/S Kickplates on Interior and Exterior. Interior finish .040 Aluminum embossed Exterior, 26ga Galvanized embossed white, 7" sill.

2. Electric Sliding Entrance Door Entrance doors shall be 60”x 120” Electric Sliding doors The door structural components are manufactured in aircraft grade aluminum extrusion or heavy duty corrosion resistant steel for durability and low maintenance. Door panel frames are produced in aircraft grade aluminum extrusion, reinforced with internal steel corner brackets for enhanced integrity. Doors a clad with NSF approved material to match box requirements and incorporate no wood design. R-32 in 4” panels, of foamed-in-place non CFC polyurethane, for rigidity and excellent insulation characteristics. All headers, casings, jambs incorporate a no wood design with the use of high density polyethylene extrusion, (HDPE). The HDPE is a maintenance free solution that provides exceptional resistance to moisture, fading, insects, splintering and warping. Consistent density and no voids in the material minimizes the possibility of bacteria, molds and fungus growth and create a strong durable frame. The HDPE has no wood fillers and has high color stability. The strength, durability and overall appearance of the HDPE mean that no additional steel cladding of the frame is required. The Motor/Operator – Power requirements 110V-575V, 1 phase, 60 cycle (one leg of 3 phase capped) Brushless technology motor totally enclosed for life. Controller with overload protection provides smooth quiet operation with programmable acceleration and deceleration. Two remote pull chord stations for open/close control. Controls to be dry contact. NEMA four enclosures. Programmable obstruction sensing for safety. Roller chain #40. Operates on an average speed of 30” per second to open and 18” per second to close.

3. One (1) Chase Doors Model DURULITE To include Chase Durulite Double Action Door 72” x 120” Door Panel – The industrial door is lightweight, weighing only 3.5 pounds per square foot, easy to open, operates smoothly and allows for safe passage of personnel and damage free equipment. The overall panel thickness is 1-7/8", the skin thickness is 1/4" thick and the door can be sized up to a 10' x 10'. Rotationally molded polyethylene outer skin retains it properties to –40°F. Insulated Core – The foamed-in-place Non-CFC urethane core (permanently bonded to the outer surface) does not break down when impacted, provides noise control and excellent insulation with an R factor of 10.83. Internal Reinforcement – The leading and back edge of door are internally reinforced with tubular steel to strengthen the door panel. Gasketing – USDA accepted durable gasketing is factory applied without the use of metal strips or fasteners, making it easy to replace in the field. Upper Hinge – Double-acting v-cam hinging system operates smoothly and is virtually maintenance free with its permanently lubricated needle bearing roller assembly. Optional stainless steel hinge is available. Bottom Hinge – For additional strength and durability the hinge is designed with pillow block constructed of zinc plated ductile iron (stainless steel is optional) with a UHMW sleeve and solid cast aluminum lower hinge adapter. Plus the lower hinge adapter has a provision for mounting an optinal spring assist. Window – 1/8" thick polycarbonate window with black frame is recessed a minimum of 1/8" from the face of the panel to protect the window's surface from abrasion caused by passing loads

4. Electric door to include both manual pull opening and remote control opening mechanisms PHASE II ITEM # 20 6" X 6" CONCRETE CURB - BY G.C. Quantity: One (1) Manufacturer: Custom Model: CUSTOM SIS No.: D709

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT FOODSERVICE EQUIPMENT FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 11 40 00-24

1. One (1) Model CUSTOM (LOT) Provided by General Contractor ITEM # 21 BOLLARDS - BY G.C. Quantity: One (1) Manufacturer: Custom Model: CUSTOM SIS No.: D709 1. One (1) Model CUSTOM (LOT) Furnish and install per plans and Detail 4 Sheet FS.08.0, Provided by

General Contractor 5" Diameter Schedule 40 Standard Steel Pipe, concrete filled and painted w/ 2 coats primer and 2 coats traffic signal yellow.

PHASE II ITEM # 22 SPARE NO. ITEM # 23 ROOF MTD. AIR COOLED REFRIGERATION RACK Quantity: One (1) Manufacturer: RDT Model: RDMC2-06Z-CT4-AST SIS No.: D709 1. One (1) Model RDMC2-06Z-CT4-AST Furnish and Install Refrigeration Rack per Plan, Details and

Specifications on sheet FS.06.1 2. Model No. RDMC2-06Z-CT4-AST as manufacturer by Refrigeration Design Technologies (RDT)

Connected to Item’s: 17, 9, 3 The RDT UL-Listed vertical discharge, air-cooled rack system designed for outdoor installation. The unit shall be pre-wired for a single point electrical connection with a main fused disconnect. The refrigeration unit shall be housed in a weather-protected structural carbon steel frame. The unit shall include individual dedicated air-cooled condensers. Condensers shall be aluminum fin/copper tube designed to operate at 15 degrees. The exterior housing shall feature stainless steel with one piece stainless steel louvers. Entire galvanized metal frame shall be pre-assembled, welded and cleaned. Lifting points shall be integrated in the feet at each corner to facilitate installation. Condenser fan motors shall be mounted within the enclosure. System provided with a step-down transformer for all 208v controls. Service receptacle provided on rack, to be powered by neutral from house. Condenser coil coated for protection against salt air environment. All compressor shall be scroll type and factory assembled to operate with R-407a refrigerant. Compressors SYS DESCRIPTION HP TEMP (H,M,L) REFR TYPE VOLT A1 Walk-in Freezer 15.0 L R-448a 480/3 A2 100% Redundant Scroll 15.0 L R-448a 480/3 B1 Walk-in Freezer 13.0 L R-448a 480/3 B2 100% Redundant Scroll 13.0 L R-448a 480/3 C1 Walk-in Cooler 6.0 M R-448a 480/3 C2 100% Redundant Scroll 6.0 M R-448a 480/3 Compressors and refrigeration piping will be installed in such a manner as to eliminate noise with vibration eliminators in refrigeration lines, as needed. Each compressor unit shall be equipped with a ball-bearing fan motor, fixed head pressure control, suction filter, liquid line sight glass, liquid line drier, crankcase heaters, headmaster controls or fan cycling, liquid line inlet and outlet valves, defrost cycle, heated/insulated receivers and armored super hose

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT FOODSERVICE EQUIPMENT FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 11 40 00-25

connections (in lieu of capillary tubes). All refrigerant lines shall be extended to one side of the package in a neat and orderly manner. All tubing shall be securely supported and anchored with non-corrosive coated clamps. All joints must be brazed, not soldered. All piping and controls shall be factory pressure-tested with nitrogen at 175 PSI. All field piping installed as per factory standards and the sizing of the piping shall meet proper velocities as per factory standards. Insulation will be foam type 25/50 smoke and fire type. Medium temperature will use 3/4" thick wall, low temperature will use 1" thick wall and sub-cooled liquid lines will use 1/2'' thick wall insulation. All insulation shall be jacketed with Aluminum (complying with division 15000,) 1-1/2” overlap and secured with wire “zip” ties. All jacket elbows to be roll formed. All field piping installed with plastic bushing wherever steel to copper tubing comes together. Include all labor, material, equipment, tools, refrigerant, oil, and other required accessories for the complete installation of the systems as shown and specified. Interconnection of all accessories accomplished for ease of servicing. After installation and before charging, evacuate all piping systems to a 500 micron evacuation. After evacuation, charge system with nitrogen and maintain pressure of 150% working pressure for 6 hours. Cap off, install pressure gauge and hold for 24 hours minimum. Re-evacuate, hold for 6 hours, charge and make electronic detector test all joints. Final wiring of connections, conduit and/or pull boxes, provided under applicable electrical and plumbing contracts. See R-1 drawing for wiring schematic for field wiring. WARRANTY AND SERVICE: Included shall be a full one (1) year warranty for all parts by factory and 90 day warranty on labor on the entire refrigeration package, from the day of final acceptance of the installation as previously specified.

3. Electrical: 460-480v/3ph PHASE II ITEM # 24 SPARE NO. ITEM # 25 LEAK DETECTION SYSTEM Quantity: Three (3) Manufacturer: RDT Model: MGS & BS101 SIS No.: D709 1. Three (3) Model MGS & BS101 Furnish and install per plans, details and general specifications in parts 2

to 3 herein. PHASE II

END OF SECTION 11 40 00

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT BASIC PLUMBING REQUIREMENTS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 22 00 00-1

SECTION 22 00 00 BASIC PLUMBING REQUIREMENTS

PART 1 GENERAL

1.1 OTHER REQUIREMENTS A. The Bidding, General and Supplementary of this project manual and specific sections as noted apply

to the work specified in Plumbing Division 22 which encompasses Sections 22 00 00 through 22 42 00. This Section 22 00 00 applies to all sections of Division 22 Plumbing.

1.2 SCOPE

A. It is the intent of these specifications and the accompanying drawings to describe complete plumbing systems installations for all building areas, new and renovation.

B. Furnish and install all material, labor and equipment in accordance with these documents. C. Include all incidental items and work not specifically shown or specified but required by good practice

in a complete system. D. The drawings and specifications are complementary. What is called for in one shall be called for in

both. E. The drawings are diagrammatic but should be followed as closely as possible. Where required by

jobsite conditions, relocate and provide fittings, etc., as required. Provide an allowance in the contract bid to furnish additional pipe and fittings required for coordination with structure and other construction trades.

1.3 DEFINITIONS

A. Or approved equal: Requires approval prior to bid date. B. Indicated:

1. The term "indicated" is a cross reference to details, notes, or schedules on the drawings, other paragraphs or schedules in the specifications, and similar means of recording requirements in the Contract Documents.

2. Where terms such as "shown," "noted," "scheduled," and "specified" are used instead of "indicated," it is for the purpose of helping the reader locate the cross reference, and no limitation of location is intended except as specifically noted.

C. Directed, Requested, Etc.: Where not otherwise explained, terms such as "directed," "requested," "authorized," "selected," "approved," "required," "accepted," and "permitted" mean "directed by the Engineer," "requested by the Engineer," etc. However, no such implied meaning will be interpreted to extend the Engineer's responsibility into the Contractor's area of construction supervision.

D. Site or Project Site: The space available to the Contractor for the performance of the work, either exclusively or in conjunction with others performing the work as part of the project. The extent of the project site is shown on the plumbing drawings and is not identical with the description of the land upon which the project is to be built.Approved: 1. Where used in conjunction with the Architect's response to submittals, requests, applications,

inquiries, reports and claims by the Contractor, the meaning of the term "approved" will be held to the limitations of the Architect's responsibilities and duties as specified in the General and Supplementary Conditions.

2. In no case will "approval" by the Architect be interpreted as a release of the Contractor from responsibilities to fulfill requirements of the Contract Documents.

E. Provide: The term "provide" means to furnish and install, complete and ready for the intended use.

1.4 STANDARDS AND CODES

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT BASIC PLUMBING REQUIREMENTS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 22 00 00-2

A. Provide all equipment and material and perform all work in accordance with all local, state and national codes and regulations.

B. For work on this project, comply with appropriate standards published by the following: 1. American National Standards Institute. 2. Acoustical Society of America. 3. American Society of Mechanical Engineers. 4. American Society of Plumbing Engineers. 5. American Society for Testing and Materials. 6. Institute of Boiler and Radiator Manufacturers. 7. National Electrical Manufacturers Association. 8. National Fire Protection Association. 9. Underwriters' Laboratories.

C. Comply with all requirements from Title 24 CCR.

1.5 APPROVAL OF EQUIPMENT AND MATERIALS A. Manufacturer's trade names, catalog numbers and material specifications used in this specification

are intended to establish the quality of equipment or materials expected. Materials and manufacturers not listed require approval prior to the bid date.

B. Approval of substitute equipment or materials will be based upon performance, quality and other factors deemed important by the Architect. The Contractor will be responsible for making all changes in this and other associated work required as a result of the substitution. Additional or modified structural calculations and roof penetrations required to accommodate the substitution will be the responsibility of the contractor.

1.6 SUBMITTALS

A. Transmit five sets of submittals to the Architect for review. The submittals shall be bound in three-ring binders, have major topic tabs and an index. In order to expedite approval of certain items, it is not necessary to transmit complete submittals initially. The initial transmittal will include the binder, expected tabs and an index indicating which items are included, the date each is transmitted, and which items are yet to be transmitted. Future transmittals shall include a revised index.

B. Furnish performance data and technical information on all materials and equipment to be used on the project.Include shop drawings with the submittals where necessary to determine clearance, where the Contractor proposes alternate equipment or material arrangements, and when requested by the Architect.

C. Items transmitted for approval must be received in the Architect's office within 45 days of contract award. The Architect prior to installation must approve all material and equipment.

D. Review of submittals or shop drawings by the Architect does not relieve the Contractor from the requirements of the Contract Documents unless specific approval has been requested for a given deviation.

1.7 QUALITY ASSURANCE

A. Maintain the highest standards of workmanship throughout the project. B. Use the latest adopted editions of applicable and specifically referenced standards.

C. Inspect all material and equipment upon arrival at the site and return any which is not in new

condition.

PART 2 PRODUCTS Not Used

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT BASIC PLUMBING REQUIREMENTS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 22 00 00-3

PART 3 EXECUTION

3.1 COORDINATION A. Cooperate with other trades to assure that construction proceeds in an orderly and timely manner.

Contract cost increases due to improperly sequenced work with other trades will not be allowed. B. Study the new and existing architectural, structural, electrical, shop and any specialty drawings as

appropriate and specifications to determine required coordination. C. Prepare detailed shop drawings where necessary to assure proper fit and necessary clearance. D. Refer to electrical drawings to verify voltage and phase of plumbing equipment.

3.2 PERMITS, FEES AND INSPECTIONS A. Obtain all required permits and pay for all fees and connection charges. B. Schedule any required inspections.

3.3 MATERIALS AND WORKMANSHIP A. Furnish all materials and equipment in new condition, free from defects and of size, make, type and

quality specified. Installation shall be in a neat and workmanlike manner. B. When two or more items of the same kind, type or class are required, use items of a single

manufacturer.

3.4 MEASUREMENTS

A. Take all measurements from reference datums established by the plumbing contractor. B. Establish all inverts, slopes and manhole elevations by approved instrument. C. Provide a means of allowing the Architect to check that slopes and elevations are in accordance with

drawings and specifications.

3.5 DELIVERY, HANDLING AND STORAGE

A. Receive all material and equipment at the jobsite or shop.

B. Use proper and sufficient equipment to handle all products employed in the project. C. Where storage of material or equipment is necessary, it shall be a clean and weatherproof area. Seal

any openings and cover the product to assure that there will be no corrosion or foreign matter introduced. Assure that it will be in new condition when placed in service.

3.6 EQUIPMENT INSTALLATION, BRACING AND SUPPORT

A. Install all equipment in strict accordance with the manufacturer's instructions unless otherwise indicated.

B. The drawings in general are based upon one of the specific manufacturers listed for a particular equipment item. The other specified manufacturers and additional approved manufacturers of equipment may require deviations from the drawings to properly install the particular equipment in accordance with the manufacturer's recommendations and to provide the system results required. Provide all work necessary in the base bid price to install this equipment per the manufacturer's instructions.

C. Where the installation shown or specified is contrary to the manufacturer's instructions, advise the Architect in writing of the differences before proceeding with the installation.

D. Provide supports for all apparatus as specified, detailed, as required by the manufacturers of specific equipment and the project governing code authorities. Anchor all roof and base/floor mounted equipment with size and spacing of anchor bolts or other attachment means as recommended by the respective equipment manufacturer. Provide seismic restraints on all plumbing equipment in

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT BASIC PLUMBING REQUIREMENTS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 22 00 00-4

conformance with the SMACNA "Seismic Restraint Manual Guidelines for Mechanical Systems", Seismic Zone 4. Costs for seismic calculations are to be included in the bid price.

E. Maintain a copy of the manufacturer's installation instructions at the jobsite for all equipment.

3.7 SLEEVES AND INSERTS A. Provide sleeves at all locations where piping and ductwork passes through building construction. B. Sleeves for interior walls and floors shall be 22 gauge galvanized or heavier as required. Sleeves for

exterior walls shall be cast iron, wall thickness as required. 1. Wall sleeves shall be installed in all exterior walls and all interior masonry or fire-rated walls

in a manner that preserves the fire-rated or watertight integrity of the wall. Interior wall sleeves for uninsulated pipe shall allow minimum 1/4-inch clearance all around pipe for pipe movement. Allow 1-inch clearance around pipe at building expansion joints.

2. Interior wall sleeves for insulated piping shall be selected to encompass the pipe and insulation and allow minimum 1/4-inch clearance around insulation for pipe movement. Allow 1-inch clearance around pipe and insulation at building expansion joints.

3. Floor sleeves shall extend 1/2-inch above the floor and shall be sealed watertight. 4. Floor sleeves shall be oversized to allow 1/2-inch minimum space all around pipe or pipe and

insulation where applicable. Seal space between pipe and sleeve with Dow Corning Fire Stop System, 3M brand CP25 or approved equal. Sealant must be between pipe and sleeve. Sealant between insulation and sleeve is not acceptable. Install firestop materials in complete accordance with the manufacturer’s instructions and in compliance to applicable UL listings.

C. Seal space between pipe and sleeve with Dow Corning Fire Stop System, 3M Brand CP25 or approved equal where piping penetrates firewall or floors. Sealant must be between pipe and sleeve; sealant between insulation and sleeve is not acceptable. Install firestop materials in complete accordance with the manufacturer’s instructions and in compliance to applicable UL listings.

3.8 FLOOR, WALL AND CEILING PLATES

A. Provide escutcheon plates where all exposed piping passes through finished walls, floors and ceilings, including accessible cabinet spaces.

B. Floor plates: deep recessed, cast brass, chrome plated. C. Wall and ceiling plates: spun aluminum, chrome plated. D. Secure plates to pipe or structure. Plates shall not penetrate insulation vapor barriers. Size plates to

sufficiently cover pipe sleeves and openings in finish materials.

3.9 PROTECTION

A. Protect all work, material and equipment from loss or damage until the Owner accepts the project. B. As the work progresses, keep all equipment covered and cap all piping that may temporarily be left

unconnected. C. Notify all other trades of any required precautions necessary to protect the work.

3.10 ACCESSIBILITY A. Provide convenient access by location or access panel to all equipment requiring periodic service.

3.11 ELECTRICAL WORK

A. Materials and work to be provided as a part of this Plumbing Division 22 are: 1. Equipment control wiring. 2. Interlock wiring. 3. Motor starters

B. Wherever possible, provide all interconnect wiring within or on a piece of equipment with the equipment unless shown or specified otherwise. An electrician licensed to perform this type of work shall perform

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT BASIC PLUMBING REQUIREMENTS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 22 00 00-5

all field wiring.

3.12 RELATED WORK

A. The following work and materials are specified elsewhere: 1. Pipe chases, equipment pads and foundations, trenches, painting, louvered and access panels

except as otherwise specified in this division. 2. Framed openings, wood grounds and nailing strips, masonry, concrete and other

architectural and structural elements. B. The following work and materials are specified in Electrical Division:

1. Power wiring. 2. Disconnect switches. 3. Furnishing and installation of disconnect switches. 4. Installation of magnetic starters.

3.13 CLEANING A. Maintain premises and public properties free from accumulations of waste, debris and rubbish during

construction. B. Clean all plumbing equipment of dust, grease, iron cuttings, unnecessary stamps or shipping labels, etc. C. Touch up factory-painted surfaces, as necessary, with paint of matching color.

3.14 RECORD DRAWINGS A. Maintain one set of construction drawings at the jobsite for the sole purpose of recording work of the

plumbing contract, as actually installed. B. Upon request, the Architect will provide drawings to the plumbing contractor. The Contractor shall pay

the reproduction costs. C. Record all piping by dimensions from gridlines, below grade, above floor, etc. Show location of all access

panels, cleanouts, rough-in for future, etc. D. Make record drawings available to the Architect for review or reproduction during construction. The

Architect will pay any printing costs. E. Deliver record drawings to the Architect promptly upon completion of the project.

3.15 OPERATION AND MAINTENANCE MANUALS: A. Submit five copies of the Operation and Maintenance Manuals to the Architect for approval before

project completion. Bind the instruction books with three-ring 8-1/2" x 11" side binders with plastic covers. Include an index and tabs for major systems and equipment. Operation and Maintenance Manuals shall include the following: 1. Directories:Supplier Directory: Alphabetical list of principal subcontractors and

suppliers of equipment giving names, addresses and telephone numbers. 2. Supplier Directory: Alphabetical list of principal subcontractors and suppliers of

equipment giving names, addresses and telephone numbers. 3. Equipment Directory: List of plumbing equipment installed such as, pumps, water heaters,

plumbing fixtures, etc., giving drawing reference numbers, location, area served, manufacturer with model number and supplier.

4. Valve Tag Directory. B. Manufacturer's Literature:

1. Show name, address and phone number of the nearest service facility authorized by the manufacturer.

2. Include illustrations, diagrams, and instructions for installation, startup, operation, inspections, maintenance, parts list, data sheets and other necessary materials.

3. Include complete electrical, schematic and connection diagrams for each equipment item.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT BASIC PLUMBING REQUIREMENTS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 22 00 00-6

4. Include the name, address and phone number of contractor(s) who furnished and who installed equipment and systems.

5. Where the literature covers more than one model, check off neatly in ink correct model number and data for the model number including all specified options.

6. In those instances where the equipment, its mode of control, or both, is job assembled for special functions, then provide written operating and maintenance instructions prepared by the assembler on 8-1/2" x 11" sheets.

C. Maintenance Instructions: 1. Where instructions for maintenance are not included in the manufacturer's literature, provide

supplemental data to enable proper maintenance of the equipment installed. 2. Include specific lubrication methods and recommended frequencies along with

procedures and precautions for inspection and routine service. D. Copy of Written Guarantee. E. Recommended Spare Parts Stock.

3.16 OWNER MEETING A. Schedule a meeting between the Contractor's representative and the Owner for the purpose of

reviewing operation and maintenance of the building mechanical systems. The Contractor's representative shall be well qualified and knowledgeable of the systems in this facility.

B. The meeting shall be scheduled to allow the Owner and appropriate subcontractors and equipment suppliers to attend.

C. The meeting shall be scheduled promptly upon completion of the project and approval of the Operation and Maintenance Manuals.

D. The Contractor shall review the Operation and Maintenance Manuals and record drawings in detail with the Owner. The Contractor shall then walk the job with the Owner, pointing out locations of equipment, lubrication points, controller settings, cleanouts and other items

3.17 CUTTING AND PATCHING

A. Cut work as required for installation and patch to match original conditions as directed and approved by Architect. Do not cut structural portion without Architect's approval.

B. When masonry construction must be penetrated, provide a steel pipe sleeve in opening and grout in place in a neat manner. Leave grout surface to match existing finish.

C. Prior to cutting any existing work, locate all concealed utilities to eliminate any possible service interruption or damage.

3.18 FIRESTOPPING PENETRATIONS IN FIRE-RATED WALL/FLOOR ASSEMBLIES

A. Contractors shall provide proper sizing when providing sleeves or core-drilled holes to accommodate the through penetrating items. All voids between sleeve or core-drilled hole and pipe passing through, shall be firestopped to meet the requirements of ASTM E-814.

B. Fire stop penetrations in accordance with the U.L. listed assemblies provided by the manufacturers of the products used.

3.19 CONTRACT COST DATA

A. Furnish to the Architect a cost breakdown of the Plumbing Contract by specification section.

3.20 CHANGE ORDERS

A. All supplemental cost proposals by the Contractor shall be accompanied with a complete itemized

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT BASIC PLUMBING REQUIREMENTS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 22 00 00-7

breakdown of labor and materials cost without exception.

B. Contractor's estimating sheets for the supplemental cost proposals shall be made available to the Architect. Labor must be separated and allocated for each item of work.

C. Material cost, as used in this section, to be Contractor's actual "invoice" cost. All discounts shall be detailed and shown on the invoice. Labor cost shall be the actual cost per man-hour including all taxes and fees.

3.21 VERIFICATION OF EXISTING CONDITIONS

A. Verify field conditions and measurements prior to the manufacture or order of materials and equipment.

B. Produce shop drawings with details as required to verify proper installation of materials & equipment in conformance with applicable codes and the manufacturer's requirements.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT BASIC PLUMBING REQUIREMENTS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 22 00 00-8

3.22 SYSTEMS WIRING

END OF SECTION 22 00 00

ITEM FURNISHED BY INSTALL BY POWER WIRING CONTROL WIRING

1.Division

Equipment Motors Div. 22 Div. 22 Div. 26 Div. 22

2.

Motor Starters, Contactors and

Overload Heaters -Integral Div. 22 Div. 26 Div. 26 Div. 22

3. Motor Control Centers Div. 26 Div. 26 Div. 26 Div. 22

4.

Fused & Unfused

Disconnect Switches Div. 26 Div. 26 Div. 26 -

5.Manual

Operation Switches Div. 22 Div. 22 Div. 22 Div. 26

6. Control Relays & Transformers Div. 22 Div. 22 Div. 22 Div. 22

7.Energy

Management Control Panels Div. 22 Div. 22 Div. 22 Div. 22

8. Motorized Solenoid Valves Div. 22 Div. 22 Div. 22

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL DUTY VALVES FOR PLUMBING FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 22 05 23-1

SECTION 22 05 23 GENERAL DUTY VALVES FOR PLUMBING

PART 1 GENERAL

1.1 SUMMARY

A. Work included: Providing of all required valves, cocks and faucets.

1.2 SUBMITTALS

A. Provide submittals in accordance with Section 22 00 00.

B. Submittals shall include manufacturer's catalog or technical data showing performance, dimensions, materials of construction and recommended methods of installation.

1.3 OPERATION AND MAINTENANCE DATA

A. Provide O&M data in accordance with Section 22 00 00.

B. O&M data will include manufacturer's literature and Maintenance instructions. PART 2 PRODUCTS

2.1 MANUFACTURERS

A. Gate Valves, Ball Valves and Drain Valves: Hammond, Apollo, Nibco or approved equal. Hammond used as basis of selection.

B. Valves for Natural Gas Service: Hammond, Pegler, Jomar, Leonard or approved equal.

2.2 DESCRIPTION

A. Bronze Gate Valve (Domestic Water Service): Figure IB 647 or IB 648, Class 150, 300 PSI non- shock cold water rated, threaded or solder type bronze body gate valve with solid wedge disc, integral seat, union bonnet, rising stem, iron handwheel.

B. Ball Valves (Domestic Water Service): Ball valves for domestic water service shall be Figure 8501-07 or

8511-07, 150 WSP / 600 WOG, 400 PSI non-shock cold water rated solder type 2- piece bronze body ball valve with full port / ¾” and larger large port, threaded or solder ends, blow out proof stem, TFE seats, TFE packing, free floating chrome plated brass ball and locking lever.

C. Horizontal Swing Check Valves: Figure IB946 or IB945, 150 lb. threaded or solder type bronze swing

check valve with renewable Teflon composition disc.

D. Drain Valves: Figure 8501-H or 8511-H 150 WSP / 600 WOG, 400 PSI non-shock cold water rated solder type 2-piece bronze body ball valve with full port / large port, threaded or solder ends, blow out proof stem, TFE seats, TFE packing, free floating chrome plated brass ball. Provide with bronze hose thread adapter for hose connection and cap and chain.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL DUTY VALVES FOR PLUMBING FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 22 05 23-2

E. Natural Gas Service: Brass body, threaded ends, lever handle, chrome plated ball, TFE or PTFE seat valves for natural gas service shall be AGA listed for use with natural gas at 5-psig minimum service pressure.

PART 3 EXECUTION

3.1 INSTALLATION

A. Provide valves at connections to equipment, where shown on the drawings or as required.

B. Install all valves with stem horizontal or above, accessible and same size as connected piping.

C. Provide separate support for valves where necessary.

D. Where valves installed are not line size, provide concentric reducers from line size to valve size.

E. Install check valves in horizontal position only.

END OF SECTION 22 05 23

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT HANGARS & SUPPORTS FOR PLUMBNIG PIPING &EQUIPMENT

FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 22 05 29-1

SECTION 22 05 29 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT

PART 1 GENERAL

1.1 SUMMARY

A. Work included: Providing of all required hangers and supports for plumbing piping, and equipment.

1.2 SUBMITTALS

A. Provide submittals in accordance with Section 22-00-00.

B. Submittals shall include: 1. Manufacturer's technical literature for all products used indicating service for each type of

hanger. 2. Include proposed pre-manufactured piping vibration isolation products.

PART 2 PRODUCTS

2.1 MANUFACTURERS

A. Erico, Grinnell, Super Strut. Erico used for basis of selection.

B. Rooftop Pipe Support: Miro Industries, M-CO, Grinnell, Super Strut. Miro Industries used for basis of selection.

2.2 DESCRIPTION

A. Pipe Attachments: 1. Non-insulated ferrous pipe (1/2 to 1-1/2 inch): Model #100. 2. Non-insulated ferrous pipe (2 inch and larger): Model #400. 3. Non-insulated copper pipe: Model #101. 4. Insulated pipe: Models # 103 and #403. 5. Riser clamp, ferrous pipe: Model #510. 6. Riser clamp, copper pipe: Model #520.

B. Upper Attachments: Attachment to wood structures where weights permit shall be Models #325 or #328.

C. Structural Attachments: Provide all necessary structural attachments such as concrete anchors, beam clamps, hanger flanges and brackets. Hangers shall not be suspended from other piping, equipment, etc.

D. Rooftop Pipe Support: Miro Industries ‘Pillow Block Pipestand” Model #1.5 for 1-1/2” and smaller pipe, Model #3 for pipe over 1-1/2” to 3” pipe.

E. Miscellaneous items such as hanger rod, rod couplings, turnbuckles, etc. shall be standard figure

numbers of the same manufacturer as the attachments.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT HANGARS & SUPPORTS FOR PLUMBNIG PIPING &EQUIPMENT

FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 22 05 29-2

PART 3 EXECUTION

3.1 INSTALLATION

A. Provide hangers and supports in accordance with the instructions furnished by the manufacturers of these devices.

B. For horizontal pipe lines install pipe hangers with maximum hanger spacing and maximum hanger rods

as recommended in the 2017 edition of the ASHRAE Guide and Data Book, Pipe Design Chapter 22: Where concentrated loads of valves, fittings, etc. occur, closer spacing will be necessary and shall be based on the weight to be supported and the maximum recommended loads for the hanger components. Cast iron soil pipe shall be supported at every joint.

C. Provide additional structural members where required to support piping.

D. Provide hangers and support devices in accordance with the equipment manufacturer's instructions for all equipment.

E. Provide seismic bracing and supports per SMACNA Seismic Restraint Manual Guidelines and as required

by the governing jurisdiction for all Plumbing Systems. Provide seismic restraint details and calculations and stamped, signed structural drawings for equipment hangers or supports as required by the governing code jurisdiction. Cost for all seismic detail development and calculations are to be included in the base bid price.

F. Provide stainless steel hangers, straps and supports similar to the above specified figures for all piping

and equipment hanging/anchoring/support requirements in the Pool and Spa Areas.

END OF SECTION 22 05

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT TESTING OF PLUMBING FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 22 05 93-1

SECTION 22 05 93 TESTING OF PLUMBING

PART 1 GENERAL

1.1 SUMMARY

A. Work Included: Pressure testing of piping.

1.2 OPERATION AND MAINTENANCE DATA

A. Provide O&M data in accordance with Section 22 00 00.

B. O&M data shall include certificate of completion, inspection and test by authority having jurisdiction on required piping systems.

1.3 QUALITY ASSURANCE

A. Code Compliance: Perform required tests in the presence of the authority having jurisdiction.

B. Owner Witness: Perform all tests in the presence of the Owner's representative.

C. Simultaneous Testing: Test observations by the authority having jurisdiction and the Owner's representative need not occur simultaneously.

PART 2 PRODUCTS

2.1 DESCRIPTION

A. Instruments, gauges, meters and necessary connection points for performance of the tests shall be furnished by the Contractor.

PART 3 EXECUTION

3.1 GENERAL

A. Piping: Test prior to concealment, insulation being applied, and connection to equipment, fixtures, or specialties. Conduct tests with all valves but those used to isolate the test section 10% closed.

B. Leaks: Repair all leaks or replace defective pipe or fittings and retest until stipulated results are

achieved.

C. Notification: Advise the Architect 48 hours in advance of each test. Failure to so notify will require test to be rescheduled.

D. Testing Equipment: Provide all necessary pumps, gauges, connections similar items required to perform

the tests.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT TESTING OF PLUMBING FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 22 05 93-2

3.2 TESTING REQUIREMENTS

A. Sanitary and Storm Systems: Test entire system or sections of system by closing all openings in piping except the highest opening and filling system with water to the point of overflow. If the system is tested in sections, plug each opening except the highest opening of the section under test and fill each section with water, but none with less than 6 feet head of water above the maximum estimated ground water level. Keep the water in system, or in portions under test, for 24 hours before testing begins. Test for six (6) hours with a maximum of 0.3 gallon per hour per inch diameter per 100 feet run of loss allowed. Locate and repair leaks. The maximum pressure on the lowest system invert is not to exceed 16 feet of head.

B. Piping - General: Test all piping as noted below, with no leaks or loss in pressure for the time

indicated. Repair or replace defective piping until tests are completed successfully.

System Domestic Water

Pressure

150 psig

Medium

water

Duration

4 hours Systems

Natural Gas 60 psig air 4 hours

Misc. Piping

1.5x normal operating pressure

nitrogen or water as appropriate

4 hours

END OF SECTION 220593

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL ELECTRICAL PROVISIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 01 00-1

GENERAL ELECTRICAL PROVISIONS SECTION 26 01 00

PART 1 GENERAL

1.1 SCOPE

A. Work Included: All labor, materials, appliances, tools, equipment, facilities, transportation and services necessary for and incidental to performing all operations in connection with furnishing, delivery and installation of the work of this Section, complete, as shown on the Drawings and/or specified herein. Work includes, but is not necessarily limited to, the following:

1. Examine all other Sections for work related to those other Sections and required to be included as work under this Section.

2. General Provisions and Requirements for electrical work.

3. Division-1; General Requirements; General Conditions. B. Organization of the Specifications into Divisions, Sections and Articles, and arrangement of Drawings

shall not control the Contractor in dividing the Contract Work among Subcontractors or in establishing the extent of work to be performed by any trade.

1.2 GENERAL SUMMARY OF ELECTRICAL WORK

A. The Specifications and Drawings are intended to cover a complete installation of systems. The omission of expressed reference to any item of labor or material for the proper execution of the work in accordance with present practice of the trade shall not relieve the Contractor from providing such additional labor and materials.

B. Refer to the Drawings and Shop Drawings of other trades for additional details, which affect the proper installation of this work. Diagrams and symbols showing electrical connections are diagrammatic only. Wiring diagrams do not necessarily show the exact physical arrangement of the equipment.

C. Before submitting a bid, the Contractor shall become familiar with all features of the Building Drawings and Site Drawings, which may affect the execution of the work. No extra payment will be allowed for failure to obtain this information.

D. If there are omissions or conflicts between the Drawings and Specifications, clarify these points with the Owner’s Representative before submitting bid and before commencing work.

E. Provide Work and Material in conformance with the Manufacturer’s published recommendations for respective equipment and systems.

1.3 LOCATIONS OF EQUIPMENT

A. The Drawings indicate diagrammatically the desired locations or arrangements of conduit runs, outlets, equipment, etc., and are to be followed as closely as possible. Proper judgment must be exercised in executing the work so as to secure the best possible installation in the available space and to overcome local difficulties due to space limitations or interference of structure conditions encountered.

B. Where Outlets are placed on a wall, locate symmetrically with respect to each other and other features or finishes on the wall.

C. In the event changes in the indicated locations or arrangements are necessary, due to developed conditions in the building construction or rearrangement of furnishings or equipment, such changes shall be made without cost to the Contract, providing the change is ordered before the conduit runs, etc., and work directly connected to same is installed and no extra materials are required.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL ELECTRICAL PROVISIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 01 00-2

D. Coordinate and cooperate in every way with other trades in order to avoid interference and assure a satisfactory job.

E. The Location of the existing utilities, building, equipment and conduit shown on the Drawings is approximate. Verify exact locations and routing of existing systems by pot holing all trench routes prior to digging the trench. Pothole at least 100-feet ahead of the actual trenching to allow space to alter the new conduit routing to accommodate existing conditions.

F. Underground Detection Services Existing Utility Structures

1. Services shall be provided utilizing the latest detection equipment available. Services shall be performed by a company regularly engaged in the business of existing Under- ground Utility Structure Detection for the past 5-years.

2. Prior to excavation the following work shall be performed: a. Contractor to mark trenching locations and indicate width and depth. b. Locate, by way of vertical and horizontal control dimensions, existing subgrade petroleum

product pipes, process piping, conduits, sewer, water, gas, storm drain, electrical, telephone and irrigation lines in the affected areas of Contract Construction Work.

c. Arrange and meet with the Owner's Representative to review existing underground conditions.

d. The proposed route of each excavation shall be continuously surveyed along the entire excavation path using Ground-Penetrating Radar (GPR) operating from the surface grade. The GPR shall detect and map existing underground metal and non- metal private and public utility lines, pipes, conduits, conductors, etc. The GPR shall identify the horizontal and vertical location of existing underground conditions located at a depth of up to 3-meters below finish grade and located with a vertical and horizontal accuracy within ±12-inches of actual condition.

3. Exercise extreme caution in excavating and trenching on this site to avoid existing under- ground utilities, and to prevent hazard to personnel and/or damage to existing under- ground utilities or structures. These Drawings and Specifications do not include necessary components for construction safety, which is the responsibility of the Contractor.

4. Repair/replace, without additional cost to the Contract, and to the satisfaction of the Owner any existing work damaged that was identified in the Record Drawings provided; Identified by the Owner’s Representative; Identified by the Underground Detection Services performed; or any existing work damaged as a result of failure to comply with all the Referenced Requirements.

5. The Contractor shall contact Underground Service Alert (USA) of Southern California, at least 48-hours prior to excavation, and shall not excavate until verification has been received from the USA and that public utilities serving the site have been located and marked.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL ELECTRICAL PROVISIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 01 00-3

G. The Locations of existing underground utilities, where shown on Drawings, are shown diagrammatically and have not been independently verified by the Owner, the Owner’s Representative, the Architect/Engineer. The Owner, the Owner’s Representative, and the Owner’s Architect/Engineer are not responsible for the location of underground utilities or structures, whether or not shown or detailed and installed under this or any other Contracts. The Contractor shall identify each existing utility line prior to excavation and mark the locations on the ground of each existing utility line.

1.4 PERMITS

Take out and pay for all required permits, inspections, and examinations without additional cost to the Owner.

1.5 QUALITY ASSURANCE

A. Work and Materials shall be in full accordance with the latest Rules and Regulations as. The publications shall be included in the Contract Documents Requirements. If a conflict occurs between the following publications and any other part of the Contract Documents, the Requirements describing the more restrictive provisions shall become the applicable Contract definition: (Partial list of applicable Codes as of January 1, 2020)

1. 2019 California Building Code (CBC), Part 2, Title 24 C.C.R. (2018 International Building Code Vol. 1-2 and 2019 California Amendments)

2. 2019 California Electrical Code (CEC), Part 3, Title 24 C.C.R. (2017 National Electrical Code and 2019 California Amendments)

3. 2019 California Energy Code (CEC), Part 6, Title 24 C.C.R.

4. 2019 California Fire Code (CFC), Part 9, Title 24 C.C.R. (2018 International Fire Code and 2019 California Amendments)

5. 2019 California Referenced Standards Code, Part 12, Title 24 C.C.R.

6. Regulations of the State Fire Marshal, C.C.R. Title 19

7. Other applicable State and Local Government Agencies Laws and Regulations.

8. Electrical Installation Standards National Fire Protection Association (NFPA): a. NFPA 13 Automatic Sprinkler Systems b. NFPA 14 Standpipe and Hose Systems c. NFPA 17 Dry Chemical Extinguishing Systems d. NFPA 17A Wet Chemical Extinguishing Systems e. NFPA 72 National Fire Alarm and Signaling Code f. NFPA 80 Fire Doors and other opening protectives g. NFPA 101 Life Safety Code

B. All Material and Equipment shall be new and shall be delivered to the site in unbroken pack- ages. All material and equipment shall be listed and labeled by Underwriters Laboratories or other recognized testing laboratories, where such listings are available. Comply with all Installation Requirements and restrictions pertaining to such listings.

C. Work and Material shown on the Drawings and in the Specifications are new and included in the Contract unless specifically indicated as existing or N.I.C. (not in contract).

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL ELECTRICAL PROVISIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 01 00-4

D. Keep a copy of all applicable Codes and Standards available at the job site at all times for reference while performing work under this Contract. Nothing in Plans or Specifications shall be construed to permit work not conforming to the most stringent of Building Codes.

E. Where a conflict or variation occurs between applicable Codes, Standards, and/or the Contract Documents, the provisions of the most restrictive provision shall become the Requirement of the Contract Documents.

1.6 SUBMITTALS (ADDITIONAL REQUIREMENTS)

A. General

1. Review of Contractor’s submittals is for general conformance with the design concept of the project and general compliance with the information given in the Contract Documents. Any action shown is subject to the Requirements of the Plans and Specifications. Contractor is responsible for quantities; dimensions which shall be confirmed and correlated at the job site; fabrication processes and techniques of construction; coordination of work with that of all other trades and satisfactory performance of their work.

2. The Contractor shall review each submittal in detail for compliance with the Requirements of the Contract Documents prior to submittal. The Contractor shall "Ink Stamp" and sign each item of the submittal with a statement "CERTIFYING THE SUBMITTAL HAS BEEN REVIEWED BY THE CONTRACTOR AND COMPLIES WITH ALL THE REQUIREMENTS OF THE CONTRACT DOCUMENTS". The Contractor shall clearly and specifically identify each individual proposed substitution, substitution of equal or proposed deviation from the Requirements of the Contract Documents with a statement "THIS ITEM IS A SUBSTITUTION".

The burden of research, preparation of calculations and the furnishing of adequate and complete Shop Drawings information to demonstrate the suitability of Contractor’s proposed substitutions and suitability of proposed deviations from the Contract Documents is the responsibility of the Contractor.

3. Departure from the submittal procedure will result in resubmittals and delays. Failure of the Contractor to comply with the Submittal Requirements shall render void any acceptance or any approval of the proposed variation. The Contractor shall then be required to provide the equipment or method without variation from the Contract Documents and without additional cost to the Contract.

4. The Contractor at no additional cost or delays to the Contract shall remove any work, material and correct any deficiencies resulting from deviations from the Requirements of the Contract Documents not approved in advance by the Owner prior to commencement of work.

5. Shop Drawings submitted by the Contractor, which are not specifically required for submittal by the Contract Documents, or Contractor Shop Drawings previously reviewed and resubmitted without a written resubmittal request to the Contractor, will not be reviewed, considered, or commented on. The respective Shop Drawing submittal/ resubmittal will not be returned to the Contractor and will be destroyed without comment or response to the Contractor. The respective submittal shall be considered null and void as being not in compliance with the Requirements of the Contract Documents.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL ELECTRICAL PROVISIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 01 00-5

6. Refer to Division-1 for Additional Requirements.

B. Material Lists and Shop Drawings

1. Submit material list and Equipment Manufacturers for review within 35-days of award of Contract. Give name of Manufacturer and where applicable, brand name, type and/or catalog number of each item. Listing of more than one Manufacturer for any one item of equipment, or listing items "as specified", without both make and model or type designation, is not acceptable. Shop Drawings shall not be submitted before review completion of Manufacturers list. The right is reserved to require submission of samples of any material whether or not particularly mentioned herein.

2. After completion of review of the Material and Equipment Manufacturers list, submit Shop Drawings for review within 90-days after return of the review comments for Contractor Material List, submit all Shop Drawings for review. Shop Drawings shall be submitted in completed bound groups of materials (i.e., all lighting fixtures or all switch- gear, etc.). The Contractor shall verify dimensions of equipment and be satisfied as to fit and that they comply with all code Requirements relating to clear working space about electrical equipment prior to submitting Shop Drawings for review. Submittals, which are intended to be reviewed as substitution or departure from the Contract Documents, must be specifically noted as such. The Requirements of the Contract Documents shall prevail regardless of the acceptance of the submittal.

3. Shop Drawings shall include catalog data sheets, instruction manuals, Dimensioned Plans, elevations, details, wiring diagrams and descriptive literature of component parts where applicable. Structural calculations and mounting details, signed by a Structural Engineer registered by the State of California, shall be submitted for all equipment weighing over 400-pounds, and shall be in compliance with Title 21 of the California Code of Regulations.

4. Each Shop-Drawing items shall be identified with the Specification Section and paragraph numbers, lighting fixture types and Drawing Sheet numbers; the specific Shop Drawing is intended to represent. Shop Drawings 11-inches by 17-inches or smaller in size shall be bound in three ring binders. Divider tabs shall be provided in the three ring binders identifying and separating each separate Shop Drawing submittal item. Shop Drawings larger than 11-inches by 17-inches, Shop Drawing pages/sheets submittals shall be sequentially numbered with unique alphanumeric numbering system to facilitate correspondence referencing identification of individual sheets.

5. The time required to review and comment on the Contractor’s submittals will not be less than 14-calendar days, or more than 21-calendar days after receipt of the submittals at the office of FBA Engineering. The review of Contractor submittals and return to Contractor of submittals with review comments will occur in a timely manner conditioned upon the Contractor complying with all of the following: a. The submittals contain complete and accurate information, complying with the

Requirements of the Contract Documents. b. Contractor’s submittals are each marked with Contractor’s approval “stamp”, and

with Contractor signatures. c. The submittals are received in accordance with a written, Shop Drawing submittal schedule

for each submittal. The Contractor distributes the schedule not less than 35-day calendar days in advance of the Shop Drawing Submittals, and the schedule

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL ELECTRICAL PROVISIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 01 00-6

identifies the calendar dates, the Contractor will deliver the various submittals for review.

6. Shop Drawings shall include the Manufacturers projected days for shipment from the factory of completed equipment, after the Contractor releases the equipment for production. It shall be the responsibility of the Contractor to insure that all material and equipment is ordered in time to provide an orderly progression of the work. The Contractor shall notify the Owner’s Representative of any changes in delivery, which would affect the project completion date.

7. Submittal Identification a. Each resubmittal shall be dated: with original submittal date and resubmittal

transmission dates; sequentially numbered with original submittal number and sequential resubmittal revision number and titled with submittal contents identification and applicable Specifications/Drawing references (i.e., Original Submittal Date: 5/12/19 Resubmittal Date: 10/9/19 Original Submittal #4 Resubmittal Revision R2 Contents: Transformer Resubmittal Specification Section 260500 Paragraph 2.11, etc.).

b. Contractor shall provide a written response narrative with each resubmittal. Describe each response action, resubmittal addition, change and deletion. Correspond to each response to A/E specific review comment.

C. The Contractor shall be responsible for incidental, direct and indirect costs resulting from the Contractor’s substitution of; or changes to; the specified Contract Materials and Work.

D. The Contractor shall pay, upon request by the Owner’s Representative, a fee for the Owner’s Representative time involved in the review of substitution submittals and design changes resulting from the Contractor’s requested substitutions. The fee shall be not less than $17.00 per hour but, in no case, less than stated in Division-1, whichever is greater.

E. Maintenance and Operating Manuals

1. The Contractor shall furnish three copies of typewritten maintenance and operating manuals for all electrical equipment, fire alarm equipment, sound system equipment, etc., to the Owner.

2. Instruct Owner’s Personnel in correct operation of all equipment at completion of project. Provide the quantity and duration of instruction class as specified; but in no case less than a 2-hour to 4-hour duration separate instruction classes for each individual equipment group furnished as part of the Contract. Instruction classes shall be presented by Manufacturer’s Authorized Field Service Engineer at the project site. Instruction class size shall be at the Owner’s discretion, not less than one or more than fifteen students shall attend each instruction session. Submit fifteen written outline copies of the proposed instruction class curriculum, 14-days prior to the class-scheduled dates. a. Each of the individual instruction classes shall be recorded to provide a permanent

instruction reference for the Owner. The recordings shall be made using audio and color video VHS-HQ “Hi-Fi” audio videocassette magnetic tape recording, or DVD disk recording, battery operated cameras, for each instruction session.

b. Provide each instruction presenter with a personal portable “wireless” single channel FM microphone system, battery operated, transmit the audio voice to the

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL ELECTRICAL PROVISIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 01 00-7

camera audio input and insure voice and video are synchronized. Provide a matching receiver(s) for each camera.

c. Provide a minimum of two VHS-HQ, “Hi-Fi” 120-minute; or DVD disk, Standard Play (SP) speed, audio video cassette recordings of each instruction session. Identify and label each cassette with date and instruction session name.

3. Maintenance and operating manuals shall be bound in three-ring, hard-cover, plastic binders with table of contents. Manuals shall be delivered to the Owner’s Representative, with an itemized receipt.

F. Portable or Detachable Parts: The Contractor shall retain in his possession, and shall be responsible for all portable and detachable parts or portions of the installation such as fuses, keys, locks, adapters, locking clips, and inserts until final completion of Contract Work. These parts shall then be delivered to the Owner’s Representative with an itemized receipt.

G. Record Drawings (Additional Requirements)

1. Provide and maintain in good order a complete set of Electrical Contract "Record" prints. Changes to the Contract to be clearly recorded on this set of prints. At the end of the project, transfer all changes to one set of transparencies to be delivered unfolded to the Owner’s Representative.

2. The actual location and elevation of all buried lines, boxes, monuments, vaults, stub-outs and other provisions for future connections shall be referenced to the building lines or other clearly established base lines and to approved bench marks. If any necessary dimensions are omitted from the Record Drawings, the Contractor shall, at the Contractor’s own expense, do all excavation required to expose the buried work and to establish the correct locations.

3. The Contractor shall keep the "Record" prints up to date and current with all work performed.

4. Refer to Division-1 for Additional Requirements.

1.7 CLEANING EQUIPMENT, MATERIALS, PREMISES

All Parts of the Equipment shall be thoroughly cleaned of dirt, rust, cement, plaster, etc., and all cracks and corners scraped out clean. Surfaces to be painted shall be carefully cleaned of grease and oil spots and left smooth, clean, and in proper condition to receive paint finish.

1.8 JOB CONDITIONS - PROTECTION

Protect all Work, Materials and Equipment from damage from any cause whatever and provide adequate and proper storage facilities during the progress of the work. Provide for the safety and good condition of all the work until final acceptance of the work by the Owner and replace all damaged or defective work, materials, and equipment before requesting final acceptance.

1.9 EXCAVATION, CUTTING, BACKFILL AND PATCHING ADDITIONAL REQUIREMENTS

A. General

1. Perform excavation, cutting, backfill, core drilling, directional boring, and patching of the construction work required for the proper installation of the electrical work.

2. Patching shall be of the same material, thickness, workmanship, and finish as existing and accurately match-surrounding work to the satisfaction of the Owner’s Representative.

3. Prior to penetrating, coring, drilling or cutting existing building elements, concrete and/ or masonry, provide imaging equipment examinations of each specific location. The imaging process shall identify existing internal embedded components and locations, including structural elements/anchors, conduit, and piping that are present. Do not penetrate or

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL ELECTRICAL PROVISIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 01 00-8

damage the existing internal embedded elements. Imaging shall employ one of the following, with GPR methodology preferred: a. Non-invasive imaging employing high frequency, Ground Penetrating Radar (GPR), single

side echo reflection technology. b. Non-invasive imaging employing x-ray radiography, through-and-through imaging

technology.

B. Excavation Temporary Cover

1. Excavations for Contract Work occurring in streets, vehicular drive areas, parking lots, sidewalks; any paved surface; or any area accessible to the public; provide temporary steel plating and shoring support for the plates, to completely cover the excavations under one or more of the following conditions: a. Excavation shall not remain "open" for more than 4-calendar days; provide

temporary plating. b. Excavation shall not be "open" over weekends (Saturday, Sunday) or Holidays;

provide temporary plating.

2. The temporary plating shall be a minimum of 0.75-inch thickness steel, but in no case shall the thickness be less than required to support AASHO-H20 traffic loading.

3. Provide a minimum of two 100% open lane(s) (12 feet lane width) for vehicular traffic at all times during construction, for vehicle access to all areas.

1.10 IDENTIFICATION

A. Equipment Nameplates

1. Panelboards, terminal cabinets, circuit breakers, disconnect switches, starters, relays, time switches, contactors, push-button control stations, and other apparatus used for the operation or control of feeders, circuits, appliances, or equipment shall be properly identified by means of descriptive nameplates or tags permanently attached to the apparatus and wiring.

2. Nameplates shall be engraved laminated phenolic. Shop Drawings with dimensions and format shall be submitted before installation. Attachment to equipment shall be with escutcheon pins, rivets, self-tapping screws or machine screws. Self-adhering or adhesive backed nameplates shall not be used.

3. Provide black-on-white laminated plastic nameplates engraved in minimum ¼-inch high letters to correspond with the designations on the Drawings. Provide other or additional information on nameplates where indicated.

B. Plates: All cover and device plates shall be furnished with engraved or etched designations under the following conditions: minimum character size not less than 0.188-inch. Engraving shall indicate circuits and equipment controlled or connected.

C. Wire and Cable Identification

1. Provide identification on individual wire and cable including signal systems, fire alarm, data, IP public address, IP clock, electrical power systems (each individual phase, neutral and ground), empty conduit pull ropes, and controls circuit.

2. Permanent identification shall be provided at each termination location, splice location, pullbox, junction box and equipment enclosure. a. Individual wire and cable larger than #6 AWG or 0.25 inch diameter, shall be provided with

polypropylene identification tag holders, with yellow polypropylene tags interchangeable black alphanumeric characters, character height 0.25-inch. Attach identification tags with plastic “tie” wraps, minimum of two for each tag. As manufactured by Almetek Industries-

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL ELECTRICAL PROVISIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 01 00-9

“EZTAG” series; or TECH Products - “EVERLAST” Series. b. Individual wire and cable #6 AWG and smaller or smaller than 0.25 inch diameter, shall

be provided with water and oil resistant, flexible, self-laminating pressure sensitive machine embossed plastic tags that wrap a minimum of 360 degrees around the wire/cable diameter. The entire tag shall then be covered with a clear flexible waterproof plastic cover wrapped a minimum of 540 degrees around the wire/cable diameter and completely covering the identification. As manufactured by Brady Identification; or 3M; or Panduit.

c. Each identification tag location shall indicate the following information: circuit number, circuit phase, source termination and destination termination equipment name (or outlet number as applicable).

3. Install permanent identification after installation/pulling of wire/cable is complete, to prevent loss or damage to the identification.

D. Junction and Pullboxes shall have covers stenciled with box number when shown on the Drawings, or circuit numbers according to panel schedule. Data shall be lettered in a conspicuous manner with a color contrasting to finish.

1.11 COMMISSIONING

A. General

1. The Commissioning shall verify the electrical systems for the term of the contract, by observation; and by calibration; and by testing. The Commissioning shall ensure the electrical systems perform interactively and correctly, according to the Contract and Operational Requirements.

2. Commissioning shall provide startup, testing and documented confirmation of the Contract constructed systems, materials and work, functions in compliance within the criteria set forth in the Contract Documents to the satisfaction of the Owner's needs. The Commissioning Scope shall encompass each system identified as requiring "Commissioning" by the Contract Documents, including but not limited to: a. Fire alarm, equipment, and devices. b. Additional systems described in the Contract Documents.

3. Commissioning Process shall review all of the Shop Drawing submittals, including: a. Controls, Operation and Maintenance Requirements. b. Facility performance testing compliance. c. Project Contract Requirements compliance. d. Compliance with basis for design and operational descriptions provided in the

Contract.

4. Commissioning shall be the process of ensuring all the systems described in the Contract Documents comply with the Contract Document design; all systems are installed properly; all systems are functional, tested and capable of being operated and maintained to perform within the Contract Requirements and design intent.

5. Functional setup, recalibration, correcting deficiencies, retesting and the associated costs, for system(s) that fail Commissioning, shall be the responsibility of the Contractor. The Contractor shall include all Commissioning costs in the Contract Scope of Work.

6. Complete all Commissioning functions prior to the occupancy of the facility by the Owner, unless directed otherwise by the Owner’s Representative.

7. Submit six copies of Commissioning Documentation to Owner’s Representative.

8. Commissioning, unless specifically indicated otherwise, shall be performed by factory- trained

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL ELECTRICAL PROVISIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 01 00-10

Technician(s) authorized and certified by the Manufacturers of the respective equipment/systems. Where specifically indicated, Commissioning shall be performed by Independent Test Lab.

B. Commissioning Procedures

1. Prepare a Commissioning Matrix identifying components and systems included in the Commissioning Scope; the status; actions completed and actions to be completed.

2. Verify Contractor compliance with Contract Document Requirements Manufacturer's recommendations and approved Shop Drawings.

3. Perform startup, functional tests, reports and document results.

4. Evaluate and document the setup parameters, software, operating condition and performance of each system at the time of functional test completion. Document and record each performance parameter and condition, in the Commissioning Report.

5. Schedule testing and prepare descriptions of testing.

6. Describe measures performed to correct deficiencies.

7. Verify that instructions to Owner’s Representatives, operations and maintenance manuals comply with Contract Documents.

8. Prepare warranty matrix identifying the start dates, expiration dates, routine preventative maintenance dates and the Owner’s responsibility for performing preventative maintenance and keeping logs for each maintenance function and warranty claims.

9. Confirm completion of all punch list items that have been acceptably accomplished and a list of what has not been acceptably completed.

10. Describe uncorrected deficiencies accepted by the Owner.

1.12 ASBESTOS, POLYCHLORINATED BIPHENYL (PCB) OR HAZARDOUS WASTE:

It is Understood and Agreed that this contract does not contemplate the handling of asbestos, PCB or any hazardous waste material. If asbestos, PCB or any hazardous waste material is encountered, notify the Owner’s Representative immediately. Do not disturb, handle or attempt to remove.

1.13 INDEPENDENT TESTING LABORATORY

A. Testing Laboratories Definition

1. The Testing Laboratory shall meet Federal OSHA criteria for accreditation of Nationally Recognized Testing Laboratories (NRTL) Title 29 Part 1907 and 29 CFR-1910.

2. Membership in the National Electrical Testing Association (NETA) shall also constitute acceptance of meeting said criteria, for testing of electrical systems.

1.14 WALL MOUNTED ELECTRICAL PANELS SEISMIC REQUIREMENTS

A. Surface Mounted Equipment

1. Provide multiple horizontal sections of metal “C” channels for support and attaching wall mounted equipment to walls. Channels shall provide “turned lips” at longitudinal edges to hold “lock-in” fasteners and shall comply with ANSI-1008 and ASTM-A569 latest revision. The channels shall be steel hot dip zinc galvanized. As manufactured by Unistrut or Kindorf.

2. The “C” channels shall be positioned horizontally within 3-inches of the top and bottom of each, equipment section cabinet and located behind each equipment vertical section. Provide additional intermediate “C” channels at not less than 36-inches on center between the “top”

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT GENERAL ELECTRICAL PROVISIONS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 01 00-11

and “bottom” “C” channel positions, located behind each equipment vertical section.

3. The “C” channels shall be of sufficient length to provide connection to not less than two vertical structural wall framing elements separated by not less than 16-inches; but in no case shall the “C” channel length be less than the width of the respective equipment section.

4. Attach the “C” channels to the wall structural elements after the wall, finish surface, installation (including painting) is complete.

5. Attach the “C” channels with fasteners to the building wall framing structural elements as follows: welded to steel framing; bolted to wood framing; cast in place concrete inserts for masonry and concrete construction; drilled “afterset” expansion anchors for existing masonry and concrete construction.

6. Attach the equipment to the “C” channels with threaded and bolted fasteners to “prelocate” and lock into the channel “turned lips” and channel walls.

7. Panels anchorage shall be able to withstand Seismic Forces specified in ASCE 7-16 and Chapter 16A of the 2019 CBC.

1.15 ELECTRICAL WORK CLOSEOUT

A. Prepare the following items and submit to the Owner’s Representative before final acceptance. 1. Two copies of all test results as required under this Section.

2. Two copies of Local and/or State Code enforcing authority’s final inspection certificates. 3. Copies of Record Drawings as required under the General Conditions, pertinent Division One

Sections, and Electrical General Provisions.Two copies of all receipts transferring portable or detachable parts to the Owner’s Representative when requested.

4. Notify the Owner’s Representative in writing when installation is complete and that a final inspection of this work can be performed. In the event any defect or deficiencies are found during this final inspection they shall be corrected to the satisfaction of the Owner’s Representative before final acceptance can be issued.

5. List of spare fuses and locations identified by equipment name and building designation.

6. Prior to energizing, retighten to the proper torque, each circuit conductor lug landing, each bus bar (phases, neutral and ground) and circuit protection device threaded connections in all switchboards, switchgear, motor control centers, transformers, busways, disconnect switches, motor starters, motor terminals and panelboards, after the equipment is installed/connected and prior to energizing the equipment. The torque values shall comply with Manufacturer's recommendations.

END OF SECTION 26 01 00

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT BASIC ELECTRICAL MATERIALS AND METHODS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 05 00-1

SECTION 26 05 00 BASIC ELECTRICAL MATERIALS AND METHODS

PART 1 GENERAL

1.1 SCOPE

A. Work Included: All labor, materials, appliances, tools, equipment, facilities, transportation and services necessary for and incidental to performing all operations in connection with furnishing, delivery and installation of the work of this Section, complete as shown on the Drawings and/or specified herein. Work includes, but is not necessarily limited to the following:

1. Examine all other Sections for work related to those other Sections and required to be included as work under this Section.

2. General Provisions and Requirements for electrical work.

1.2 SUBMITTALS (ADDITIONAL REQUIREMENTS) A. Submit Product Data Sheets for all outlet boxes, floor boxes, wiring devices, device plates, relays,

contactors, timeswitches, and disconnects fuses. B. Submit Material List for outlet boxes.

PART 2 PRODUCTS

2.1 OUTLET AND JUNCTION BOXES

A. General:

1. Flush or concealed outlet boxes and junction boxes. a. Non-masonry and/or non-concrete locations provide pressed steel boxes. Steel

thickness not less than 0.062-inch, hot-dip galvanized. Knockout (KO) type with conduit entrances and quantities size to match conduit shown connecting to respective junction box and outlet box.

b. UL-514 listed and labeled. c. Minimum required box depth is exclusive of extension-ring depth. d. Provide all boxes with matching cover plates. Cover plates shall be gasketed water- tight

in wet and outdoor locations. e. Boxes installed in masonry or concrete shall be UL "concrete-tight" approved for

installation in concrete, and shall allow the placing of conduit without displacing reinforcing-bars.

2. Provide boxes of proper Code size for the number of wires or conduits passing through or terminating therein. In no case shall box be less than 4.0-inch square by 2.125-inches deep, unless specified elsewhere or noted otherwise on the Drawings. 2.5-inches minimum depth for box width’s exceeding 2-gang.

3. Increase the minimum outlet box size to 4.69-inches square by not less than 2.125-inches deep, where one or more of the following conditions occurs: a. More than two conduits connect to the outlet box. b. Circuit or Conduit “homerun” connects to outlet box.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT BASIC ELECTRICAL MATERIALS AND METHODS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 05 00-2

4. Signal, Communication and Low Voltage: a. Individual audio/visual, telephone, computer or data outlets: 4.69-inches square by 2.125-

inches deep minimum with 2-gang extension ring on flush boxes. b. Combination signal/telephone/data or computer outlets: 4.69-inches square by 2.125-

inches deep minimum with 2-gang wide extension ring on flush boxes.

5. Junction boxes shall be sized to comply with the following: a. Code Requirements size based on the conduit quantities, conduit sizes and wire-fill

connected to the junction box. b. Junction box minimum size shall not be less than 4.69-inches by 4.69-inches by 2.5- inches

deep, but not less than size indicated on the Drawings or required by Code.

6. Provide extension rings on flush outlets to finish face of extension ring flush with finished building surfaces. Extension ring shall match outlet box construction and contain "attachment mounting-tabs" for wiring devices. Extension rings shall be "screw- attached" to respective outlet box and maintain "ground" bonding continuity.

7. Outlet boxes installed in outdoor locations, or in wet locations, or in concrete/ masonry, shall be cast-iron or cast-bronze, with threaded conduit hubs. UL rated for wet locations. a. Aluminum boxes shall NOT be in contact with concrete or masonry. Die-cast aluminum or

cast aluminum water-tight electrical outlet boxes with threaded hubs may be provided as an alternate to cast-iron or cast-bronze outlet boxes, only where one or more of the following conditions occur: 1) Outdoor locations above finish grade. 2) Indoor wet locations surface or flush in walls or ceilings.

8. Outlet boxes installed penetrating into fire rated walls, fire rated floors, fire rated ceilings and all fire rated construction. The outlet boxes shall be UL listed, classified and labeled, for fire rated and temperature rated penetration of the respective fire rated surface and fire rated construction. The outlet box fire rating and temperature rating shall equal or exceed the fire/temperature rating of the surface/construction being penetrated. Provide UL listed and labeled supplemental fire and temperature protection to maintain ratings: a. Wall and ceiling penetrations, tumescent fire wrap (external or internal of outlet box).

B. Surface Outlet Boxes

1. Surface mounted outlet boxes, cast iron Type FS or FD, with threaded hubs as required. Box interior dimensions and interior volume capacity not less than required for “press steel boxes”, and “sheet steel boxes”. Provide plugs in all unused openings. Provide weatherproof gaskets for all exterior boxes.

2.2 PULLBOXES A. General

1. Sizes as indicated on the Drawings and in no case of less size or material thickness than required by the Governing Code and AHJ.

2. Exercise care in locating pullboxes to avoid installation in drain water flow areas and to clear existing condition interferences.

3. UL listed and labeled for electrical circuits.

B. General Purpose Sheet Metal Pullbox

1. General purpose sheet steel pullboxes: Install only in dry protected locations with removable screw covers. Manufacturer's standard rust proofing and baked enamel finishes.

2. Weatherproof sheet steel pullboxes: Fabricate of code gauge steel. All surfaces interior and

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT BASIC ELECTRICAL MATERIALS AND METHODS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 05 00-3

exterior hot-dip galvanized steel. Gasketed weather-tight cover of same material. Manufacturer's standard baked exterior enamel finish.

C. Concrete Pull Boxes and Hand-holes

1. H-20 traffic rated box and cover, pre-cast concrete, steel reinforced pull boxes and hand- holes. Provide complete with pulling irons, hot-dip galvanized metal traffic cover with hot-dip galvanized metal cover frame, pull-box concrete base with sump. Four cable full height wall racks with porcelain blocks.

2. Boxes shall be “Intercept” type with multiple sections and extension cable-intercepts at both ends of box. Refer to Drawings for box size.

3. Covers shall be flush bolt down. Covers weighing more than 40-pounds shall be split cover type “Torsion-Sping” assist, hinged open-close.

4. Box covers shall comply with Federal ADA, UL, State and Local AHJ for slip resistance. Provide bead weld on cover to pull box to indicate services within pullbox (i.e., "480/ 277-VOLT, 3-PHASE, 4-WIRE ELECTRICAL" OR “SIGNAL /TEL/P.A./CLOCK/FIRE ALARM" etc.).

5. Shall be set on a machine-compacted pea gravel base 12-inches thick and extend 6- inches beyond box base on all sides. Provide a ¾-inch by 10-feet copper clad ground rod through the box bottom with 9-inch projection into box, for grounding all metal parts with #10 AWG copper bond wire.

6. After cables have been pulled, connected, tested and inspected, seal all box joints and seal box between cover and frame with a mastic compound similar to Parmagum or Dukseal.

7. As manufactured by Jensen Precast; or Oldcastle Precast.

2.3 RECEPTACLES

A. General

1. All receptacle wiring devices in flush type outlet boxes shall be installed with a bonding jumper to connect the box to the receptacle ground terminal. Grounding through the receptacle mounting straps is not acceptable. The bonding jumper shall be sized in accordance with the branch circuit protective device as tabulated herein under "Grounding". Bonding jumper shall be attached at each outlet to the back of the box using drilled and tapped holes and washer head screws 6-32 or larger (except isolated ground receptacles). For receptacles in surface mounted outlet boxes direct metal-to- metal contact between receptacle mounting strap (if it is connected to the grounding contacts) and outlet box may be used. Receptacle mounting-ears for screw attachment to outlet box. Receptacle shall be UL listed and labeled; conform to NEMA-WD1 and WD6.

2. All receptacles shall be same Manufacturer.

3. Receptacle color as selected by Owner’s Representative. Receptacles connected to emergency power circuits shall be red.

4. Wiring devices shall be listed and labeled for connection of both “solid” and “stranded” copper circuit conductors.

5. Duplex convenience receptacles and 120-volt single phase branch circuits. a. Duplex (convenience) receptacle, wiring device with two single receptacles with the same

electrical rating, integrated into a single assembly by the Manufacturer. b. 20-amp branch circuits with a single duplex convenience receptacle connection on each

circuit, receptacles shall be rated for 20-amp. c. 15-amp and 20-amp branch circuits with two or more duplex convenience receptacle

connections each circuit, receptacle shall be rated 15-amp or 20-amp.

6. Devices shall additionally be listed and labeled as UL-All Weather-Resistant, provide weather

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT BASIC ELECTRICAL MATERIALS AND METHODS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 05 00-4

resistant receptacles for the following install locations. Modify Manufacturer’s catalog number descriptions, shall include all-weather-resistant UL listing and labeling: a. Devices indicated on Drawings as Weather-Proof (W.P.). b. Devices installed in outdoor locations. c. Devices installed in classified as damp or wet locations both indoor and outdoor. d. All GFCI (ground-fault) receptacles all locations.

7. Receptacles with ampere and voltage ratings different than described for duplex convenience receptacles. The different rated receptacles shall have the same characteristics and performance as the respective duplex convenience receptacles, except for differing ampere and voltage characteristics.

8. Receptacles shall be GFCI type for the following locations: a. located within 84-inches of a sink or hosebib shall be GFCI receptacles. b. Devices installed in outdoor locations. c. Devices installed in classified as damp or wet locations both indoor and outdoor. d. Devices indicated on Drawings as GFCI or Weather-Proof (W.P.).

B. Duplex Convenience Receptacles.

1. Shall be grounding type, 120 volt and shall have two current carrying contacts and one grounding contact which are internally connected to the frame. Outlet shall accommodate standard parallel blade cap and shall be side wired. Receptacles shall be tamper resistant–TR, UL-TR.

2. GFCI receptacles shall be all Weather-Resistant and wet location rated. Rated 120-volt 60Hz AC, 20 amp, unless indicated otherwise on Drawings.

3. Heavy Duty Industrial Grade

Manufacturer NEMA 5-15R NEMA 5-20R NEMA 5-20R-GFCI a. Legrand/P&S #5262 #5362 #2095HG b. Leviton #5262 #5362 #W7899 c. Hubbell #CR5252 #5362 #GFR8300 d. Cooper-Arrow/Hart #AH5262 #AH5362 #WRVGF20

2.4 PLATES

A. Metal cover plates for devices

1. Provide cover plates for every line voltage and low voltage switch, receptacle, telephone, computer, television, signal and other device outlets. a. All line voltage circuit plates shall be metal, 0.040-inch stainless steel Type 302 alloy,

composed of 18% chromium and 8% nickel.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT BASIC ELECTRICAL MATERIALS AND METHODS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 05 00-5

b. Plates for low voltage signal systems may be metal or non-metal. Non-metal plates shall be high-abuse, hard-service and high-impact resistant.

2. Plates shall be as manufactured by P&S; or Hubbell; or Leviton; or General Electric.

2.5 VANDAL-PROOF FASTENINGS

Provide approved vandal-proof type screws, bolts, nuts where exposed to sight throughout the project. Screws for such items as switch plates, receptacle plates, fixtures, communications equipment, fire alarm, blank covers, wall and ceiling plates to be spanner head stainless steel, tamperproof type. Provide Owner with six screwdrivers for this type.

2.6 STRUCTURAL AND MISCELLANEOUS STEEL

Structural and miscellaneous steel used in connection with electrical work and located out-of- doors or in damp locations, shall be hot-dip galvanized unless otherwise specified. Included are underground pullbox covers and similar electrical items. Galvanizing averages 2.0 ounce per square foot and conforms to ASTM A123.

2.7 CONCRETE WORK (ADDITIONAL REQUIREMENTS)

A. Portland Cement

1. ASTM C33-(latest revision), Type 2, Low Alkali Cement. Composed of Portland cement, coarse aggregate, fine aggregate, and water. a. Concrete for underground duct/conduit encasement, the minimum 28-day compressive

strength shall be 2000 psi. Provide a minimum of 10-pounds of red oxide concrete coloring per yard of concrete.

b. Mix shall obtain a 6-inch slump, measured with standard slump cone per ASTM C143 / C143M (latest revision).

2. Coarse Aggregate: Uniformly graded between maximum size not over 1½-inch and not less than ¾-inch and minimum Size #4, crushed rock or washed gravel. For concrete encased conduit only, maximum aggregate size shall be ½-inch.

3. Fine Aggregate: Clean, natural washed sand of hard and durable particles varying from fine to particles passing ⅜-inch screen, of which at least 12% shall pass fifty mesh screens.

B. Water: Clean and free from deleterious quantities of acids, alkalis, salts, or organic materials. C. Reinforcement

1. Bars: Intermediate Grade Steel conforming to ASTM A615/A615M Grade 60, with pattern deformations.

2. Welded Wire Fabric: ASTM A185/A185M.

3. Bending: Conform to Requirements of ACI 318.

D. Form Material: For exposed work, use PS 1-66 "B-B Concrete Form" plywood forms, or equal. Elsewhere, forms may be plywood, metal, or 1-inch by 6-inch boards. Forms for round lighting pole bases shall be sono-tube.

PART 3 EXECUTION

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT BASIC ELECTRICAL MATERIALS AND METHODS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 05 00-6

3.1 GROUNDING (ADDITIONAL REQUIREMENTS)

A. Grounding shall be executed in accordance with all applicable Codes and Regulations, both of the State of California and local authorities having jurisdiction.

B. Each Pullbox or any other enclosure in which several ground wires are terminated shall be equipped with a ground bus secured to the interior of the enclosure. The bus shall have a separate lug for each ground conductor. No more than one conductor shall be installed per lug.

3.2 OUTLET AND JUNCTION BOXES

A. General:

1. Accurately place boxes and securely fastens to structural members. Where outlets are shown at same location but at different mounting heights, install outlets in one vertical line. Where outlets are shown at same location and mounting height, mount outlets as close together in a horizontal row as possible. Where the outlet boxes for switches and receptacles are shown at the same location and mounting height, mount in common out- let box with barriers between devices. Provide single piece multi-gang cover plate for close mounted outlet boxes. Where switches are shown on wall adjacent to hinge side of doors, box shall be installed to clear door when door is fully opened.

2. Flush mounted boxes shall be attached to not less than two parallel studs or structure members by means of metal supports. The supports shall span between and attach to the structure members.

3. Boxes above accessible ceilings shall be attached to structural members. Where boxes are suspended, they shall be supported independently of conduit system by means of hanger rods and/or preformed steel channels. Boxes shall be supported independently of all piping, ductwork, equipment, ceiling hanger wires and suspended ceiling grid system.

4. Surface mounted outlets shall be attached to concrete or masonry walls by means of expansion shields.

5. Outlet Box Horizontal and Vertical Separation: Outlet boxes and device outlet rings installed flush in walls shall be horizontally and vertically separated by not less than 24- inches (edge of box to edge of box) from device outlet boxes and rings in common wall surfaces located on the opposite (back) side of the same wall. a. Where the separation cannot be maintained, provide a solid backing behind and

completely enclosing each outlet box. b. The backing shall extend the width of the wall cavity (i.e., between "studs" or masonry cells)

behind the box and 12-inches above and below the outlet box center- line, completely enclosing the outlet box.

c. The backing shall consist of the following: 1) ⅝-inch thick gypsum board anchored in place for "stud" wall construction. 2) Solid "mortar" to completely fill the outlet box "cell" behind the box in masonry

construction.

6. Provide metal outlet box for each device. Install devices in metal outlet boxes. Typical for all wiring devices including, switches, receptacles, line voltage devices and low volt- age/signal system devices.

B. Fire Wrap: In fire rated walls and ceilings provide fire rated "box-wrap" around the outside of each outlet box placed in fire rated wall or ceiling. Install the fire wrap on exterior of box inside the wall or ceiling, to maintain the fire rating of wall or ceiling with the installed outlet boxes.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT BASIC ELECTRICAL MATERIALS AND METHODS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 05 00-2

END OF SECTION 26 05 00

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CONDUIT AND WIRE FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 05 33-1

SECTION 26 05 33 CONDUIT AND WIRE

PART 1 GENERAL

1.1 SCOPE A. Work Included: All labor, materials, appliances, tools, equipment, facilities, transportation and

services necessary for and incidental to performing all operations in connection with furnishing, delivery and installation of the work of this Section, complete as shown on the Drawings and/or specified herein. Work includes, but is not necessarily limited to the following:

1. Examine all other Sections for work related to those other Sections and required to be included as work under this Section.

2. General Provisions and Requirements for electrical work.

3. Submit material list for all conduit and conduit fittings.

4. Submit details and structural engineering calculations for conduit support systems.

1.2 SUBMITTALS (ADDITIONAL REQUIREMENTS)

Submit Product Data Sheets for all wire, supports, conduit, fittings and splicing materials.

PART 2 PRODUCTS

2.1 CONDUIT A. General

1. The interior surfaces of conduits and fittings shall be continuous and smooth, with a constant interior diameter. Conduits and conduit fittings shall provide conductor raceways of fully enclosed circular cross section. The interior surfaces of conduits and fittings shall be without ridges, burrs irregularities or obstructions. Conduits and fittings of the same type shall be of the same uniform weight and thickness.

2. Type of conduit, type of conduit fittings and conduit supports shall be suitable for the conditions of use and the conditions of location of installation, based on the Manufacturer’s recommendations and based on applicable Codes.

3. All fittings for metal conduit shall be suitable for use as a grounding means, pursuant to the applicable Code Requirements. All metal conduit and metal conduit fittings shall provide 3 second duration ground fault current carrying ratings, when installed and connected to the respective conduit, as follows: a. RMC and EMT conduit fittings.

1) 0.5-inch through 1.5 inch conduit/fitting size - 10,000 amp RMS. 2) 2.0-inches and larger conduit/fitting size - 20,000 amp RMS.

b. FMC and LTFMC Conduit Fittings 1) 0.5-inch through 1.25-inch conduit/fitting size - 1,000-amp RMS (without

external bonding jumper). 2) 1.5-inch through 4.0-inch fitting size - 10,000-amp RMS with bonding jumper.

4. Protective corrosion resistant finish for metal conduit fabricated from steel and metal conduit fittings fabricated from steel, shall be as follows:

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CONDUIT AND WIRE FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 05 33-2

a. Clean all metal surfaces (including metal threads) with acid bath “pickle” prior to coating, to remove dirt, oil and prepare surfaces for galvanizing.

b. Hot-dip galvanized zinc coating on all interior and exterior steel surfaces. Minimum finish zinc coating thickness shall not be less than 0.002 inches.

c. Threads shall be hot-dip zinc coated after machine fabrication. d. Exterior metal surfaces shall be finished with clear organic polymer topcoat layer, after

galvanizing. e. The inner metal surfaces of conduit fittings shall be finished with a lubricating top- coat

after galvanizing, to facilitate conductor pulling through the conduit/fitting.

5. Threads for metal conduit and metal conduit fittings shall be taper-pipe-thread, National Pipe Standards (NPS) and shall comply with ANSI-B1.20.1.

6. Metal conduit termination connector fittings shall be provided with a Manufacturer installed, insulating throat bushing inside the fitting. The bushing shall protect the wire conductor insulation from cutting, nicks and abrasion during conductor installation and electrical load “cycling” after installation is complete. The bushing shall comply with UL 94V-0 flammability.

7. Provide conduit bonding/grounding jumper from metal enclosures with “concentric ring” knockouts, to positively ground/bond each respective conduit(s) to the metal enclosure.

B. Rigid Metal Conduit (RMC)

1. Rigid metal, round tubing, machine threaded at both ends. a. The conduit and conduit fittings shall comply with the Requirements for an

equipment grounding conductor, pursuant to applicable Codes. b. The conduit shall be watertight and airtight without cracks and pinholes.

2. RMC raceway types shall be as follows: a. Rigid Galvanized Steel conduit (RGS), minimum yield strength shall be 35,000 PSI. Shall

comply with NEMA standard 5-19 (latest revision); ANSI C80.1 and ANSI-C80.4 (latest revision); UL 514-B and UL 6 (latest revisions); National Pipe Standard Specification (latest revision).

b. Intermediate steel conduit (IMC). Shall comply with NEMA Standard 5-19 (latest revision) ANSI-C80.6 (latest revision); UL 2142 (latest revision).

3. RMC fittings: a. Fittings shall be compatible with RGS and IMC. b. Fittings shall be rated “liquid tight”. c. Fittings imbedded in concrete shall be rated “liquid tight” and “concrete tight”. d. Connectors and couplings for terminating, connecting and coupling to RMC conduit shall

be threaded metal. e. Fittings shall comply with ANSI C80.4 and ANSI C33-84 (latest revision); NEMA FB1 (latest

revision); UL 514 (latest revision). f. Conduit seal fittings:

1) Conduit seals shall prevent the passage of gasses, liquids and vapors past the location of the seal installation in the conduit.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CONDUIT AND WIRE FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 05 33-3

2) Conduit seals shall be suitable for installation in both vertical and horizontal conduit locations.

3) Conduit seals shall be visible and accessible for inspection after installation is complete.

4) Conduit seals shall be rated for the following locations: a) Wet locations b) Classified hazardous location materials NEC Class 1 Division 1. c) Temperature ranges from 0 minus 20 degrees centigrade through 90

degrees centigrade. 5) Conduit seals, sealing compound and sealing compound dam shall be the

products of the same Manufacturer.

4. RMC fittings as manufactured by: a. For threaded enclosure, termination connection.

1) Thomas & Betts - 106 Series bonding locknut, 5302 Series sealing ring with stainless steel retainer.

b. For non-threaded enclosure, termination connector. 1) Thomas & Betts - 370 Series watertight threaded sealing hub, 106 Series threaded

bonding locknut, Sta-Con Series enclosure bonding jumper and 3870 Series threaded ground bushing.

2) Emerson-OZ/Gedney-CHMT/CHT watertight threaded hub with bonding lock- nut and GH50G Series enclosure bonding jumper.

c. For RMC to RMC conduit-to-conduit coupling 1) Thomas & Betts/Erickson - 674 (threaded) Series 2) Emerson-OZ/Gedney Type TPC (threaded) Series 3) Threaded RMC conduit couplings, product of the same Manufacturer as the RMC

conduit. d. For RMC Conduit Seals

1) Emerson-OZ/Gedney-EYA and EYAM (threaded) Series 2) Appleton-EYF and EYM (threaded) Series

C. Electrical Metallic Tubing (EMT)

1. Rigid metal round tubing, “thin wall” steel construction, with non-threaded ends. a. The conduit and conduit fittings shall comply with the Requirements for an

equipment grounding conductor pursuant to applicable Codes. b. The conduit shall be watertight and airtight without cracks and pinholes.

2. EMT shall be allowed for conduit size ranges from 0.5-inch through 4.0-inches.

3. Comply with ANSI C80.3, C80.4, and ANSI C33.98 (latest revisions); UL 594 and UL 797 (latest revisions); CEC Section 12500 (latest revision).

4. EMT fittings: a. Connectors and couplings for terminating, connecting and coupling to EMT conduit shall

be non-threaded steel fabrication. b. EMT termination connector fittings shall be as follows:

1) Set screw type “concrete tight” when installed in dry interior locations. 2) Compression types “raintight” and “concrete tight” when installed in wet or

damp locations, outdoors and in concrete or masonry construction.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CONDUIT AND WIRE FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 05 33-4

c. Fittings shall comply with ANSI C33.84 (latest revision); UL 514 (latest revision); NEMA FB-1.

5. EMT fittings as manufactured by: a. For threaded and non-threaded enclosure, termination connector

1) Thomas & Betts-TC721A (set screw type) Series (with locknuts). 2) Emerson-OZ/Gedney-TC500I (set screw type) Series (with locknuts). 3) Thomas & Betts-5123 (compression type) Series (with two locknuts). 4) Emerson-OZ/Gedney-TC600I (compression type) Series (with locknut). 5) Thomas & Betts-4240 (compression type) Series (90 degree angle with locknut). 6) Emerson-OZ/Gedney-TWL (compression type) Series (90 degree angle with lock nut).

b. For EMT to EMT conduit-to-conduit coupling: 1) Thomas & Betts-TK121A (set screw type) Series (with locknut). 2) Emerson-OZ/Gedney-5000 (set screw type) Series (with locknut). 3) Thomas & Betts-5120 (compression type) Series. 4) Emerson-OZ/Gedney-TC600 (compression type) Series.

c. For EMT to RMC conduit to conduit combination coupling: 1) Thomas & Betts-HT221 (set screw type) Series. 2) Emerson-OZ/Gedney-ESR (set screw type) Series. 3) Thomas & Betts-530 (compression type) Series. 4) Emerson-OZ/Gedney-ETR (compression type) Series.

D. Flexible Metal Conduit (FMC)

1. Round flexible conduit, fabricated from a single continuous steel strip. The steel shall be factory formed into continuous interlocking convolutions to form a complete lock between steel strips and provide raceway flexibility.

2. Metal to metal grounding contact shall be maintained throughout the length of the FMC conduit.

3. FMC shall be allowed for conduit size ranges from 0.5 inch through 3.0-inches.

4. FMC shall comply with ANSI-C.33.84 and ANSI C33.92; NEMA FB-1; CEC 12-1100.

5. FMC Fittings a. FMC fittings shall be malleable iron construction or steel construction. b. Fitting shall automatically cause the FMC raceway throat opening to be centered with

respect to the fitting throat opening. c. Straight and angled connector termination fittings shall be threaded on one end and shall

include a threaded locknut, suitable for connection to threaded and unthreaded enclosures. d. The attachment of the fittings to FMC shall be angled saddle type, to engage and interlock

with the FMC spiral groove, and shall be unaffected by vibration. Direct bearing screw type fittings shall not be used.

e. Direct FMC conduit-to-FMC conduit coupling of FMC shall not be permitted. f. Shall comply with ANSI C33.9, and ANSI C33.92 (latest revision); NEMA FB1 (latest

revision); UL 514.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CONDUIT AND WIRE FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 05 33-5

6. FMC fittings as manufactured by: a. Straight Termination Connectors 45 & 90 Degree Angel Connectors

Thomas & Betts-3110 Series (w/ locknut) Thomas & Betts-3130 Series (w/ locknut) b. FMC to EMT conduit combination coupling:

Thomas & Betts 503TB Series. E. Rigid Non Metallic Conduit (RNMC)

1. General a. Conduit and fittings shall be 90 degree centigrade conductor rated. Fabricated from

homogeneous material, free from visible cracks, holes or foreign inclusions, with integral “end-bell”. The conduit and conduit fittings shall be watertight and airtight.

b. Conduit, conduit fittings and conduit fitting assembly “solvent cement” shall all be the product of the same Manufacturer. Conduit fittings shall be solvent cement welded watertight.

c. Conduit and fittings shall be identified with legible markings showing ratings, size and Manufacturers name.

d. RNMC and fitting shall be corrosion resistant, watertight. e. Conduit shall be suitable for conductor operating temperatures from minus 20

degrees centigrade to 90 degrees centigrade. f. RNMC shall comply with NEMA TC-2 (PVC 40 conduit, latest revision) NEMA TC-6 (EB conduit

latest revision) and NEMA TC-3 (fittings, latest revision); UL 514 and UL 651 (latest revision).

2. Polyvinyl Chloride (PVC)-RNMC a. PVC Schedule 40 heavy wall construction.

3. RNMC fittings connecting to metallic raceways shall be provided with a ground/bond jumper connection.

F. Expansion Joint, Deflection Joint and Seismic Joint conduit fittings.

1. Expansion Conduit Fitting - Fitting shall provide for a minimum of 2-inches straight line movement between two connecting conduits in each direction (total 4-inches conduit expansion and contraction) parallel to the respective conduit lengths. Fitting shall be watertight.

2. Deflection Conduit Fitting - Fitting shall provide for a minimum of 30 degrees angular deflection movement (“Shear” deflection) between two connecting conduits, in any direction perpendicular to the length of the respective conduits. Fitting shall be water- tight.

3. Combination Expansion/Deflection Conduit Fitting - Fitting shall provide the combined “expansion” and “deflection” movement capacity between two connecting conduits as described for separate “expansion” and “deflection” conduit fittings. Fitting shall be approved for installation concealed in both masonry/concrete construction and exposed non-masonry/concrete construction. Fitting shall be watertight.

4. Fittings shall comply with UL

5. Fittings as manufactured by: a. Conduit expansion fittings exposed or concealed locations as manufactured by:

1) OZ/Gedney - AX8 Series for RMC conduit.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CONDUIT AND WIRE FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 05 33-6

2) OZ/Gedney - TX Series for EMT conduit. 3) Appleton - XJ8 Series for RMC conduit and EMT conduits. Provide RMC to EMT

combination conduit coupling fittings for each end of the expansion fitting. b. Combination expansion/deflection conduit fittings exposed or concealed conduit

locations as manufactured by: 1) OZ/Gedney - AXDX Series for RMC conduit. 2) OZ/Gedney - AXDX Series for EMT conduit. Provide RMC to EMT combination conduit

coupling fittings for each end of the expansion/deflection fitting. c. Conduit expansion/deflection fittings for FMC and LTFMC conduit.

1) Provide a minimum of 12-inches of “slack” LTFMC in each FMC or LTFMC conduit at building and structure seismic or expansion joint conduit crossings.

2) Note: Each FMC “slack” expansion/deflection location, shall be considered as not less than a 90 degree conduit bend location, for compliance with the maximum quantity of conduit bends allowed in a raceway.

6. Conduit Fitting Bonding Jumper a. The grounding/bonding path of metal conduit shall be maintained by the fitting. b. Provide a bonding jumper at each expansion, deflection and combination expansion

deflection conduit fitting. c. The jumper shall be a bare flexible copper “braid”. The copper braid electrical current

carrying capacity shall be equal to the metal conduit. d. Provide a factory terminated ground clamp on each end of the braid with adjusting steel

conduit grounding clamps and connect to each respective conduit end. e. The jumper braid length shall be 8-inches longer than the respective conduit fitting. f. Bonding jumper for FMC and EMT fittings as manufactured by:

1) OZ/Gedney - BJ Series 2) Appleton - XJB Series

G. Conduit Bodies Conduit Fitting

1. Conduit bodies shall provide conductor access with a removable conduit body cover and wiring area enclosed in metal housing. The conduit body shall facilitate pulling conductors.

2. In-line form “C” conduit bodies shall be prohibited.

3. The interior space “length” of 90 degree “elbow” conduit bodies shall not be less than six times the diameter size of the largest conduit connecting to the conduit body.

4. Conduit body covers shall be removable, gasketed; watertight “domed” metal covers “Mogul-Type” with threaded screw attachment to the conduit body.

5. Lubricated, reusable, wire roller guards inside the conduit body shall protect wire from insulation damage during wire “pulling”.

6. Conduit body fittings shall comply with UL 514.

7. Conduit bodies as manufactured by: a. For RMC Conduit

OZ/Gedney - LB 6X/Mogul (90 degree elbow) Series - threaded body. Appleton – LB/Mogul (90 degree elbow) Series - threaded body.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CONDUIT AND WIRE FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 05 33-7

b. For EMT Conduit Same as for RMC conduit. Provide EMT to RMC conduit combination coupling fitting for each outlet body connection.

2.2 CONDUIT SUPPORTS

A. General

1. Conduit Supports, hangers and fasteners for metal conduit shall be steel, hot dip zinc galvanized.

2. Conduit supports, hangers and fasteners for PVC coated conduit shall be PVC coated to match the conduit PVC coating.

3. Threaded hardware shall be continuous, free running threads.

4. Conduit support systems, including support channels, pipe clamps, braces, anchors, hard- ware, fasteners, shall be sized to support the full capacity circuit conductors weight, plus the installed conduit weight, plus the conduit fitting weight and support hardware weight, plus a 300% additional weight capacity safety factor.

5. Provide lock washer at each “bolted”/threaded connection.

6. Conduit supports, fasteners, channels, braces, hardware, anchors, pipe clamps, and hangers as manufactured by Unistrut or Kindorf.

7. Supports shall be free of “BURRS” and sharp edges.

8. Metal supports cut in the field shall be zinc galvanized after cutting to prevent rust. B. Conduit Hangers

1. Threaded steel hanger rods. a. Hanger rods smaller than 0.375-inches in diameter shall not be used for support of

individual conduits. b. Hanger rods smaller than 0.5-inches in diameter shall not be used for support of multiple

conduits.

2. Conduit hanger wires shall be not less than 12-gauge steel.

3. Conduit hangers shall attach to structure fasteners with steel “Clevis” or “Swing” hangers and shall provide a minimum of 45 degrees of angular movement in any direction at the point of the conduit hanger attachment to the structure fasteners.

4. Conduits individually suspended by conduit hangers shall fasten to the respective hangers with “Clevis” type pipe hangers. The pipe hangers shall be steel, adjustable to fit conduit size and shall completely enclose the conduit circumference.

C. Conduit Support Channels

1. “C” channels shall be factory preformed with a minimum 12 gauge thickness metal. The channel shall be factory “punched” with regularly spaced slotted holes for fastener attachments along the length of the channel.

2. The “C” channel shall not deflect more than 0.1-inch between channel supports at maximum installed design load, including required safety factor.

3. Channels shall comply with ANSI-1008 (latest revision) and ASTM-A569 latest revision).

4. Channels shall provide “turned lips” at longitudinal edges to hold (lock-in) fasteners.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CONDUIT AND WIRE FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 05 33-8

5. Conduit support channels suspended from conduit hangers shall attach to conduit hangers with treaded connections. Provide a minimum of two hangers (trapeze style) connected to each channel.

6. Non-suspended conduit support channels shall connect to structure fasteners with threaded connectors.

D. Fasteners, Seismic Earthquake Rated

1. Channel fasteners: a. Channel fasteners shall “prelocate” and lock into the channel ”turned lips” and channel

“walls”. b. A separate metal strap shall “tie” each conduit to each channel with conduit channel

fasteners.

2. Structure fasteners: a. Structure fasteners for wall and floor mounted conduit attachments shall attach to existing

masonry and concrete structures with structure fasteners using drilled, mechanical, expansion shield anchors.

b. Structure fasteners for wall and floor mounted conduit attachments shall attach to new masonry and concrete structures with structure fasteners using steel threaded inserts precast into the structures.

c. Structure fasteners shall attach to steel structural members with “swing-beam clamps”, with set-locking screw structure fasteners. Beam clamps shall include integral safety rod, strap or “J”-hook to secure the clamp to the beam flanges on both sides of the beam.

d. Structure fasteners for wall and floor mounted conduit attachments shall attach to wood structural members with flush “through-bolted” wood beam/wood framing stud structure fasteners.

e. Structure fasteners for wall mounted conduit attachments shall attach to steel framing studs and steel structural elements with spot welded steel structure fasteners or drilled and bolted structure fasteners.

E. Brace Connectors

1. Provide lateral brace connectors to resist horizontal, lateral and vertical movement of suspended conduits during seismic earthquakes.

2. The braces shall connect from each conduit support, attach as close to the conduit as possible, and attach to fixed rigid, nonsuspended building “main” structural elements with fixed anchoring.

3. Brace attachment connectors and fasteners shall be rigid preformed steel channels or flexible #10 gauge steel hanger wire.

4. Connect and attach the brace connectors to fixed structural elements in the same manner as conduit support hangers. The connection of braces to structural elements shall be independent of the conduit support hanger structure fasteners.

2.3 ELECTRICAL POWER WIRE AND CABLE A. General

1. All wire and cable shall be single-conductor, annealed copper, insulated 600 volt, #12AWG minimum unless specifically noted otherwise on the Drawings.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CONDUIT AND WIRE FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 05 33-9

2. Conductors #10AWG and smaller shall be solid. Conductors #8AWG and larger shall be stranded.

3. Insulation of conductor connected to circuit protection devices required to be "100%" rated, shall be 90 degree centigrade rated insulation.

4. Insulation of conductors installed outdoors, on grade or underground, insulation shall be rated for wet locations.

5. Insulation of conductors installed outdoors, installed exposed to the sun, installed in exposed conduits, insulation shall be rated for high-temperature 90 degrees centigrade.

6. Insulation of branch circuit conducts installed in light fixtures, insulation shall be rated for 90 degrees centigrade.

B. Conductor Insulation

1. 600 Volt AC and/or DC insulated conductors installed entirely inside conduits, or enclosed inside wireways, or enclosed inside raceways, insulation shall be rated as follows. a. Indoor above Grade locations either concealed or exposed.

1) Dual rated THHN and THWN 2) Individually rated THHN-2 3) Individually rated THWN-2 4) XHHW-2

b. Outdoor above Grade either concealed or exposed. 1) XHHW-2 2) THWN-2 3) THW-2

c. Outdoor below Grade or outdoor on Grade. 1) XHHW-2 2) THWN-2 3) THW-2

d. All other enclosed raceway locations not described above. 1) XHHW-2 2) THWN-2 3) THW-2

C. Insulation Color Coding and Identification

1. The following color code for branch circuits: a. Neutral . . . White (tape feeder neutrals with white tape near connections). b. Normal Power

120/208 Volt Ground Green Phase A Black Phase B Red Phase C Blue

2. When individual neutral conductors are shown for each branch circuit, the color code for the neutral conductors shall be as follows:

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CONDUIT AND WIRE FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 05 33-11

a. 120/208 volt; Phase A - White with Black stripe; Phase B - White with Red stripe; Phase C - White with Blue stripe.

3. Fire alarm conductors: Use 600-volt, type THHN-2/THWN-2 conductors and color-coded per Equipment Manufacturer's recommendations and approved and listed for use on fire alarm systems by the State Fire Marshal.

PART 3 EXECUTION

3.1 TRENCHING, FOOTINGS, SLEEVES

A. Provide Trenching, Concrete Encasement of conduits, backfilling, and compaction for the underground electrical work, in accordance with applicable Sections of this Specification.

B. Sleeves

1. Provide sleeves for raceways, conduit and wire/cables passing through the following construction elements: a. Gypsum, Lath, and plaster walls and ceilings. b. Building structures (i.e., foundations, walls, floors, ceilings, beams, and roofs) with a fire

rating exceeding 20-minutes.

2. Sleeves shall extend 1.5-inch above and below floors, except under floor standing electrical equipment. Sleeves shall be flush with wall ceiling foundations and partitions exposed to public view and extend approximately 0.5-inch past penetration in fire rated construction. Sleeves shall be installed at exact penetration locations and angles to accommodate wire/cable, raceway and conduit routings.

3. Joists, girders, beams, columns or reinforcing steel shall not be cut or weakened. Where construction necessitates the routing of conduit or raceways through structural members, framing or footings, written permission to make such installation shall first be obtained from the Owner’s Representative. Such permission will not be granted, how- ever, if any other method of installation is possible.

4. The layout and design of raceways and conduits located in or routed through masonry or reinforced beams or the Owner’s Representative shall review walls before any work is performed. All sleeving shall be accomplished according to the instructions of the Owner’s Representative and shall be accepted before any concrete is poured.

5. Provide a continuous clearance between the inside of a sleeve and exterior of wire/ cables, conduits and raceways passing through the sleeve not less than the following: a. 0.5-inch clearance except as required otherwise. b. 1.0-inch clearance through outside walls below grade. c. 3.0-inch clearance through seismic joints. 6. Sleeves set in fire rated construction shall be caulked between sleeve and building structure, additionally sleeves shall be caulked between the sleeve and the wire/cables, conduits/raceways passing through the sleeve. The caulking shall be a fireproof sealant, equal to the fire rating and temperature being penetrated. Clearance between components inside of sleeve and exterior of components passing through sleeve and between components inside the sleeve shall comply with Fireproof Sealant Manufacturer’s recommendations.

7. Sleeve material: a. In floor construction: Schedule 40 black steel pipe, with upper surface to be sealed

watertight.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CONDUIT AND WIRE FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 05 33-12

the State of California and local authorities having jurisdiction. GroGrouunnddiningg shalshalll bebe eexexecutcuteedd inin accoaccordrdananccee withwith

and Regulations, both of

b. In concrete or masonry walls roofs or ceilings: Schedule 40 black steel pipe. When installed in roofs or outside walls, seal outer surface watertight.

c. In fire rated construction; 24 gauge galvanized iron or steel.

3.2 GROUNDING A.

B. The Contractor shall install the proper sized copper ground wire in all conduits having circuits

operating at more than 100 volts to ground, for use as an equipment ground. The electrical metallic raceway system shall be grounded to this ground wire.

C. The maximum resistance to ground from any outlet shall not exceed 5 ohms. D. In branch circuit conduits, a green insulated, copper ground wire, sized in accordance with the

following table, shall be installed. Install ground wire in each conduit with phase conductors.

1. Branch Circuit Protection Ground Wire Size 20 amp #12 30 to 60 amp #10 70 to 100 amp #8

E. Ground conductors for branch circuit wiring shall be attached at each outlet to the back of the box using drilled and tapped holes and washer head screws, 6-32 or larger.

3.3 CONDUIT

A. General

1. The sizes of the conduits for the various circuits shall be as indicated on the Drawings, but not less than the conduit size required by Code for the size and quantity of conductors to be installed in the conduit.

2. Conduits shall be installed concealed from view. Install conduits concealed in walls, concealed below floors and concealed above ceilings, except as specifically noted other- wise.

3. The following systems shall be considered as circuits 100 volts and less, all other circuits shall be considered to be over 100 volts (power circuits) unless specifically noted otherwise: Fire alarm, energy management control, telephone, public address, data, computer, television, intercom, intrusion alarm and nurse call.

4. Conduits shall be provided complete with conduit bends, conduit fittings, outlet boxes, pullboxes, junction boxes, conduit anchors/supports, grounding/bonding for a complete and operating conductor/wire raceway system. Metal and nonmetal conduits shall be provided mechanically continuous between termination connection points. Metal conduit shall be provided electrically continuous between termination connection points.

5. Individual conduit paths and home runs shown on the Drawings shall be maintained as separate individual conduits for each homerun and path.

6. Conduits, conduit fittings and installation work occurring in classified hazardous materials locations shall comply with applicable Code Class 1 Division 1 Requirements, unless specifically noted otherwise.

Grounding shall be executed in accordance with all CEC Article 250.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CONDUIT AND WIRE FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 05 33-13

7.

8. Transitions between conduits constructed of different materials and occurring in above grade locations shall be allowed only at outlet boxes, junction boxes, pull boxes and equipment enclosures unless specifically indicated otherwise. Provide outlet boxes and junction boxes.

9. Metal conduit terminating to nonmetal enclosures; terminating into metal enclosures with “concentric.ring” knockouts; terminating into metal enclosures with knockout reducing washers, including but not limited to equipment housings, outlet boxes, junction boxes, pull boxes, cable trenches, manholes, shall be provided with a ground/ bonding lug integrated with the conduit termination conductor fitting construction, by the Fitting Manufacturer. The lug shall provide for connection of a grounding/bonding conductor (insulated or uninsulated). The grounding lug shall be located on the fitting, inside the termination enclosure.

10. The type of conduit, type of conduit fittings, and type of conduit supports and method of conduit installation shall be suitable for the conditions of use and conditions of location of installation based on the Manufacturer’s recommendations; based on the applicable Codes and based on the Requirements of the Contract Documents.

B. RMC Installation Locations RGS, IMC Conduits and RGS, IMC Fittings shall be installed in the following locations:

1. Embedded in floors, walls, ceilings, roofs, foundations, and footings constructed with concrete.

2. Embedded in walls and foundations constructed with brick and masonry.

3. Interior of buildings, within 9-feet of finish floor lines for exposed conduit locations.

4. Exterior of building for exposed conduit locations.

5. Damp or wet locations, exposed or concealed locations.

6. Exposed on roofs.

7. RMC conduit and RMC fittings may be installed in any location where EMT and FMC conduit is permitted to be installed.

C. EMT Installation Locations EMT Conduit and EMT Fittings may be installed in the following locations, for circuit conductors operating below 600 volts to ground; locations containing only “non-hazardous materials”; only dry locations:

1. Concealed in hollow non masonry/non-concrete, metal stud frame and wood stud frame walls and floors.

2. Concealed above ceilings. 3. Exposed inside interior enclosed crawl spaces.

4. Exposed interior locations placed 9-feet or higher above finished floors (except as described in paragraph below at lower heights).

5. Exposed on walls and ceilings (any height) in the following dedicated function areas, interior enclosed room locations: a. Indoor enclosed electrical equipment rooms and closets. b. Indoor enclosed data and telecommunication terminal rooms and closets.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CONDUIT AND WIRE FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 05 33-14

6. Any location where FMC is described to be installed, except as the final connection to rotating or vibrating equipment.

D. FMC Installation Locations FMC conduit and FMC fittings may be installed in the following locations for circuit conductors operating below 600 volts to ground; locations containing only “non-hazardous materials”; only dry, interior locations:

1. Concealed in hollow non-masonry metal stud frame and wood stud frame fully enclosed walls.

2. Concealed above fully enclosed ceiling spaces.

3. FMC conduit shall be installed in continuous lengths between termination points. FMC shall not be “spliced” or coupled directly to FMC or any other conduit type under any circumstance.

4. The maximum continuous length of FMC that shall be installed between termination end points is 15-feet. Circuits requiring continuous conduit lengths exceeding 15-feet between termination end points shall be installed using either RMC or EMT conduits. FMC lengths shorter than 16-inches are prohibited.

5. The minimum size FMC conduit shall be as shown on the Drawings but not be less than the following: a. FMC lengths of 6-feet or less, minimum FMC conduit size shall be 0.50-inch. b. FMC lengths exceeding 6-feet, minimum FMC conduit size shall be 1.0-inch.

E. RNMC Installation Locations RNMC Conduit and RNMC Fittings shall be installed in the following locations containing only “non-hazardous material”:

1. Underground, concealed below earth grade, unless specifically noted or specified other- wise.

2. Exposed on utility service poles, for pole risers at 9-feet or higher above finish grade, Schedule 80 PVC only.

3. RNMC type “EB” conduit(s) shall be concrete encased along the entire length of the conduits for all installation locations.

4. Non-metal type raceways and RNMC type conduit shall not be installed inside buildings.

F. Conduit Installation

1. Conduit Supports a. Securely and rigidly support all raceways/conduits from the building structure. Raceways/Conduits shall be supported independent of all piping, air ducts,equipment ceiling hanger wires, and suspended ceiling grid systems. Secure conduit to structural element by means of UL listed and approved hangers, fasteners, “C” channels and pipe clamps.

b. Provide conduit supports spaced along the length of the conduit as follows: 1) RMC and EMT conduit, maximum not to exceed 96-inches on center; within 24- inches

of each conduit bend and conduit termination location. 2) FMC and LTFMC conduit, maximum not to exceed 24-inches on center; within 6-

inches of each conduit bend and conduit termination location.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CONDUIT AND WIRE FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 05 33-15

c. Suspended conduit methods: 1) Individual, suspended raceways/conduits separated by more than 12-inches from

any other conduit and suspended from ceilings and roofs shall be supported as follows: a) Conduits smaller than 1.5-inch by means of hanger rods or hanger wires. b) Conduits 1.5-inch and larger by means of hanger rods. c) The conduit shall attach to the hangers with pipe clamps.

2) Suspended raceways/conduits positioned within 24-inches of any other conduit shall be grouped and supported by hanger rods using trapeze type conduit support channels ("C" channels). Conduits shall individually attach to common channels side-by-side, with pipe clamps.

d. Non-suspended conduit methods: 1) Individual raceway/conduits placed against wall /ceiling/floors, placed inside hollow

wall/ceiling construction or structure framing (i.e., “dry- wall” or plaster hollow wall construction), shall be secured by means of individual pipe clamps and fasteners attached to the framing studs or other structural members and the conduit/raceway.

2) Provide common “C" channel supports for all multiple raceway/conduits placed against vertical or horizontal surfaces and positioned within 24-inches of other raceways/conduits. Attach channels to the framing studs or other structural members. Attach the conduits/raceway individually to common channels, side- by-side, with pipe clamps.

3) The use of toggle bolts is prohibited. e. Provide conduit anchoring, conduit support and conduit bracing systems conforming to

Earthquake Seismic Requirements. The conduit support/anchoring system capacity shall include the weight of the conduits, conduit fittings, conduit supports and conductors/wires/cables installed in the conduits plus a 300% safety factor. Submit Shop Drawing details showing each typical conduit anchor, conduit support and conduit brace location. Submit structural calculations performed by and signed by a Professional Structural Engineer (P.E.) with a P.E. license, registered in the State of California, U.S.A.

2. Conduit separation: a. Conduit installed underground or below building slab without full concrete encasement:

Shall be separated from adjacent conduits of identical systems (i.e. signal to signal, data to data, power to power, control to control etc.) by a minimum of 3-inches. Conduits of non-identical systems (i.e. signal to power; data to power; power to control; signal to control, etc.) shall be separated by a minimum of 12- inches.

b. Conduit installed underground with full concrete encasement; shall be separated from adjacent conduits of similar systems (100 volt and less) by a minimum of 2- inches; conduits for non-power systems (100 volts and less to ground) shall be separated by a minimum of 6-inches from power circuits (over 100 volts to ground); conduits for power circuits shall be separated from adjacent conduits of similar power systems (over 100 volts to ground) by a minimum of 3-inches.

c. Separation of conduits entering termination points or crossing other conduits may be reduced as required within 60-inches of the termination or crossing points.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CONDUIT AND WIRE FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 05 33-16

d. Conduits shall be separated from hot water piping, exhaust flues/ chimneys, steam piping, boilers, furnaces, ovens by a minimum of 12-inches.

3. Conduit concrete encasement: a. Conduits which are run underground exterior to building slab shall be continuously concrete

encased except, 15 amp and 20 amp power branch circuit conduits under- ground do not require concrete encasement.

b. PVC rigid-non-metallic-type EB conduit, of any size and any location shall be continuously concrete encased the full length of the conduit installation, including under building slab.

c. Concrete for encasement of underground conduits shall be 2000-PSI 28-days cure strength with a mix of cement, sand, water and maximum of ¾-inch gravel. Concrete encasement of conduits shall be continuous without voids. The encasement shall extend 3-inches past the edges of all conduits on all sides of the circuit. Provide ten pounds of red oxide cement coloring uniformly mixed with each cubic yard of concrete for conduit encasement.

d. Conduits of any size and type (including 15 amp and 20 amp power branch circuits) located under roads, paved areas and “transit-system” right of way shall be concrete encased.

4. Underground conduits: a. Three or more underground conduits larger than 1-inch in size and occupying the same

trench shall be separated and supported on factory fabricated, non-metallic, duct/conduit support spacers. The spacers shall be modular, keyed interlocking type, "built-up" to accommodate quantity, size orientation and spacing of installed conduits. The spacers shall maintain a constant distance between adjacent conduit supports and hold conduits in place during trench backfill operations. Minimum support spacer installation interval along with length of the conduits shall be as follows: 1) Concrete encased conduits, not less than 8-feet on center. 2) Non-concrete encased conduits, not less than 5-feet on center.

b. Provide trenching, excavation, shoring and Backfilling required for the proper installation of underground conduits. Tops of backfill shall match finish grade.

c. Bottoms of trenches shall be cut parallel to “finish grade” elevation. Make trenches 12-inches wider than the greatest diameter of the conduit.

d. Back-filling Trenches for Conduits without Concrete Encasement Requirements 1) Conduits which are not required by the Contract Documents to be concrete encased and are located exterior to building slab, shall be set on a 3-inch bed of damp clean sand. Conduit trenches shall be backfilled to within 12-inches of finished grade with damp sand after installation of conduit is completed. Remainder of backfill shall be native soil.

2) Conduits located under a building which are not required by the Contract Documents to be concrete encased, shall be completely backfilled and com- pacted with clean damp sand to the same level as the building foundation pad.

3) Provide a continuous yellow 12-inches wide flat plastic tracer tape, located 12- inches above the conduits in the trench. The tracer tape shall be imprinted with “Warning-Electric Circuits” a minimum of 24-inches on center.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CONDUIT AND WIRE FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 05 33-17

e. Backfilling trenches for conduits under paved areas: 1) In addition to the Requirements of conduit concrete encasement, conduits under

walkways, roads, parking lots, driveways, and buildings shall be cast in place concrete “slurry mix” backfill. The slurry mix shall cover each side and top of conduits and conduit concrete encasement. The slurry mix shall be continuous to the underside of the finish subgrade surface.

f. Backfilling trenches for conduits with concrete encasement Requirements by the Contract Documents: 1) Trenches with all conduits concrete encased shall be backfilled with clean damp sand

when located under building pads. 2) Trenches with all conduits concrete encased and not located under a building pad

and not located under paved areas shall be backfilled with clean damp sand or native soil.

g. Backfill material: 1) Sand and native soil backfill of trenches shall be machine vibrated in 6-inch lifts to

provide not less than 90% compaction of backfill. 2) Soil backfill shall have no stones, organic matter of aggregate greater than 3- inches. 3) Concrete and slurry mix (2000-PSI) shall be machine vibrated during installation

to remove “air-voids”. 4) The slurry mix shall consist of concrete, clean rock, clean sand and clean water

mixture. Maximum shrinking of slurry mix shall not exceed 5% wet to dry. h. Do not backfill until Owner’s Representative has approved Installation and As-Built

Drawings are up to date. Promptly install conduits after excavation has been done, so as to keep the excavations open as short a time as possible. Excess soil from trenching shall be removed from the site.

i. Install underground conduit, except under buildings, not less than 24-inches below finished grade in non-traffic areas and 30-inches below finished grade in traffic areas, including roads and parking areas. Not less than 48-inches below finished grade under public/private transit system right of way and railroad right of way. Dimensions shall be measured to the top of the conduit.

j. Conduit crossing existing underground utilities shall cross below the bottom depth of the existing utilities. If the top portion of the existing utility depth below finish grade exceeds 72-inches and the specified separation and depths are maintained when crossing over the top of the existing underground utility, the conduit may cross above the existing underground utility.

k. Provide long radius horizontal bends (minimum radius of 36-times the conduit diameter) in underground conduits where the conduit is in excess of 100-feet long.

l. Conduits installed below grade and on grade below buildings, shall not be smaller than 0.75-inch. Conduits for circuits exceeding 600 volts shall not be smaller than 5.0-inches.

m. Underground conduits entering a building shall be sloped. The conduit direction of slope shall be away from the building, and shall prevent water in the conduit from “gravity draining” towards the building. The conduit slope “high point” shall originate from the building, out to the first exterior pullbox, manhole etc. exterior conduit termination “low point”. The minimum slope angle shall be a constant 8- inches (or greater) of fall for each 100-feet of conduit length.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CONDUIT AND WIRE FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 05 33-18

n. Dewatering: 1) Provide pumping to remove, maintain and dispose of all water entering the excavation

during the time the excavation is being prepared, for the conduit laying, during the laying of the conduit, and until the backfill at the conduit zone has been completed. These provisions shall apply on a continuous basis. Water shall be disposed of in a manner to prevent damage to adjacent property. Trench water shall not be drained through the construction. Ground water shall not be allowed to rise around the pipe until joining compound has firmly set.

2) The Owner’s Representative shall be notified 48 hours prior to commencement of dewatering.

5. Raceway/Conduits, which are installed at this time and left empty for future use, shall have 0.25-inch diameter polyvinyl rope left in place for future use. The pull rope shall be 500-pounds minimum tensile strength. Provide a minimum of 5-feet of slack at each end of pull ropes.

6. Provide openings in building structures for conduit penetrations: a. New construction shall be provided with conduit sleeves, to provide conduit

penetrations. b. Existing construction shall be drilled (core drill masonry and concrete) and provide conduit

sleeves installed after drilling, to provide conduit penetrations. c. Where the structure penetrations for underground conduits penetrating through

foundations will not comply with the (restriction/penetration) shown in the Contract Documents, install the conduits below and clear of the foundation lowest point.

7. Conduit bends risers and offsets: a. The minimum bend radius of “factory or field” fabricated conduit bends shall not be less

than the following. The bend radius shall be measured at the surface, inside radius of the conduit wall: 1) FMC and LTFMC conduit - conduit minimum bend radius 12-times the conduit

diameter. 2) RMC and EMT conduit minimum bend radius - conduit for power circuits over 100-volts

and less than 600-volts, 8-times conduit diameter. Conduit for power circuits over 600-volt, 12-times conduit diameter. Conduit for low voltage, signal and fiber optic circuits, 10-times conduit diameter.

3) RNMC conduit - conduit minimum bend radius 36-times the conduit diameter. Under building reduce minimum bend radius to 10-times the conduit diameter. Conduit bends and offsets in RNMC with less than 36-times conduit diameter bend/offset radius shall be RNMC PVC Schedule 80 or PVC coated RGS.

b. Bends and offsets in conduits shall be kept to an absolute minimum. The total summation of all bends and offsets permitted in a conduit segment, occurring between two conduit termination/connection end points, shall not exceed the following, including conduit fittings: 1) RMC and EMT conduit - 360 angular degrees 2) FMC and LTFMC conduit - 180 angular degrees 3) RNMC conduit - 270 angular degrees

c. Each field fabricated conduit offset, bend and elbow which are not the standard product of the Raceway/Conduit Manufacturer shall be mandrel tested. The test shall be conducted after the conduit installation is complete and prior to pulling-in any wire, in the same manner as for underground conduits.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CONDUIT AND WIRE FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 05 33-19

d. e. Factory manufactured angle connector conduit fittings shall be installed in exposed conduit

locations only. Installation in locations normally concealed from view shall not be permitted. Not more than one factory manufactured angle connector shall be permitted in any length of conduit between conduit termination end points.

f. RNMC conduit risers from below grade shall be PVC coated RGS. Conduit risers, bends or offsets entering into a building shall be PVC coated RGS.

g. If three or more conduit-bends of the same conduit size and same conduit material type, installed, as part of the contract work, fail to comply with the required minimum conduit bend radius or conduit angular degree limits. The following corrective actions shall occur: 1) The Contractor shall remove all the non-complying conduit bends and the respective

wire in the conduit from the project site. Provide new conduit and wire, complying with the Contract Documents.

2) Where the conduit bends similar to the non-complying conduit bends are installed concealed in walls, floors, above ceilings or below grade, the Contractor shall expose the conduit bends to allow visual observation.

3) The Contractor shall remove the non-complying conduit bends and dispose of the project site. The Contractor shall provide new conduit bends and conductors complying with the Contract Documents.

4) All the costs to correct the deficient material and work along with costs to repair the direct, indirect, incidental damages and Contract delays shall be the sole responsibility of the Contractor and shall be included in the bid price.

8. Expansion joint, deflection joint and seismic joint fittings. a. Provide a conduit expansion fitting for each conduit length and conduit type as follows

(Note - The installation of specified combination expansion/deflection fittings at seismic joints shall satisfy this Spacing Requirement also):

Conduit Type Conduit Fitting Length Spacing 1) RMC and EMT Exposed exterior locations 200-feet 2) RMC and EMT Interior weather protected locations 400-feet

b. Provide a conduit combination expansion/deflection fitting for each conduit, crossing the following elements: 1) At each building or non-building structure seismic joint. 2) At each building on non-building structure expansion joint. 3) At each conduit penetration of a “sound-rated” wall, floor or ceiling.

9. Provide two locknuts and an insulated throat bushing at each metal conduit terminating at enclosures, including but not limited to outlet boxes, junction boxes, terminal cabinets, switchgear, transformers, switchboards, distribution panels and panelboards.

10. Provide metallic or plastic closure caps on all conduit ends during construction, until installation of conductors in the respective conduit.

11. Conduit run exposed, shall be run at right angles or parallel to the walls or structures. All changes in directions, either horizontally or vertically, shall be made with conduit outlet bodies as manufactured by Crouse Hinds, OZ or equal. Conduits run on exposed beams or trelliswork shall be painted to match surrounding surfaces.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CONDUIT AND WIRE FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 05 33-20

12. Conduit exposed on roof: a. Conduits installed exposed on roofs shall be installed on conduit sleepers. Place the conduit

sleepers a maximum of 5-feet on center along the entire length of the conduit; under conduit expansion/deflection fittings; under each junction box and within 24-inches of each conduit bend.

b. Provide a conduit support “C” channel continuous along the top length of the sleeper and rigidly bolted to the sleeper. Conduits shall be loosely fastened to each sleeper “C” channel with pipe clamps to allow for relative movement between the sleeper and conduit.

c. Conduits shall not block or interfere with roof hatches, doors, ventilation openings, dampers, equipment access panels/doors, roof water drainage.

d. Conduit sleepers shall be fabricated from “clear” solid redwood 4-inches by 4-inches (nominal) size. Sleeper length shall extend a minimum of 9-inches past the conduits attached to the sleeper, but in no case shall the length of the sleeper be less than 24-inches.

e. Provide a pad under each sleeper; sleepers shall not be installed in direct contact with the roofing. Sleeper pads shall extend a minimum of 6 inches past each side of the sleeper. The sleeper pad shall be semi-rigid mineral surfaced composition board, not less than 0.375-inch thickness, bituminous impregnated, manufactured for application on the specific roofing material. Remove roofing “ballast” (gravel) under pad, prior to installation of sleeper pad. Do not puncture roof membrane.

f. Position the “length” of the conduit sleepers’ perpendicular to the roof slope, to prevent obstruction of roof drainage water flow. Where the conduit routing prevents placing the conduit sleeper parallel to the roof slope, provide two separate sleeper pads for the conduit sleeper, with a continuous 3-inches wide water drainage gap between the sleepers. Align the water drainage gap to allow unimpeded water travel along the roof slope drainage flow line between the pads.

g. Sleepers and sleeper pads shall be set in non-hardening mastic, a minimum of 0.25- inch thickness. Mastic shall be inorganic, non-hardening, and complying with ASTM- D1227. Mastic shall be applied with continuous uniform coverage, minimum 0.25- inch thickness, on all the surfaces of each conduit sleeper and on the sleeper pad contact surface with the roof.

13. Rigid steel conduit or electrical metallic tubing shall not be strapped or fastened to equipment subject to vibration or mounted on shock absorbing bases.

14. RMC conduit threads: a. Machine cut threads on RMC conduit required for field fabrication shall comply with NPS

and ANSI-B1.20.1. b. The length of bare metal exposed during thread fabrication shall be completely covered by

conduit couplings and fittings. Additionally, the thread length shall insure that conduit joints will reach “torque” tightness and become secure before conduit ends “butt” together and before conduit ends “butt” into the “shoulders” of other conduit fittings.

c. Running threads or right/left handed threads shall not be used to connect RMC.

15. RNMC conduit: a. Joints and fittings shall be solvent welded to RNMC conduit. Joints and fittings shall be

watertight and airtight after fabrication.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CONDUIT AND WIRE FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 05 33-21

18. Tighten each conduit fittings and fitting appurtenance, to the “torque” (allowable tolerance 5%) value recommended by the Fitting Manufacturer and applicable Code. If three or more conduit fittings are found to not be in compliance with the Manufacturer’s “torque” (tightness) recommendations, the following corrective actions shall occur: a. The Contractor shall tighten “re-torque” the defective fittings and all similar conduit fittings

installed as part of the Contract Documents in the presence of the Owner’s Representative. b. If the respective conduit fittings similar to the deficient “torque tightness” fittings are

installed concealed in walls, floors, above ceilings or below grade, the Contractor shall expose the fitting, to allow retightening each similar conduit fitting to the Manufacturers recommended “torque” values.

c. All the cost to repair the direct, indirect, incidental damages and Contract delays resulting from complying with these Requirements shall be the sole responsibility of the Contractor and shall be included in the bid price.

G. Conduit Bodies

1. Conduit bodies shall be installed in exposed conduit locations only or above accessible ceilings.

2. Conduit bodies shall be accessible for removing body cover and pulling wire through the conduit body.

3. Conduit bodies shall not be installed inside enclosed walls.

H. Preparation of Reuse of Existing Conduits

1. Prepare existing conduits shown to be reused as part of Contract Work as follows: Complete the required work prior to installing any conductors or cables in respective existing conduits. a. “Rod” out existing raceways to be used under this contact, with approved test and

flexible mandrels to remove all obstructions to clear debris from inside conduits. b. Use test mandrels at least 12-inches long, 0.25-inch less than diameter of duct at center,

tapering to 0.5-inches less than duct size at ends. 2. If test mandrels cannot be pulled through raceways, Contractor shall perform the

following to clear the existing raceways: a. Force rigid or semi-rigid rods through the raceways to clear the obstructions from one to

both ends of the raceway. b. Force a power driven rotating router device through the conduit from one or both ends

of raceways. Device shall incorporate small diameter cutting blades. Repeat the “router” process in incremental stages to a cutting blade diameter approximately ⅛-inch smaller than the raceway inside diameter.

3. After clearing the raceway of obstructions, pull a test mandrel or brush through the race way to clear the remaining debris from the raceway.

3.4 WIRE AND CABLE

A. Branch Circuit and Fixture Joints for #10AWG and smaller wire shall be made with UL- approved connectors listed for 600 volts, approved for use with copper and/or aluminum wire. Connector to consist of a cone-shaped, expandable coil spring insert, insulated with a nylon shell and two wings placed opposite each other to serve as a built-in wrench or shall be molded one-piece as manufactured by 3M-"Scotchlok".

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT CONDUIT AND WIRE FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 05 33-22

B. C. Branch Circuit Joints of #8AWG and larger shall be made with screw pressure connectors made of high

strength structural aluminum alloy and UL-approved for use with both copper and/or aluminum wire as manufactured by Thomas & Betts. Joints shall be insulated with plastic splicing tape, tapered half-lapped and at least the thickness equivalent to 1.5-times the conductor insulation. Tapes shall be fresh and of quality equal to Scotch.

D. Use UL listed pulling compound for installation of conductors in conduits.

E. Correspond each circuit to the branch number indicated on the panel schedule shown on the Drawings except where departures are approved by the Owner’s Representative.

F. All Wiring, including low voltage, shall be installed in conduit.

END OF SECTION 26 05 33

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT PANELBOARDS AND TERMINAL CABINETS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 24 16-1

SECTION 26 24 16 PANELBOARDS AND TERMINAL CABINETS

PART 1 GENERAL

1.1 SCOPE

A. Work Included: All labor, materials, appliances, tools, equipment necessary for and incidental to performing all operations in connection with furnishing, delivery and installation of the work of this Section, complete, as shown on the Drawings and/or specified herein. Work includes, but is not necessarily limited to the following:

1. Examine all other Specification Sections and Drawings for related work required to be included as work under Division 26.

2. General Provisions and Requirements for electrical work.

1.2 SUBMITTALS (ADDITIONAL REQUIREMENTS) A. Provide Manufacturers catalog data for panels, cabinets and circuit breakers.

B. Provide Shop Drawing showing panel circuit arrangements, size, voltage, ampacity, over- current protective devices, etc.

C. Provide nameplate engraving schedule.

1.3 SEISMIC EARTHQUAKE AND WIND LOADING WITHSTAND, TESTING AND CERTIFICATION. (ADDITIONAL REQUIREMENTS)

A. General

1. The complete panels and terminal cabinets’ assemblies; including circuit protection devices, meter, housings/enclosures, accessories, supports/anchors etc., shall be designed, manufactured and tested. a. Wind loading all outdoor equipment locations. b. Earthquake Seismic and CBC/IBC Seismic withstand all indoor and all outdoor

equipment locations.

2. Shall withstand, survive and maintain continuous non-interrupted energized operation during the seismic event occurrences and wind event occurrences. Continued normal energized operation after the wind event and seismic event occurrences have abated.

3. Shall include demonstrations of successful operation and run test after completion of seismic event shake-table simulation. Acceptance test seismic qualification shall employ triple axis shake-table simulation of the Required Response Spectrum (RRS) seismic event motion, certified and approved by the AHJ.

4. Provide three dimensional finite element analysis demonstrating anchorage and operational withstand of wind loading not less than as follows and as required by AHJ: a. 110MPH-West Coast States USA and Hawaii, per ASCE/SEI 7-10.

5. Seismic test shall be performed by a third party independent Test Laboratory. Wind analysis and seismic testing and reports shall be certified, signed and “stamped” by PE Professional Engineer licensed and in good standing in the State, Civil Engineer or Structural Engineer.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT PANELBOARDS AND TERMINAL CABINETS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 24 16-2

PART 2 PRODUCTS

2.1 PANELBOARDS

A. Shall be flush or surface mounting as indicated with group -mount circuit protection devices as shown on panel schedule, hinged lockable doors, index cardholders and proper bussing.

1. Panelboards shall comply with the latest versions: a. NEMA – PB1. b. UL – 50 and 67. c. CEC/NEC. d. ASTM-B187.

2. Where indicated on the Drawings shall be furnished with subfeed breakers and/or additional conductor lugs, split bussing, contactors, time switches, relays, etc., as required. a. Branch circuit panels up through forty-two circuits shall be single section, to

accommodate all of the circuits and components. b. Distribution panels shall be single section or multi-section, to accommodate all of the

circuits and components.

3. Panels shall be “Service-Entrance” equipment rated when the panel main incoming supply feeder originates from one of the following: a. Originates outdoors exterior of the building in which the respective panel is located. b. Originates from an electrical supply source not located in the same building as the

respective panel.

B. Housing and Painting, Panels and Terminal Cabinets

1. Shall be finished with one coat of rust inhibitor zinc chromate and coat of primer sealer after a thorough cleaning.

2. Finish color paint as selected by Owner’s Representative where exposed to public view (e.g., corridors, covered passages, offices, etc.). Prime coated panelboard shall be painted to match surroundings after installation in public areas.

3. Manufacturer’s standard color in electrical rooms/closets, janitors, HVAC and storage rooms.

4. Shall be fabricated of sheet steel of the following minimum gauges. a. Full height hinged, locking door. Trim #12 gauge steel; enclosure - Code gauge steel. b. Panels installed in indoor dedicated electrical equipment rooms and dedicated electrical

equipment closets, omit full height hinged locking panel door. Dead front cover behind omitted panel door shall remain.

5. NEMA-1 Metal Housing, for indoor locations.

6. NEMA-3R Metal Housing, tamper resistant, for outdoor locations.

7. Furnish all panels and terminal cabinets with the manufacturers flush locks and keys except where indicated otherwise herein. Keys and locks shall be interchangeable for all panels. Provide two latches and two locks for door heights exceeding 36-inches.

8. Fasten the trim to panel and terminal cabinets by means of concealed, bolted or screwed fasteners accessible only when the door is open.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT PANELBOARDS AND TERMINAL CABINETS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 24 16-3

C. Panels 208/120 volt, three phase, 4-wire, S/N or 120/240 volt, single phase, 3-wire, S/N. Branch circuit panel as manufactured by:

1. Cutler Hammer “Pow-R-Line 1 or 2”Series

2. General Electric "A" Series

3. Square D “NF/NQ” Series

4. Siemens “P1/P2” Series

D. Branch circuit panels for 480/277 volt, three phase, 4-wire, S/N. Panelboard as manufactured by:

1. Cutler Hammer “Pow-R-Line 2” Series

2. General Electric “A” Series

3. Square D “NF” Series

4. Siemens “P1/P2” Series E. Distribution panels as manufactured by:

1. Cutler Hammer “Power-R-Line 3 or 4” Series

2. General Electric “Spectra” Series

3. Square D “I-Line” Series

4. Siemens “P4/P5” Series

F. Top and bottom gutter space shall not be less than 6-inches high. Provide 6-inches additional gutter space in all panels where double lugs are required or where cable ampere size exceeds bus ampere size.

G. Panel Dimensions.

1. Panels with buss sizes 50 amp thru 400 amp a. Shall be 20-inches wide. Surface or flush mounting as indicated. b. Recess mounted type shall have a 20-inches wide (maximum) recess metal enclosure with

overlapping edge trim plate cover extending 1-inch on all sides of enclosure. c. Depth shall be 5.75-inches nominal. Height of panel as required for devices.

2. Panels with buss sizes greater than 400 amp. a. Narrow panels 24-inch (maximum) wide by 6.5-inches (maximum) deep units. Wide panels

25-inch to 44-inches (maximum) wide by 8-inches to 15-inches (maximum) deep units. Nominal 90-inch panel height.

b. The wider units shall be used only at locations where the narrow unit is not available with the quantity or size of large-ampere frame branch/subfeed circuit protective devices shown on the panel schedules, or where the main breaker size exceeds the narrow panel maximum.

c. Distribution panels shall be floor standing and also supported from behind the panels at walls.

2.2 PANEL CIRCUIT BREAKERS, CIRCUIT PROTECTION DEVICES

A. Circuit Breakers General, for Distribution Panels and Panelboards

1. NEMA-AB1 and AB3, comply with latest revision.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT PANELBOARDS AND TERMINAL CABINETS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 24 16-4

2. UL-1087, UL-489 and IEC-60.947.2 rated devices, comply with latest revision.

3. 5Hz AC closing and 3Hz AC trip and clear.

4. Main circuit breakers for distribution panels exceeding 400 amp and larger; a. Shall be Insulated Case Circuit Breaker type ICCB.

5. Main circuit breakers for branch circuit panelboards 400 amp buss and smaller; a. Shall be Current Limiting Circuit Breaker type-CLCB for non-emergency panelboards. b. Shall be Molded Case Circuit Breaker type-MCCB for emergency panelboards.

6. Branch circuit breakers and feeder circuit breakers smaller than 100-amp trip shall be Molded Case Circuit Breakers type-MCCB and/or Current Limiting Circuit Breakers type- CLCB.

7. All circuit breakers 100 amp and larger trip shall employ sensors and solid state digital electronic automatic trip system. Short-time and long-time; Time/current curve shaping field adjustable functions and adjustable instantaneous trip. Typical for Molded Case Circuit Breaker type-MCCB, Insulated Case Circuit Breaker type-ICCB and Current Limiting Circuit Breaker type-CLCB.

B. Manufacturer

1. Circuit breakers as manufactured by the following companies only are acceptable: a. Cutler Hammer b. General Electric Co. c. Square D Co. d. Siemens

C. Configuration

1. Circuit breakers shall be arranged in the panels so that the breakers of the proper trip settings and numbers correspond to the numbering in the panel schedules on the Drawings.

2. Circuit numbers of breakers shall be black-on-white micarta tabs or other previously approved method. Circuit number tabs, which can readily be changed from front of panel, will not be accepted. Circuit number tabs shall not be attached to or be a part of the breaker.

3. Panelboard circuit protection devices shall be bolt on type for connection to panel bus. Removable and installable without disturbing adjacent devices.

4. Provide conductor wire terminations (lugs) on each circuit protection device for incoming main feeder, branch circuits and outgoing feeder circuits. Dual rated copper/aluminum and compatible with the respective conductor size, type and quantity.

5. Where 2-pole or 3-pole breakers occur in the panels, they shall be common trip units. Single pole breakers with tie-bar between handles will not be accepted.

6. Branch circuit panels shall be field convertible for bottom entry main incoming feeder or top entry main incoming feeder.

7. Each panel section, the feeder and branch circuit protection devices (3-phase and/or 1- phase) shall be “twin-mount”, side-by-side double row construction for the following circuit sizes: a. 480/277 volt, 60-amp circuit size and smaller.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT PANELBOARDS AND TERMINAL CABINETS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 24 16-5

b. 240 volt – 208/120 volt, 100-amp circuit size and smaller.

D. Lock-Off and Lock-On

1. All circuit breakers shall be pad-lockable in the "off" position.

2. Where branch circuit breakers supply the power to motors and signal systems, the breakers shall also be furnished with lockout clips, mounted in the “on” position. The breakers shall be able to trip automatically with lockout clips in place.

3. Provide lock-on clips on branch circuit breakers supplying fire alarm equipment and fire alarm panels. Provide identification of the dedicated "fire alarm" circuit function and operation. Color-code the circuit breakers to comply with AHJ Requirements.

4. Locking facilities shall be riveted or mechanically attached to the circuit breaker (submit sample for approval. Other means of attachment shall not be accepted without prior written approval of the Owner's Representative.

E. Switch and Fuse Feeder Protective Devices for Distribution Panels

1. Locations where the Drawings show distribution panels employing switch-fuse circuit protection devices.

2. Fusible Switches: Quick-make, quick-break type with rejection clips for use with Class “R” fuses Current Limiting Fuses (CLF). Switches with ratings up to and including 100-amp at 240 volts shall be twins mounted. Switches rated through 60-amp and 480 volts shall be twins mounted. Provisions for padlocking in the “on” and/or “off” positions. Switches shall be removable from front of panel without disturbing adjacent units or panel bus structure.

3. Fuses shall be time delay current limiting types, UL Class RK-1 unless otherwise indicated on the Drawings. Provide one spare set of fuses of each size and type in each Distribution Panel.

4. Provide auxiliary contact on switch for remote status (on-off) signaling and monitoring. Provide conductor lugs to accept conductor temperature rating, sizes and quantities shown on Drawings.

5. Switch and fuse devices shall be permitted only in distribution panels and only where specifically indicated on the Drawings for feeders.

2.3 PANEL BUSSING

A. Bus Material

1. Bussing shall be rectangular cross section tin-plated copper. As directed by Owner, aluminum panel busing shall not be permitted.

2. Bussing shall be non-tapped, full length of the enclosure.

B. Ground Bus

1. Each panel shall be equipped with a ground bus secured to the interior of the enclosure. The bus shall have a separate lug for each ground conductor. No more than one conductor shall be installed per lug.

2. Provide additional isolated ground bus in each panel with connecting isolated ground feeders and/or connecting isolated ground branch circuits.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT PANELBOARDS AND TERMINAL CABINETS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 24 16-6

C. Provisions

1. Provide space and all hardware and bus mounting attachments for future devices as indicated on the Drawings.

D. Neutral Bus

1. The ampere rating of the neutral bus of panels and distribution panels shall be a minimum of 100% greater ampere capacity than the ampere rating of the corresponding phase bus, where the panel is indicated to be provided with an “oversize-neutral” or “200%” neutral on the Drawings.

2.4 TERMINAL AND AUXILIARY CABINETS

A. Cabinets

1. Fabricated of code gauge sheet steel for flush mounting (except where noted as surface) of size indicated on the Drawings, and complete with hinged lockable doors, provide the quantity of 2-way Feed through conductor terminals required for termination of all conductors, plus 15% spares of each type.

2. Cabinet locks to operate from same key used for panelboards. The trim to cabinets shall be fastened by means of concealed bolted or screwed fasteners accessible behind door into cabinets. All cabinets shall have ⅝-inch plywood backing, finished with fireproof intumescent primer and finish coat paint. Provide equipment ground bus in each cabinet.

3. Cabinets shall be finished with one coat of zinc chromate and one coat of primer sealer after a thorough cleaning. Where exposed to public view (e.g., corridors, covered pass- ages, offices, etc.) finish color paint to match surrounding and Manufacturer’s standard gray color in switchboard, janitors, heater, and storage rooms.

4. Provide grounded metal barriers inside cabinet to isolate and separate line voltage and low voltage from each other inside the cabinet.

B. Cabinet dimensions.

1. Unless indicated otherwise on Drawings. a. Shall be 20-inches wide. Surface or flush mounting as indicated. b. Recess mounted type shall have a 20-inches wide (maximum) recess metal enclosure with

overlapping edge trim plate cover extending 1-inch on all sides of enclosure.

2. Depth shall be 5.75-inches nominal. Height of cabinet as required for devices, plus 25% spare unused interior space for future use, but not less than 36-inches high.

C. Terminals

1. Non-digital analog circuits; line and low voltage modular signal systems, 15-amp dual row with isolation barriers, screw-down terminals insulated strips, heavy duty. a. As manufactured by: Molex, or ITT-Cannon, or General Electric.

2. Digital circuits; low voltage signal systems, ANSI/EIA/TIA Category-6, 110-Block or 66- Block gas-tight punch down style, heavy duty. a. As manufactured by: Leviton, or Ortronics, or AMP.

005650.0006926 506477.1

SADDLEBACK VALLEY UNIFIED SCHOOL DISTRICT PANELBOARDS AND TERMINAL CABINETS FOOD SERVICES EQUIPMENT REPLACEMENT PROJECT SECTION 26 24 16-7

D. Identification (Additional Requirements)

1. Provide engraved nameplate on each cabinet indicating its designation and system (i.e., “Life Safety System - Panel 2LS”, etc.).

2. Identify each terminal landing with unique circuit number and provide corresponding alphanumeric text-index card inside panel access door

PART 3 EXECUTION

3.1 MOUNTING

A. Flush mounted panelboards and terminal cabinets shall be securely fastened to at least two studs or structural members. Trim shall be flush with finished surface.

1. Panels and cabinets installed flush (recess or semi-recess) into fire rated or smoke rated walls. The wall recess shall be fully wrapped inside the recess with fire/smoke rated materials. The wrap-materials shall provide the same fire and/or smoke protection rating as the respective wall.

B. Surface mounted panels and terminal cabinets shall be secured to walls by means of preformed galvanized steel channels securely fastened to at least two studs or structural members.

C. Panelboards and terminal cabinets shall be installed to insure the top circuit protective device (including top compartment control devices) are not more than 6-feet-6-inches above finish floor in front of the panel and the bottom device is a minimum of 12-inches above the floor. Manufacturer shall specifically indicate on Shop Drawing submittals each panel where these conditions cannot be met.

3.2 IDENTIFICATION (ADDITIONAL REQUIREMENTS)

A. Provide a red and white Bakelite nameplate with ½-inch high letters in each 277/480 volt panel fastened to face of dead-front plate, to read: “DANGER 480 (or as applicable) VOLTS KEEP OUT AUTHORIZED PERSONNEL ONLY”.

B. Manufacturer shall stencil the panel/cabinet number identification on the inside of door to correspond with the designation on the Drawings.

C. Identification plates and numbers shall be attached with screws or twist lock fasteners. Adhesive attachment of any kind shall not be used.

3.3 SPARE CONDUITS (ADDITIONAL REQUIREMENTS)

Provide three 1-inch conduit only stubs from each panel and terminal cabinet into accessible ceiling space. Where floor level below panel or terminal cabinet is accessible, also provide an additional three 1-inch conduit only stubs into accessible floor space.

END OF SECTION 26 24 16

005650.0006926 506477.1