Loading...
HomeMy WebLinkAbout2024-12-10 - AGENDA REPORTS - PROJ P3034 CONTRO Agenda Item: 8 CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL: Li ' DATE: December 10, 2024 SUBJECT: THE RINK SPORTS PAVILION - PHASE II, PROJECT P3034 - PLANS AND SPECIFICATIONS, CONSTRUCTION CONTRACT, AND PROFESSIONAL SERVICES CONTRACTS DEPARTMENT: Public Works PRESENTER: Shannon Pickett RECOMMENDED ACTION City Council: Approve the plans and specifications for The Rink Sports Pavilion — Phase II, Project P3034. 2. Award the construction contract to AMG and Associates, Inc., in the amount of $21,553,000 and authorize a contingency in the amount of $2,155,300, for a total contract amount not to exceed $23,708,300. 3. Award a professional services contract to Willdan Engineering to provide labor compliance services, in the amount of $40,550 and authorize a contingency in the amount of $4,055 for a total contract amount not to exceed $44,605. 4. Award a professional services contract to Twining, Inc., to provide special inspections and material testing services in the amount of $348,631 and authorize a contingency in the amount of $34,863, for a total contract amount not to exceed $383,494. 5. Extend the current professional services contract and authorize an increased expenditure authority for construction support services with Anil Verma Associates, Inc., in the amount of $621,878 and authorize a contingency in the amount of $62,188, for a revised total contract amount not to exceed $2,396,653. 6. Extend the current professional services contract and authorize an increased expenditure authority for construction management services with RP Development Services, in the Page 1 Packet Pg. 75 O amount of $309,925 and authorize a contingency in the amount of $30,993, for a revised total contract amount not to exceed $918,167. 7. Extend the current professional services contract and authorize an increased expenditure authority for geotechnical construction support services with RT Frankian and Associates, in the amount of $60,000 and authorize a contingency in the amount of $6,000, for a revised total contract amount not to exceed $166,140. 8. Appropriate one-time funds in the amount of $300,000 from the Facilities Fund (Fund 723) to The Rink Sports Pavilion, Project P3034, expenditure account P3034723-516101. 9. Appropriate one-time funds in the amount of $219,936 to The Rink Sports Pavilion Art account A3004602-516101; increase Facilities Fund transfers out account 7239500-710602 and transfers in account 602-600723 by $219,936. 10. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND The Rink Sports Pavilion (Rink), will be the first of its kind in the City of Santa Clarita (City) and will offer the community a new intergenerational recreation amenity. The Rink's multi -use facility will offer a roller-skating rink with overlays of a basketball court, pickleball courts, volleyball court, spectator seating, an audio/disc jockey booth with a sound and lighting system, designated area for special events, and a commercial kitchen/concession area. Other improvements include landscape and hardscape enhancements surrounding the facility. The project is located at the Santa Clarita Sports Complex, adjacent to the gymnasium, as shown on the attached Location Map. This project supports the Building and Creating Community theme of the City of Santa Clarita's five-year strategic plan, Santa Clarita 2025. The Rink project is divided into two phases: • Phase I includes the rough grading, relocation of the sand volleyball court to a temporary site, grading certification of the building pad, and utility adjustments. The construction contract for Phase I was awarded at the April 9, 2024, City Council meeting. Construction began in September and is anticipated to be completed by the end of December 2024. • Phase II includes the construction of the Rink building, landscaping, walkways, utility connections, and parking lot improvements. Construction of Phase II is anticipated to begin in February 2025 and be completed by Summer 2026. The California Environmental Quality Act (CEQA) requirements were previously completed for the final build out (Phases IV -VI) of the Santa Clarita Sports Complex. On December 19, 2006, the City of Santa Clarita Planning Commission passed, approved, and adopted Resolution P06- 31, approving Master Case 06-114, Conditional Use Permit 06-009, and adopted the Initial Study and Mitigated Negative Declaration for the project. A Notice of Completion was posted at the State Clearinghouse Number 2006111072. Page 2 Packet Pg. 76 O Construction Contract An invitation to bid was published and circulated via the City's e-procurement system, BidNet, on October 2 and 9, 2024. The City transmitted the solicitation to 1,786 vendors on BidNet, of which 141vendors downloaded materials. A total of two bids were submitted and opened on November 14, 2024. The results of the bids are shown below. Company Location Bid Amount AMG and Associates, Inc. Santa Clarita, CA $21,553,000 The Nazerian Group Encino, CA $21,614,123 Staff recommends the project be awarded to AMG and Associates, Inc., the lowest responsive and responsible bidder. This contractor possesses a valid contractor's license and is in good standing with the Contractors State License Board. The contractor's bid was reviewed for accuracy and conformance to the contract documents and was found to be complete. The bid proposal adheres to the project's plans and specifications and is available in the City Clerk's Reading File. Labor Compliance Services The City conducted a Request for Proposal (RFP) to solicit proposals from qualified firms to provide labor compliance services for the Rink project. The RFP was published and circulated via the City's e-procurement system, BidNet, on September 16, 2024. The City transmitted the solicitation to 1,874 vendors on BidNet, of which 38 vendors downloaded the RFP. A total of six companies provided proposals for consideration. These proposals were reviewed and evaluated based on each company's ability to meet the specific needs of the City. An evaluation panel comprised of staff from the Public Works Department scored the responses using the following categories of weighted criteria: • Proposed methodology and ability to meet the scope of work (25 points) • Responsiveness to the RFP including content, format, and thoroughness of the written proposal (25 points) • Consultant qualifications and overall project team experience (20 points) • Project understanding (20 points) • References (10 points) The evaluation panel scored the responses based on a 100-point scale, with the results outlined below: Rank Company 1 Willdan Engineering 2 The Solis Group 3 Parsons Constructors, Inc. 4 Padilla and Associates, Inc. 5 MNS Engineers, Inc. 6 School Construction Compliance, LLC Location Ventura, CA Pasadena, CA Pasadena, CA Santa Ana, CA Santa Barbara, CA Huntington Beach, CA Score 96 92 92 91 90 71 Page 3 Packet Pg. 77 O In reviewing proposals, the evaluation panel awarded the highest score to Willdan Engineering. The evaluation panel determined that Willdan Engineering's proposal offered the best overall value to meet the labor compliance services needs. Willdan Engineering demonstrated an in-depth understanding of the project needs and provided a detailed scope of work and approach to the project. Based on its experience with similar projects, and the completeness of their proposal for this project, staff recommends awarding the labor compliance services contract to Willdan Engineering. The proposal is available in the City Clerk's Reading File. Special Inspections and Material Testing Services The City conducted an RFP to solicit proposals from qualified firms to provide special inspections and material testing services for the Rink project. The RFP was published and circulated via the City's e-procurement system, BidNet, on October 2, 2024. The City transmitted the solicitation to 1,048 vendors on BidNet, of which 30 vendors downloaded the RFP. A total of six companies provided proposals for consideration. These proposals were reviewed and evaluated based on each company's ability to meet the specific needs of the City. An evaluation panel comprised of staff from the Public Works scored the responses based on a 100-point scale using the following categories of weighted criteria: • Responsiveness to the RFP including content, format, and thoroughness of the written proposal (20 points) • Consultant qualifications and overall project team experience (20 points) • Proposed methodology and ability to meet the scope of work (20 points) • Project understanding (20 points) • References (20 points) Following an initial review by the evaluation panel, two firms, Twining, Inc. and RMA Group, were selected for interviews due to the competitiveness of their proposals. During the interviews, several technical questions related to the scope of work were asked along with follow-up inquiries to ensure a full understanding of each proposer's offering to the City. Interviews were scored based on a scale of 60 additional possible points. The results of the evaluation and interviews are outlined below: Rank Company 1 Twining, Inc. 2 RMA Group 3 Fenagh Engineering and Testing 4 MTGL, Inc. 5 Monterroso Inspections 6 Willdan Engineering Location Score Ventura, CA 155 Carson, CA 145 Rancho Cucamonga, CA 77 Anaheim, CA 68 Los Angeles, CA 66 Industry, CA 65 In reviewing proposals, the evaluation panel awarded the highest score to Twining, Inc. The evaluation panel determined that Twining, Inc.'s proposal offered the best overall value to meet Page 4 Packet Pg. 78 O the special inspections and material testing services needs. Twining, Inc. demonstrated an in-depth understanding of the project needs and provided a detailed scope of work and approach to the project. Based on its experience with similar projects, and the completeness of their proposal for this project, staff recommends awarding the special inspections and material testing services contract to Twining, Inc. The proposal is available in the City Clerk's Reading File. Construction Su]2ort Services The City Council awarded a professional services contract for design services to Anil Verma Associates, Inc., (AVA) in April 2022. AVA was selected through a competitive RFP process. The City Council subsequently authorized contract amendments in April 2023, November 2023, and April 2024 to increase the total contract amount in order to complete Phase II design and provide construction support services for Phase I, for a total contract amount of $1,712,587. AVA is the architect of record. In order to provide appropriate construction support throughout Phase II construction, it is recommended that the existing contract with AVA be increased by a total of $684,066, including contingency. This increase will allow AVA to provide construction support as the project is constructed. The revised total contract amount including this increase will be a total not to exceed $2,396,653. The proposal is available in the City Clerk's Reading File. Construction Management Support Services The City Council awarded a professional services contract for constructability review to RP Development Services in April 2023. RP Development Services was selected through a competitive RFP process. The City Council subsequently authorized a contract amendment in April 2024 to increase the total contract amount in order to provide construction management support services through Phase I and continue the constructability review services for Phase II, for a total amount of $577,249. In order to provide appropriate construction management services throughout Phase II construction, it is recommended that the existing contract with RP Development Services be increased by a total of $340,918, including contingency. This increase will allow RP Development Services to provide construction management services and support at regular meetings, review submittals, respond to requests for information, and address design issues as the project is constructed. The revised overall contract amount including this increase will be a total not to exceed $918,167. The proposal is available in the City Clerk's Reading File. Geotechnical Construction Su]2ort Services R.T. Frankian and Associates (RTFA) was awarded a professional services contract in June 2023 through an RFP process for as -needed services to prepare a geotechnical investigation report. The City Council subsequently authorized a contract amendment in April 2024 to increase the total contract amount in order to provide geotechnical support and testing services through Phase I, for a total amount of $100,140. Page 5 Packet Pg. 79 O In order to provide appropriate geotechnical support and testing services throughout Phase II construction, it is recommended that the existing contract with RTFA be increased by a total of $66,000, including contingency. This increase will allow RTFA to provide geotechnical support and testing services as the project is constructed. The revised overall contract amount including this increase will be a total not to exceed $166,140. The proposal is available in the City Clerk's Reading File. Budget Appropriation The requested budget appropriations will be used for construction support costs, which include labor compliance, construction management, geotechnical services, special inspections and material testing services, permitting fees, and project management. The requested contingency will cover the cost of unforeseen conditions such as design constraints and modifications, field adjustments, additional special inspection and material testing services, change order requests made by the contractor, and additional work requested by the City. In addition, this project will have a civic art component that will be accessible to the public, mounted on the existing gymnasium wall that is adjacent to the Rink building. Under the Civic Art Policy, the Rink qualifies as a City capital improvement project that allocates one percent of eligible project costs towards civic art. The requested budget of $219,936 will provide for costs related to labor, material, and installation of the art component. The City Council will consider approval of the Arts Commission's selected artist and concept through a separate item during its regular meeting on January 14. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Upon approval of the recommended actions, project budget will be increased in expenditure account P3034723-516101 (Facilities Fund) by $300,000. $219,936 will be made available in The Rink Sports Pavilion Art expenditure account A3004602-516101 (Civic Art Projects Fund) to support the art component project costs. Project funding previously budgeted is available in project expenditure accounts P3034305-516101(Quimby Park Dedication Fund) and P3034723- 516101 (Facilities Fund) to support the recommended contracts and associated project costs for a total construction budget of $25,300,000. ATTACHMENTS Location Map Bid Proposal for AMG and Associates, Inc. (available in the City Clerk's Reading File) Proposal for Willdan Engineering (available in the City Clerk's Reading File) Page 6 Packet Pg. 80 O Proposal for Twining, Inc. (available in the City Clerk's Reading File) Proposal for Anil Verma Associates, Inc. (available in the City Clerk's Reading File) Proposal for RP Development Services (available in the City Clerk's Reading File) Proposal for R.T. Frankian and Associates (available in the City Clerk's Reading File) Page 7 Packet Pg. 81 N cfq'of SANTA GLARITA WIJTW 1I Location Map for Feet The Rink Sports Pavilion, 0 125 250'� Project P3034 I I Street centerlines developed & maintained ' Legend by City of Santa Clarita GIS _ 1 - H 11 ,� Project Site The City of Santa Clarita does not warrant T ¢ err t 0 the accuracy of the data and assumes no►� O liability for any errors or omissions. l - Q Existing Parcel Boundary `°$ Z Map prepared by: City of Santa Clarita GIS Division � U Q:\PROJECTS\PW\240322s1\The Rink Sports Pavilion Phase 2 •� • 4 Q LU `s rn ,�{� A ry ; . - �._ to 7 . 'dtip am a O '4 J "I � � _�,_ 0. (t _ z tj t As LU } raa Lai F_ Q � to N _ � 4 O P s n s'O �° t nENMPLL _ R°°,Va`n so�EoaO�P`� J e 1 06 . • P� MAGIC MOUNT.. 1tpNCN E .� ♦ # # cn''oHa g snuE AnwN 4 o wory °� � ae Packet Pg. 82 REV. 0 DOCUMENT 00 4113 BID FORM TO THE CITY OF SANTA CLARITA THIS BID IS SUBMITTED BY: AMG & Associates, Inc. (Firm/Company Name) Re: The Rink Sports Pavilion, Phase II - Construction at 20860 Centre Pointe Parkway, Santa Clarita, California 91350, Project Number P3034A / Phase II / Project Bid Number CIP24-25-P3034A. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with the CITY OF SANTA CLARITA in the form included in the Contract Documents, Document 00 5200 (Agreement), to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Sum and within the Contract Time indicated in this Bid and in accordance with all other terms and conditions of the Contract Documents. 2. Bidder accepts all of the terms and conditions of the Contract Documents, Document 00 11 16 (Notice Inviting Bids), and Document 00 21 I3 (Instructions to Bidders) including, without limitation, those dealing with the disposition of Bid Security. This Bid will remain subject to acceptance for 120 Days after the day of Bid opening. 3. In submitting this Bid, Bidder represents that Bidder has examined all of the Contract Documents, performed all necessary Pre -Bid investigations, did or did -not attend the non - mandatory Pre -Bid Meeting, received the Pre -Bid Meeting minutes (if any), and received the following Addenda: Number ADDENDUM DATE SignatureAddendum 4. Based on the foregoing, Bidder proposes and agrees' 1`6 fi rform the Work wi hin the time stated and in strict accordance with the Contract Documents for the following sums of money listed in the following Schedule of Bid Prices: PROJECT SPECIFICATIONS for BIDDING 07/11/2024 THE RINK SPORTS PAVILION PROJECT BID FORM CITY OF SANTA CLARITA P-3034A 00 41 13-1 Docusign Envelope ID: IAB85B74-93EB-43CE-A870-5FCD00943784 REV. 18 SCHEDULE OF BID PRICES All Bid items, including lump sums, and alternates (if any), must be filled in completely. Bid items are described in Section 01 11 00 (Summary of Work). Quote in figures only, unless words are specifically requested. ITEM I DESCRIPTION All work of Contract Documents I $ 21,553,000 R 1W If the nUtnbcrs entered on this Rage conflict with what is entered on BidNet the Number entered on BidNet sltail govern. Total Bid Price: TWENTY ONE MILLION FIVE HUNDRED FIFTY THREE THOUSAND (Indicate Bid Price in Words) The undersigned acknowledges that the Apparent Low Bidder will be determined as provided in Documents 00 11 16 (Notice Inviting Bids) and Document 00 21 13 (Instructions to Bidders). 2. Subcontractors for work are listed on Document 00 43 36 (Subcontractors Listing), submitted herewith. 3. The undersigned Bidder understands that Owner reserves the right to reject this Bid. 4. If written notice of the acceptance of this Bid, hereinafter referred to as Notice of Award, is mailed or delivered to the undersigned Bidder within the time described in Paragraph 2 of this Document 00 41 13 or at any other time thereafter before it is withdrawn, the undersigned Bidder will execute and deliver the documents required by Document 00 21 13 (Instructions to Bidders) within the times specified therein. Notice of Award or request for additional information may be addressed to the undersigned Bidder at the address set forth below. 6. The undersigned Bidder herewith encloses cash, a cashier's check, or certified check of or on a responsible bank in the United States, or a corporate surety bond furnished by a surety authorized to do a surety business in the State of California, in form specified in Document 00 2113 (Instructions to Bidders), in the amount of ten percent (10%) of the Total Bid Price and made payable to the CITY OF SANTA CLARITA. PROJECT SPECIFICATIONS for BIDDING (Addendum 3) 97,11I10/25/2024 THE RINK SPORTS PAVILION PROJECT BID FORM CITY OF SANTA CLARITA P-3034A 0041 13-2 REV. 0 The undersigned Bidder agrees that, in accordance with Document 00 72 00 (General Conditions), liquidated damages for failure to complete all Work in the Contract within the time specified in Document 00 52 00 (Agreement) shall be as set forth in Document 00 52 00. The names of all persons interested in the foregoing Bid as principals are: [ Albert M. Giacomazzi - President Anthony R. Traverso - Vice President/ Secretary/ Treasurer] IMPORTANT NOTICE: If Bidder or other interested person is a corporation, give the legal name of corporation, state where incorporated, and names of president and secretary thereof; if a partnership, give name of the firm and names of all individual co-partners composing the firm; if Bidder or other interested person is an individual, give first and last names in full. NAME OF BIDDER: AMG & Associates, Inc. licensed in accordance with an act for the registration of Contractors, and with license number: 881824 Expiration: 07/31/2026 California Albert M. Giacomazzi - President (Place of Incorporation, if Applicable) (Principal) Anthony R. Traverso - Vice President/ Secretary/ Treasurer (Principal) (Principal) I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. of Bidder) Antho . rav a -Vice President/ Secretary/ Treasurer Albert M. azzi -President NOTE: If Bidder is a corporation, set forth the legal name of the corporation together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation. If Bidder is a partnership, set forth the name of the firm together with the signature of the partner or partners authorized to sign contracts on behalf of the partnership. Business Address: PROJECT SPECIFICATIONS for BIDDING THE RINK SPORTS PAVILION PROJECT CITY OF SANTA CLARITA P-3034A 26535 Summit Circle Santa Clarita, CA 91350 07/11/2024 BID FORM 0041 13-3 REV. 0 Contractor's Representative(s): Albert M. Giacomazzi - President (Name/Title) Anthony R. Traverso - Vice President/ Secretary/ Treasurer (Name/Title) (Name/Title) Officers Authorized to Sign Contracts Telephone Number(s): Fax Number(s): Email Address(es): Albert M. Giacomazzi - President (Name/Title) Anthony R. Traverso - Vice President/ Secretary/ Treasurer (Name/Title) 661 (Area Code) 661 (Area Code) 661 (Area Code) 661 (Name/Title) 251-7401 (Number) 251-7401 (Number) 251-7405 (Number) 251-7405 (Area Code) (Number) estimating@amgassociatesinc.com Date of Bid: 11/14/24 END OF DOCUMENT PROJECT SPECIFICATIONS for BIDDING 07/11/2024 THE RINK SPORTS PAVILION PROJECT BID FORM CITY OF SANTA CLARITA P-3034A 0041 13-4 N/A ALTERNATE BID SCHEDULE Do NOT include this pricing in the total base bid amount. Fill out this form completely and upload it with your bid. In the event any mathematical discrepancies are found in the pricing forms submitted, the unit price shall govern. Do NOT enter this pricing on Bid Net. The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. The BIDDER agrees to hold all unit prices in this Alternate Bid Schedule constant throughout the duration of the project up to the last contract working day. ITEM DESCRIPTION CITY UNIT UNIT PRICE TOTAL NO. 1 LS I $ 0 $ 0 TOTAL ALTERNATE BID: 1 $ 0 TOTAL ALTERNATE BID AMOUNT IN WORDS: 0 REV. 0 DOCUMENT 00 43 14 BIDDER REGISTRATION FORM INDEPENDENT CONTRACTOR REGISTRATION Contractor's License # 881824 Issue Date: 7/31/2006 20-2978930 Date: Expires 07/31/2026 Fed Tax I.D. # Full Corporate Name of Company: AMG & Associates, Inc. Street Address: _26535 Summit Circle Santa Clarita, CA 91350 Mailing Address: 26535 Summit Circle Santa Clarita CA 91350 Phone: 661-251-7401 Fax Name of Principal Contact: Albert M. Giacomazzi Type of Business: Sole Proprietor Non -Profit 501(c)(3) other (please explain: 661-251-7405 Partnership Corporation INSURANCE (Complete all items listed below that are applicable and/or are required by Document 00 73 16, Supplementary Conditions — Insurance and Indemnification) Workers' Compensation: Carrier: Traveler's Property Casualty Company of America Address: 655 N. Central Ave. Glendale, CA 91203 Phone and Fax: 949 224-5766• Fax: 860) 954-2724 Policy Number: UB-9J59861A-24-26-G PROJECT SPECIFICATIONS for BIDDING 07/11/2024 THE RINK SPORTS PAVILION PROJECT BIDDER REGISTRATION FORM CITY OF SANTA CLARITA P-3034A 00 43 14-1 REV. 0 General Liability: Carrier: Travelers Property_ Casualty Company of America Address: 655 N. Central Ave. Glendale, CA 91203 Phone and Fax: (949) 224-5766; Fax: (8601 954-2724 Policy Number: DT22-CO-4C394594 Policy Limits: $ occurrence limit $1M and a�gregate $2M A.M. Best Rating: A++ Automobile Liability: Carrier: The Travelers Indemnity Company of Connecticut Address: 655 N. Central Ave. Glendale CA 91203 Phone and Fax: (949) 224-5766; Fax: (860) 954_2724 Policy Number: BA-OP246520-24-26-G Policy Limits: $ 1M A.M. Best Rating: All -Risk Course of Construction: Carrier: To be Determined After Awa Address: Phone and Fax: Policy Number: Policy Limits: $ A.M. Best Rating: PROJECT SPECIFICATIONS for BIDDING 07/11/2024 THE RINK SPORTS PAVILION PROJECT BIDDER REGISTRATION FORM CITY OF SANTA CLARITA P-3034A 00 43 14-2 REV. 0 Professional Liability- ff applicable): Carrier: To be Determined After Award Address: Phone and Fax: Policy Number: Policy Limits: $ A.M. Best Rating: Pollution Legal Liability Insurance if a licable : Carrier: Pacific Insurance Company, Limited Address: 655 N. Central Ave. Glendale, CA 91203 Phone and Fax: (949) 224-5.766; Fax: (860) 954-2724 Policy Number: _ 72CPICE2691 Policy Limits: $ $1M A.M. Best Rating: A++ Excess Liability Insurance (if applicable): Carrier: Travelers Property Casualty Company of America Address: 655 N. Central Ave. Glendale, CA 91203 Phone and Fax: (949) 224-5766: Fax: (8601 954-2724 Policy Number: CUP-71R5937 Policy Limits: $9M A.M. Best Rating: A++ 24-26 PROJECT SPECIFICATIONS for BIDDING 07/11/2024 THE RINK SPORTS PAVILION PROJECT BIDDER REGISTRATION FORM CITY OF SANTA CLARITA P-3034A 00 43 14-3 REV. 0 Other Liability Insurance (if applicable): Carrier: Address: Phone and Fax: Policy Number: Policy Limits: $ A.M. Best Rating: BIDDER CERTIFIES, UNDER PENALTY OF PERJURY, THAT THE FOREGOING INFORMATION IS CURRENT AND ACCURATE AND AUTHORIZES OWNER, AND ITS AGENTS AND REPRESENTATIVES TO OBTAIN A CREDIT REPORT AND/OR VERIFY ANY OF THE ABOVE INFORMATION. BIDDER: AMG & Associates, Inc. (COMPANY NAME) By: Albert M. Giacomazzi President NAME TITLE By: 11/8/24 SIGNATU DATE Anthon R. Tr ers❑ - Vice President/ Secretary/ Treasurer PROJECT SPECIFICATIONS for BIDDING 07/11/2024 THE RINK SPORTS PAVILION PROJECT BIDDER REGISTRATION FORM CITY OF SANTA CLARITA P-3034A 00 43 14-4 REV. 0 SAFETY AND EXPERIENCE RECORD The following statements as to the Bidder's safety experience are submitted with the Bid, as part thereof, and the Bidder guarantees the truthfulness and accuracy of all information. 1. List Bidder's interstate Experience Modification Rate for the last three years. ,1- 1 2021' 1.26 202,1 0.91 202� 0.79 If Bidder was not eligible to obtain a formal rating from the Workers Compensation Insurance Rating Bureau for any of the years listed above, Bidder must submit written information from its workers compensation insurance company that establishes what Bidder's equivalent EMR would be. 2. Total Recordable Incident Rates (RIR) What were Bidder's Total RIR for each of the last three years? 2021 0 2022 0 2023 0 Average of last three years: 0 (no rounding) 3. Total Lost Time Incident Rates (LTIR) What were Bidder's Total LTIR for each of the last three years? 2021 0 2022 0 2023 0 Average of last three years: 0 (no rounding) 4. Use Bidder's last year's Cal/OSHA 300 log to fill in the following number of injuries and illnesses: a. Number of lost workday cases 0 b. Number of medical treatment cases 0 C. Number of fatalities 0 5. Employee hours worked last year 85,304 6. State the name of Bidder's safety engineer/manager: Jon Broyles - Safety Coordinator Attach a resume or outline of this individual's safety and health qualifications and experience. PROJECT SPECIFICATIONS for BIDDING 07/11/2024 THE RINK SPORTS PAVILION PROJECT BIDDER REGISTRATION FORM CITY OF SANTA CLARITA P-3034A 0043 14-5 y JON BROYLES CORPORATE SAFETY OFFICER Jon has worked with AMG for 5 years and has over 26 years of experience in the safety industry, and has focused his attention on implementing industry -leading safety programs with an emphasis on quality control and regular review of safety regulations, building codes, and local codes. His current responsibilities include regular safety inspection for both interior and exterior areas at twelve project sites where he also trains and certifies field personnel. His practice working on multiple project sites have aided Jon in developing the skills to critically and collaboratively address challenges with constant patience and close listening skills. Jon takes pride in providing the highest level of service possible while ensuring the safety of team members at every stage of the construction process. CERTIFICATIONS/SKILLS + 30-hour OSHA Certified m Emergency Medical Technician (State of California) + ICS 100/200/700 Incident Management Certified State Fire Marshal Firefighter 1 • Hazardous Materials Training Specialist • Trench Rescue Certified • Auto Extrication Technician Armed Officer (PC-832, POST Certified) • First Aid/CPR/AED Instructor • Rope Rescue Technician jboryles@amgassociatesinc.com AMG (805) 235-4037 www.amgassociatesinc.com AMG & ASSOCIATES, INC. EDUCATION • California Office of Emergency Services (Hazardous Materials Specialist) • Cuesta College, Emergency Medical Technical Program • South Bay Training Center CAL Fire, Fire Academy (Firefighter 1 Certification) • Allan Hancock College Associates in Science • Fire Technologies Degree CURRENT PROJECTS • $11.6M (12,537 SF) Fresno Area Express Facility Improvements for the City of Fresno • $13.7M (2,700 SF, 11-acre) Ladera Linda Community Center and Park for the City of Rancho Palos Verdes • $4.2M (7,704 SF) Del Sol Academy New Classroom Building for Jurupa Unified School District • $23.6M (23,540 SF) Chino Instructional Building for Chaffey College • $10M (16,000 SF) Design Build Technology Park for Cal Poly San Luis Obispo • $15.4M (19,976 SF) Child Development Center at California State University Stanislaus • $6.5M (9,677 SF) Animal Shelter Facility Improvements for the City of Porterville • $45M (88,796 SF) Fine Arts Complex for Allan Hancock Community College District • $36.9M (35,000 SF) Ground Transport Equipment Facility at Fort Huachuca, AZ for the US Army. • $16.6M (46,410 SF) Landmark Square Senior Center & Transit Center for City of Clovis • $11.6M (17,530 SF) Addams ES Building Additions for Fresno Unified School District • $16.4M (12,167 SF) Design -Build Fire Station 178 for City of Rancho Cucamonga • $2.8M (16,600 SF) Design Build Crandall Gymnasium for Cal Poly San Luis Obispo PAST EXPERIENCE • 13 Years Firefighter/EMT (CAL Fire/South Bay Fire) • 7 Years as EMT/Safety Supervisor for Cambria Ambulance 3 Years as Firefighter/Peace Officer with California State Parks R I CERTIFY, UNDER PENALTY OF PERJURY, THAT THE FOREGOING INFORMATION IS CURRENT AND ACCURATE AND I AUTHORIZE OWNER, AND ITS AGENTS AND REPRESENTATIVES TO OBTAIN A CREDIT REPORT AND/OR VERIFY ANY OF THE ABOVE INFORMATION. BIDDER: AMG & Associates, Inc. By: S Albert M. 4w, Its: President Title Date 11/8/24 END OF DOCUMENT Antho R. Tr rso - Vice President/ Secretary/ Treisurer PROJECT SPECIFICATIONS for BIDDING 07/11/2024 THE RINK SPORTS PAVILION PROJECT BIDDER REGISTRATION FORM CITY OF SANTA CLARITA P-3034A 00 43 14-6 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 REV. DOCUMENT 00 43 36 SUBCONTRACTORS LISTING CITY OF SANTA CLARITA THE RINK SPORTS PAVILION PROJECT PHASE II CONSTRUCTION PROJECT NUMBER P-3034A BID NUMBER CIP-24-25-P3034A The Subcontractors List must include the names of all subcontractors who will perform any portion of Work, including labor, rendering of service, or specially fabricating and installing a portion of the Work or improvement according to detailed drawings contained in the plans and specifications, in excess of one half of one percent (0.5%) of the total Bid amount. Name of Subcontractor and Location of Place of Business (City, State) Bulldog Paving Rancho Cucamonga, C Bill's Landscape Lancaster, CA BSN Ventura, Ca DIR % of Registration Work Description of Work Subcontractor's Number License No. Unit Paving/ Site Concrete 982752 1000013293 1.5% Landscape 577422 1000011319 0.5% Utilities 806551 1000026326 1.5% ��,;�•-I�-�irlele�w b+�+ve•-?4•••iz�a+�•�a•+a�te3�-the-€�-id--i3r��icll+n�A•t{r�++li++�i�-l+i�-ir�la+-i��ticaf+: Note -1 : Attach additional sheets if necessary (Bidder to attach additional sheets if necessary) PROJECT SPECIFICATIONS for BIDDING .(.�i_lden lum 31 97,1110/25/2024 THE RINK SPORTS PAVILION PROJECT SUBCONTRACTORS LISTING CITY OF SANTA CLARITA P-3034A 00 43 36-1 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 REV. DOCUMENT 00 43 36 SUBCONTRACTORS LISTING CITY OF SANTA CLARITA THE RINK SPORTS PAVILION PROJECT PHASE II CONSTRUCTION PROJECT NUMBER P-3034A BID NUMBER CIP-24-25-P3034A The Subcontractors List must include the names of all subcontractors who will perform any portion of Work, including labor, rendering of service, or specially fabricating and installing a portion of the Work or improvement according to detailed drawings contained in the plans and specifications, in excess of one half of one percent (0.5%) of the total Bid amount. Name of DIR % of Subcontractor and Registration Work Location of Place of Description of Work Subcontractor's Number Business City, State) License No. fN Next Century Henderson,NV Rebar 718745 1000028219 1 % KAR Concrete 595709 1000000930 4% Ontario,CA Willis San Juan Bautista, CA GFRC - 398748 1000004377 10% Design Masonry Masonry / Veneer 941944 1000012862 0 3/o Canyon Country, CA +: � �;+ ? # 3i�.�+�-:n;Te "_-Ti �•cic�r�-r+6 te�1�-13�cl--Aezttkli:�-tt��ttl��tat. � l� r ti i r 9 l'� ��•r�a4i�rr Note 2 l : Attach additional sheets if necessary. (Bidder to attach additional sheets if necessary) PROJECT SPECIFICATIONS for BIDDING (Addendum 3) 07,1110/25/2024 THE RINK SPORTS PAVILION PROJECT SUBCONTRACTORS LISTING CITY OF SANTA CLARITA P-3034A 00 43 36-1 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 REV. DOCUMENT 00 43 36 SUBCONTRACTORS LISTING CITY OF SANTA CLARITA THE RINK SPORTS PAVILION PROJECT PHASE II CONSTRUCTION PROJECT NUMBER P-3034A BID NUMBER CIP-24-25-P3034A The Subcontractors List must include the names of all subcontractors who will perform any portion of Work, including labor, rendering of service, or specially fabricating and installing a portion of the Work or improvement according to detailed drawings contained in the plans and specifications, in excess of one half of one percent (0.5%) of the total Bid amount. Name of DIR % of Subcontractor and Registration Work Location of Place of Description of Work Subcontractor's Number Business (City, State) RND Fontana, CA Structural Steel License No. 898471 �-N t 1000001732 9% tyre Fta CA Metal Deck 1078212 1001134452rio, 1° �0 Cabinet Plus Sun Valley, CA Casework 913660 1000811456 0.5% Heshco Oxnard, CA Composite Wood/ FRP 510170 1000013573 1 % JatEe I..._33ie1�{c+r#;t•ae?q h�xit'ti al•ler tIie- 41 it.I Dcat IIine- k[ �ub1r-riI ;his iIIf0CIIIiIIiia3t- Note 21: Attach additional sheets if necessary. (Bidder to attach additional sheets if necessary) PROJECT SPECIFICATIONS for BIDDING_[&�n3. 07,11110 2,5/2024 THE RINK SPORTS PAVILION PROJECT SUBCONTRACTORS LISTING CITY OF SANTA CLARITA P-3034A 00 43 36-1 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 REV. DOCUMENT 00 43 36 SUBCONTRACTORS LISTING CITY OF SANTA CLARITA THE RINK SPORTS PAVILION PROJECT PHASE II CONSTRUCTION PROJECT NUMBER P-3034A BID NUMBER CIP-24-25-P3034A The Subcontractors List must include the names of all subcontractors who will perform any portion of Work, including labor, rendering of service, or specially fabricating and installing a portion of the Work or improvement according to detailed drawings contained in the plans and specifications, in excess of one half of one percent (0.5%) of the total Bid amount. Name of DIR % of Subcontractor and Registration Work Location of Place of Description of Work Subcontractor's Number Business City, State) License No. !N L ❑tea' R ❑❑�❑ Metal Roof_ er❑❑�❑❑ 1 100000211113 Or[][][]"[]AElite W ❑� ❑❑❑� — _— Glass Storefronts Fiberglass Panel 898030 1000001875 o 3/o Pico Rivera, CA Wall System �EDI � I I S <<i: i� ; . l}cie�e�1- �t�}�e�•-}lae-f�i�l l�et�lli+►e�rr stEl•>r�t-ii••tlFi�-inl'c�} � Note 21: Attach additional sheets if necessary. (Bidder to attach additional sheets if necessary) PROJECT SPECIFICATIONS for BIDDINGLAdhEendun1 ; I 97110/25/2024 THE RINK SPORTS PAVILION PROJECT SUBCONTRACTORS LISTING CITY OF SANTA CLARITA P-3034A 00 43 36-1 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 REV. 01 DOCUMENT 00 43 36 SUBCONTRACTORS LISTING CITY OF SANTA CLARITA THE RINK SPORTS PAVILION PROJECT PHASE II CONSTRUCTION PROJECT NUMBER P-3034A BID NUMBER CIP-24-25-P3034A The Subcontractors List must include the names of all subcontractors who will perform any portion of Work, including labor, rendering of service, or specially fabricating and installing a portion of the Work or improvement according to detailed drawings contained in the plans and specifications, in excess of one half of one percent (0.5%) of the total Bid amount. Name of DIR % of Subcontractor and Registration Work Location of Place of Description of Work Subcontractor's Number Business City, State) License No. Q4Ae44 Schmitt Brea, CA Gypsum Board/ Plaster 913382 1000025179 6% Michael Surface Bakersfield, CA Tiling/ Carpet 1088958 1000877947 0 1 /o Ultra Ceilings Acoustic Ceiling 1082174 1000850176 3% Fair Oaks, CA Pro Flooring Montrose, CA Wood Floor 1027154 1000050599 1 % Noi I: I3{tldoi� lmve 24 k4mi1 ,10er Ili i?rlt�yk`ilkttff t' IS? till 311ili ll�fti F4 IT�FT7H Ifi}E7: Note -2l : Attach additional sheets if necessary. (Bidder to attach additional sheets if necessary) PROJECT SPECIFICATIONS for BIDDING j \(kL,ltiune ) 074 110/25/2024 THE RINK SPORTS PAVILION PROJECT SUBCONTRACTORS LISTING CITY OF SANTA CLARITA P-3034A 00 43 36-1 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 REV. DOCUMENT 00 43 36 SUBCONTRACTORS LISTING CITY OF SANTA CLARITA THE RINK SPORTS PAVILION PROJECT PHASE II CONSTRUCTION PROJECT NUMBER P-3034A BID NUMBER CIP-24-25-P3034A The Subcontractors List must include the names of all subcontractors who will perform any portion of Work, including labor, rendering of service, or specially fabricating and installing a portion of the Work or improvement according to detailed drawings contained in the plans and specifications, in excess of one half of one percent (0.5%) of the total Bid amount. Name of Subcontractor and Location of Place of Business (City, State) Description of Work Subcontractor's License No. DIR Registration Number fete-44 % of Work Premier Culinary Anaheim,CA Dexore Brea,CA EodService Equip Fire Sprinklers 1057430 1077062 1000456875 1000850594 2% 1.5% Suttles Simi Valley Plumbing 268688 1000013842 4% New Air HVAC/ Controls 995201 1000019103 3% Valencia, CA GBI Electric Electrical 927175 1000004950 7% Lancaster Fortech North Hollywood, CA Low Voltage 879158 1000010424 1% l�J��ie--1---F�icl�.iii4�r�ra�?�-la�at�'�34er-tl��-13i�1 I7e;ttlli+��Ec�-tit�tl�F�iit t}ri� f{�f4-}t=i37iHxlsi�: Note 2 1: Attach additional sheets if necessary. (Bidder to attach additional sheets if necessary) PROJECT SPECIFICATIONS for BIDDING (Addendum 3) 07,11-110/25/2024 THE RINK SPORTS PAVILION PROJECT SUBCONTRACTORS LISTING CITY OF SANTA CLARITA P-3034A 00 43 36-1 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 REV. DOCUMENT 00 43 36 SUBCONTRACTORS LISTING CITY OF SANTA CLARITA THE RINK SPORTS PAVILION PROJECT PHASE II CONSTRUCTION PROJECT NUMBER P-3034A BID NUMBER CIP-24-25-P3034A The Subcontractors List must include the names of all subcontractors who will perform any portion of Work, including labor, rendering of service, or specially fabricating and installing a portion of the Work or improvement according to detailed drawings contained in the plans and specifications, in excess of one half of one percent (0.5%) of the total Bid amount. Name of DIR Subcontractor and Registration Location of Place of Description of Work Subcontractor's Number flWork Business (City, State) License No.s-1 Tri-Signal Santa Clarita, CA Fire Alarm 758792 1000006998 0.5% Aiame I - stif-fiwfoatk, F ; ' Note 21: Attach additional sheets if necessary. (Bidder to attach additional sheets if necessary) PROJECT SPECIFICATIONS for BIDDING (Addendum 3)7i---i-10,125/2024 THE RINK SPORTS PAVILION PROJECT SUBCONTRACTORS LISTING CITY OF SANTA CLARITA P-3034A 00 43 36-1 Docusign Envelope ID: 1A685B74-93EB-43CE-A870-5FCD00943784 REV. DOCUMENT 00 43 36 SUBCONTRACTORS LISTING CITY OF SANTA CLARITA THE RINK SPORTS PAVILION PROJECT PHASE II CONSTRUCTION PROJECT NUMBER P-3034A BID NUMBER CIP-24-25-P3034A The Subcontractors List must include the names of all subcontractors who will perform any portion of Work, including labor, rendering of service, or specially fabricating and installing a portion of the Work or improvement according to detailed drawings contained in the plans and specifications, in excess of one half of one percent (0.5%) of the total Bid amount. Name of DIR % of Subcontractor and Registration Work Location of Place of Description of Work Subcontractor's Number Business (City, State) License No. 14 �,�i,� I};}clrle�s�aa+�•i�?�•Ja+a+t+�s--a•����-l;l�e•J3ir�417��::y!`:},a�� i�,4++1�+r}if-+i-ri;s�r+Ft»�r»++ti{,�s Note 2 l : Attach additional sheets if necessary. (Bidder to attach additional sheets if necessary) PROJECT SPECIFICATIONS for BIDDING.kAddendtirn 3) 07110/25/2024 THE RINK SPORTS PAVILION PROJECT SUBCONTRACTORS LISTING CITY OF SANTA CLARITA P-3034A 00 43 36-1 Rev. 0 DOCUMENT 00 4546 BIDDER CERTIFICATIONS TO BE EXECUTED BY ALL BIDDERS AND SUBMITTED WITH BID The undersigned Bidder certifies to Owner as set forth in sections 1 through 1101, below. 1. STATEMENT OF CONVICTIONS By my signature hereunder, I hereby swear, under penalty of perjury, that no more than one final, unappealable finding of contempt of court by a Federal Court has been issued against Bidder within the past two years because of failure to comply with an order of a Federal Court or to comply with an order of the National Labor Relations Board. 2. CERTIFICATION OF WORKER'S COMPENSATION INSURANCE By my signature hereunder, as the Contractor, I certify that I am aware of the Labor Code Section 3700, which requires every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of the work of this Contract. 3. CERTIFICATION OF PREVAILING WAGE RATES AND RECORDS By my signature hereunder, as the Contractor, I certify that I am aware of Labor Code Section 1773, which requires the payment of prevailing wage on public projects. Contractor and any subcontractors under the Contractor shall comply with Labor Code Section 1776 regarding wage records, and with Labor Code Section 1777.5 regarding the employment and training of apprentices. Contractor is responsible to ensure compliance by any and all subcontractors performing work under this Contract. 4. CERTIFICATION OF COMPLIANCE WITH PUBLIC WORKS CHAPTER OF LABOR CODE By my signature hereunder, as the Contractor, I certify that I am aware of Labor Code Sections 1777.1 and 1777.7 Code, and Contractor and Subcontractors are eligible to bid and work on public works projects. 5. CERTIFICATION OF NON-DISCRIMINATION By my signature hereunder, as the Contractor, I certify that there will be no discrimination in employment with regard to race, color, religion, gender, sexual orientation, age or national origin; that all federal, state, and local directives and executive orders regarding non-discrimination in employment will be complied with; and that the principal of equal opportunity in employment will be demonstrated positively and aggressively. 6. CERTIFICATION OF NON -DISQUALIFICATION By my signature hereunder, as the Contractor, I swear, under penalty of perjury, that the below indicated Bidder, any officer of Bidder, or any employee of Bidder who has a proprietary interest in such Bidder, has never been disqualified, removed, or otherwise prevented from bidding on, or completing a Federal, State, or local government project because of a violation of law or safety regulation, except as indicated on the separate sheet attached hereto entitled "Previous Disqualifications." If a statement of "Previous Disqualifications" is attached, please explain the circumstances. 7. CERTIFICATION OF ADEQUACY OF CONTRACT AMOUNT By my signature hereunder, as the Contractor, pursuant to Labor Code Section 2810(a), I certify that, if awarded the Contract based on the undersigned's Bid, the Contract will include funds sufficient to allow the Contractor to comply with all applicable local, state, and federal laws or regulations governing the labor or PROJECT SPECIFICATIONS for BIDDING 09/23/2024 THE RINK SPORTS PAVILLION PROJECT BIDDER CERTIFICATIONS CITY OF SANTA CLARITA P-3034A 00 45 46-1 Rev. 0 services to be provided. I understand that Owner will be relying on this certification if it awards the Contract to the undersigned. 8. CERTIFICATION REGARDING DIR CONTRACTOR / SUBCONTRACTOR REGISTRATION By my signature hereunder, as the Contractor, f certify that Contractor, and all Subcontractors listed on Document 00 4336 (Subcontractors List) are the subject of current and active contractor registrations pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. Contractor's registration number is 1000000413 Subcontractors' registration numbers are as indicated in Document 00 43 36. 9. CERTIFICATION REGARDING PREQUALIFICATION INFORMATION (4513 AND 4513A] By my signature hereunder, as the Contractor, I certify as follows: a. Contractor arequalified for this Project by submitting its Statement of Qualifications, dated 11/8/2 (SOQ). 7. 777easie con7p2M tiffs eWMMO8e19! dtib miketi41r4l,er c. All information described above is referred to as the "Qualification Information." d. Contractor has carefully reviewed all of the foregoing Qualification Information. e. [Please check and/or complete one of the following] ✓ All Prequalification Information remains true and correct in all material respects as of the date hereof, as if such information were actually being submitted to Owner as of the date hereof. Except as otherwise expressly set forth in separate Additional Prequalification Information, submitted with the Bid as described in Document 00 21 13 (Instructions to Bidders), all Prequalification Information remains true and correct in all material respects as of the date hereof, as if such information were actually being submitted to Owner as of the date hereof. [Contractor must provide Additional Prequalification Information as described above if this item is checked.] 10. CERTIFICATION OF All certifications, Licenses, etc. have been submitted with SOQ [Insert other Owner -specific certifications, if applicable. Otherwise, delete.] BIDDER: AMG & Associates, Inc. INxiie of Bidder) Date: 11/8/24 , [2024] Byf ignat�ire} Name: Albert M. Giacomazzi (Print Name) Its: President END OF DOCUMENT An ony raverso - Vice President/ Secretary/ Treasurer PROJECT SPECIFICATIONS for BIDDING THE RINK SPORTS PAVILLION PROJECT CITY OF SANTA CLARITA P-3034A (Title) 09/23/2024 BIDDER CERTIFICATIONS 00 45 46-2 Addendum No. 1 October 10, 2024 Addendum No. 1 BID # CIP-24-25-P3034A The Rink Sports Pavilion, Phase II - Construction City of Santa Clarita, California This addendum must be acknowledged via BidNet and should be included with the bid response. There was a non -mandatory, pre -bid meeting on October 9, 2024, beginning at 10:00 AM PT. The meeting was located at 20860 Centre Pointe Parkway, Santa Clarita, California, 91350. Attending Staff: • Jackie Lillio — Senior Engineer, Public Works • Ross Pistone — Consultant, RP Development Services • Araz Valijan — Project Manager, Public Works • Annette Guzman —Administrative Analyst, Public Works • Jaclyn Abston — Buyer, Administrative Services • Michele Arima — Buyer, Administrative Services • Kathy Alfaro — Office Clerk, Administrative Services • Jim Keenan — Lead Architect, Anil Verma Associates • Enrique Lopez — Architect, Anil Verma Associates • Alan Rasplicka — Geotechnical Consultant, RT Frankian & Associates Attending Vendors: • Jessica Heiden, AMG & Associates • Natalie Nichols, AMG & Associates • Steven Camcam, ACC Contractors ■ Chris Chadwick, Rain for Rent a E. Lopez, Anil Verma Associates • Felix Chavez, Icon West, Inc. o Tess Mayo, Icon West, Inc. The following,questions were asked and answered: Q1) Is current fencing staying at the job site? Al) Yes; at the end of the project, it is the Contractor's responsibility to dismantle the fencing and haul it to the correct location. Q2) Are all removed pavers being returned to the job site? A2) Yes, the pavers will be going back into their original place. If additional pavers are needed, they will have to be provided by the awardee. BID # CIP-24-25-P3034A ' he followinL; was reviewed; Project scope of work ® Bidding Guidelines END OF ADDENDUM Addendum No. 1 October 10, 2024 This addendum must be acknowledged via BidNet and should be included with the response. 11/8/24 Cont ctor's Rep r a e Date Albert M. Giacore P �ht AMG & Associates, Inc. Company Name Anthony R. Traverso - Vice President/ Secretary/ Treasurer BID # CIP-24-25-133034A ONTA -`'�,� City of Santa Clarita Pre -Bid Meeting Sign -In Sheet •' 10/09/2024 at 10:00 AM (PT) BID # CIP-24-25-P3034A oho"°EW"A9s r^ The Rink Sports Pavilion, Phase II - Construction Bid Closing:11/07/2024 BEFORE 11:00 AM (PT) Questions Due by:10/24/2024 BEFORE 2:00 PM (PT) I hereby waive, release, and hold harmless from any liability or claims for damages for personal injury, including negligence, as well as from claims for property damage which may arise in connection with the above -named activity, against the supervisors, the City of Santa Clarita, and its elected and appointed officials, agents, and employees. My signature below indicates that I have read, understand, and agree to all of the above. Company of .i ctJc4e3 First & Last Name (Must Print Clearl S . CGl # d e � Signature , ' " Contact Information Or Business Card Provided (write yes) fir: �r3 i v t.c " L .n-.s �c t- . ca.-W_J l V?C_ c e� C11 4; G4 t-2 5 1-� C) I A tyt� .�SOc: C�-12h [� 4 c Q N �L�io 1 S _ J e' )+ M ck �I vr� vv\ t f .� C� C, G }� , c . G 9(,T - 7717 (Z AZT Foy R,�r�l CK�-yS C►-R� t" Gd� 3 t ct�53c�23(o C DCKh�w-- �t'rN w Q_ kv,,v,- v T 7M 14 ICON WEST CONTRACTORS/ENGINEERS Tess Mayo Chief Estimator T. (213) 385-0027 tess@icon-west.com 520 S La Fayette Park PI, Suite 503 Los Angeles, CA 90057 LIC: A, a 747737 R.T. FRANKIAN A ASSOCIATES SOUTHERN CALIFORNIA'S OLDEST GEOTECHNICAL FIRM I SINCE 1963 ALAN RASPLICKA PE, GE PRINCIPAL GEOTECHNICAL ENGINEER AR ASP LICKA(a)RTFRAN KIAN.COM CSTI"A7rIr lCB 26a85 SUMMIT CIRCLE SANTA CL.ARITA, CA 91850 * MGt 1661 .251 .7401 661.251.7405 ESTIMATINGOAMGASSOCIATESINC.COM Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 Addendum No. 2 October 16, 2024 Addendum No. 2 BID # CIP-24-25-P3034A The Rink Sports Pavilion, Phase II - Construction City of Santa Clarita, California This addendum must be acknowledged via BidNet and should be included with the bid response. The purpose of this addendum is to address the following for this bid. I. UPDATE TO SECTION 27 4116 - INTEGRATED AUDIO -VIDEO SYSTEMS AND EQUIPMENT Please see attached update to SECTION 27 4116 - INTEGRATED AUDIO -VIDEO SYSTEMS AND EQUIPMENT. Approved: Da 4 `12A01C07o'n" z ,D1 C. City Engineer END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. 11/8/24 Contras or's Repre a e Date Albert M. Giacomazzi - ent AMG & Associates, Inc. Company Name Anthony R. raverso - Vice President/ Secretary/ Treasurer BID # CIP-24-25-P3034A Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 SECTION 27 41 16 INTEGRATED AUDIO -VIDEO SYSTEMS AND EQUIPMENT PART 1 - GENERAL 1.01 SUMMARY A. Provisions of Division 1 apply to this section. B. Section Includes: 1. Provide all labor, materials, transportation and equipment to complete the furnishing, installation, assembly, set up, and testing of the Audio and Control Systems work indicated on the drawings and specified herein. Notwithstanding any detailed information in this Section, provide complete, working systems. General design intent for this project is shown on the drawings and described in the specification. 2. All equipment requiring coordination with other trades must be tested and verified for proper operation. Contractor is fully responsible for the coordination and must resolve all conflicts with AV equipment that connect or interact with other systems. 3. If an operational function is specified that requires hardware or software to complete that specific function, then consider that software or hardware part of this specification. The cost of any omissions of software or hardware necessary to complete all operational functions outlined in this specification shall be borne by the contractor providing this system. 4. Design, engineer and provide complete means of support, suspension, attachment, fastening, bracing, and seismic restraints (hereinafter "support") of the Work of this Section, including future installed equipment, in accordance with local building codes and regulations. Provide engineering of such support by parties licensed to perform work of this type in the Project jurisdiction. Contractor shall obtain the services of an engineer licensed to perform this work within the state or jurisdiction it is to be performed. 5. The Contractor shall include all costs associated with structural engineering required by code for work in this section. 6. Use skilled mechanics that can return surfaces to the appearance of new work when modifying millwork. 7. Conduit and common back boxes including four square, pull boxes, junction boxes, etc. are supplied and installed by Division 26 Electrical Contractor. Connection panels that install in these boxes are supplied by AV Contractor. 8. Provide Power Over Ethernet switches and injectors where required. 9. Provide all cable and wire associated with this specification section and related documents. 10. All systems shall be completely installed with all the necessary interconnection, power supplies, patch cords, snakes, portable equipment cables and wiring to provide a fully functioning system. 11. The governing overall requirement for this project is a complete and functional system. 12. Include work not usually shown or specified, but necessary for proper installation and operation of the system or piece of equipment. C. Products Supplied But Not Installed Under This Section PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-1 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 1. Loose equipment or products supplied but not installed shall be turned -over to the Owner immediately upon delivery. Contractor is to supply a signed statement of transfer of this equipment to the consultant for record. Client must sign this statement acknowledging receipt of this equipment. 2. Specialty floor boxes, back boxes including but not limited to Crestron, AMX, Extron, FSR, Steel City and speaker back boxes shall be provided to the General Contractor for installation. D. Related Sections 1. Division 1. 2. Division 9. 3. Division 10. 4. Division 11. 5. Division 26. E. Allowances 1. Refer to section 2. LE for related requirements. F. Measurement Procedures 1. Product quantity is as required. If a quantity is given, the Contractor will provide at least the given amount. Some products listed under this section may not be required to fulfill the obligations of the work. 1.02 REFERENCES A. Comply with all applicable governing codes. B. Comply with the following applicable organizations and standards: 1. AES Audio Engineering Society 2. ANSI American National Standards Institute 3. ASTM American Society for Testing and Materials 4. ATSC Advance Television System Committee 5. BICSI Building Industry Consulting Service International, Inc. 6. BTSC Broadcast Television Stereo Committee 7. CBC California Building Code 8. CEDIA Custom Electronic Design and Installation Association 9. EIA Electronic Industries Alliance a. RS-310-C: (ANSI C83.9) Racks, Panels, and Associated Equipment b. RS-453: Dimensional, Mechanical, and Electrical Characteristics Defining Phone Plugs and Jacks 10. ETL Electrical Testing Laboratories, Inc. 11. FCC Federal Communications Commission 12. ICIA International Communications Industries Association 13. IEC International Electrotechnical Commission 14. IEEE Institute of Electrical and Electronic Engineers 15. INCITSInternational Committee for Information Technology Standards 16. ISO International Organization for Standardization 17. ITU International Telecommunications Union 18. NAB National Association of Broadcasters PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-2 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 19. NCTA National Cable and Telecommunications Association 20. NEC National Electrical Code 21. NEMA National Electrical Manufacturers Association 22. NFPA National Fire Protection Association 23. NSCA National Systems Contractors Association 24. OSHA Occupational Safety and Health Administration 25. SMPTESociety of Motion Picture and Television Engineers 26. TASO Television Allocation Study Organization 27. TIA Telecommunications Industry Association 28. UL Underwriters Laboratories Inc. 1.03 DEFINITIONS A. Definitions of Terms: The following definitions and conditions apply to each of the respective parameters and the measurements of those parameters, unless specifically stated otherwise: 1. Frequency Response: The minimum acceptable frequency band over which the amplitude response is within 3 dB (or any specified range), or the specified limits of the response relative to the reference frequency (1 kHz for audio, 1.0 MHz for video) under design load conditions, at any operating level up to and including the specified maximum output while fully in compliance with all other performance specifications. 2. Maximum Output Level: The minimum acceptable maximum signal output level (voltage, current or power) attained under design load conditions attained while fully in compliance with all other performance specifications. 3. Harmonic Distortion: The maximum acceptable harmonic distortion measured at any operating level, up to and including the specified maximum output, with an applied sine wave signal of any frequency in the range of the specified frequency response. 4. Audio Intermodulation Distortion: The maximum acceptable intermodulation distortion resulting from the introduction of 60 Hz and 7 kHz signals in a ratio of 4:1 under design load conditions at any operating level up to and including the specified maximum output level. 5. Signal to Noise Ratio: The minimum acceptable ratio of signal to noise levels derived from broadband measurements under design load at maximum output over the entire range of the specified frequency response. 6. Clipping Level: The minimum acceptable maximum level of signal applied to the device under design load conditions while fully in compliance with all other performance specifications. 7. Sensitivity: The maximum acceptable level of input signal applied to the device that is necessary to provide the maximum output under design load conditions. 8. Design Load: The load (in ohms) specified by usage of the particular device input or output. B. Signal Levels: The following voltage levels shall be considered the standard operating levels for the particular circuitry, unless specifically noted otherwise (0.775 Volt = O dBu = O dBm for a 600 ohms terminated circuit): 1. Microphone Circuits: -30 dBu or less. 2. Audio Line Level Circuits: -30 dBu to +24 dBu; equivalent to -30 dBm to +24 dBm for a 600 ohms terminated circuit. 3. Loudspeaker Level Circuits: More than +24 dBu. PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-3 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 C. Characteristic Impedances: The following operating impedances shall be considered to be the standard operating impedances for the particular circuitry, unless specifically noted otherwise: 1. Microphone Circuits: 50-250 ohms source, 150-1500 ohms terminating, electrostatically and electromagnetically balanced to ground. 2. Audio Line Level Circuits: 600 ohms maximum source, 600 ohms minimum. terminating, line to line, electrostatically and electromagnetically balanced to ground. 1.04 SYSTEM DESCRIPTION A. Design Requirements 1. General a. All audio processing functions for the system shall be implemented with Digital Signal Processing equipment (DSP). The system shall connect to the Local Area Network for monitoring. Functions provided by this system include but are not limited mixing, level control, automatic mixing, equalization, adaptive equalization, delay, routing, dynamics, filters, processors, presets, etc. b. The audio system shall include a DTMF module that will act as an interface between the paging system and the telephone system. Dialing a pre -defined sequence of numbers into the telephone will allow a zone or an all page to occur. The system will suppress background music during paging. C. Fire Alarm Interface: Sound System shall mute under zone control from the Project Fire Alarm System. Provide connection between fire alarm panel and audio system for automatic muting of signal upon trigger of alarm. Coordinate with work of Fire Alarm section. d. Infrastructure shall be provided for the installation of AV equipment that will be installed at a future date. This infrastructure shall be labeled to allow easy identification of these devices. Back boxes shall be labeled with Device ID. Conduit shall be labeled as follows: AV-CTRL = Control, AV-SPK = Speaker, AV-AUD = Audio, AV-VID = Video, AV = Both Audio & Video. e. An integrated web -enabled central control system shall be used to control all aspects of the audio and video system's functions, signal routing, lighting, shades and audio levels. B. Seating Area 1. General a. The system shall provide audio reinforcement for announcements and sporting events. b. The system shall allow for local control of functions, including but not limited to volume adjustment and source selection. C. A user interface located in the DJ booth shall be provided to control volume, source selection and system presets. 2. Sound Reinforcement System PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741164 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 a. The sound system shall utilize a distributed overhead mounted to structure loudspeakers and subwoofers to extend the low frequency coverage. b. Four handheld wireless microphones shall be provided for voice reinforcement. Audio Input Panels shall be located as shown on the plans. Coordinate with the client or representatives what zones should these panels be associated with. 3. Assistive Listening a. An assistive listening system shall be provided per ADA requirements. The system will consist of an RF transmitter, remote antennas, and headsets to allow personal monitoring of the audio program. 4. Public Address a. Paging can be initiated from the paging microphones located on the plans. b. Concessions shall have a local user interface control to select from all - page, indoor or outdoor paging presets. In addition, volume control for the outdoor zone only. C. Software Programming General a. Except when otherwise agreed in writing the client shall retain legal and beneficial ownership of all Intellectual Property, including source code, created by the Contractor, their employees and sub -contractors. b. The Contractor must allow sufficient time for the programming of all software configurable audio and control systems. Contractors must evaluate the systems functional requirements and user interface and then allow time in their bid accordingly. The system description as well as the end user interview will provide the Contractor with the necessary information needed to proceed with the programming. Any questions as to the systems functional requirements must be sent in written RFI form to the Consultant. All programming schemes must be submitted to the Consultant for approval before programming starts. This includes the appearance of all user interfaces, touch panel layouts, preset and sub - preset information (acquired through client interviews), and speaker control schemes. The Contractor will also submit a narrative for the control system concept to the Consultant for approval. The Contractor is to interview the Owner and their representatives to acquire the necessary information needed to allow for the proper programming of this system. The Contractor, after interviewing the Owner, will then submit a written report stating his interpretation of the client's requirements for approval by Consultant. Only after the Client and Consultant have approved the programming report may the Contractor proceed with the programming of this system. All equipment that is connected to the Client's local area network and is configurable via the local area network must have its equipment software installed onto dedicated computers provided by the Client. The PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-5 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 Contractor is to allot time to install and test equipment software onto a minimum of two of the Client's computers which are to be identified by the Client and/or Consultant. The computers shall be programmed to emulate user interfaces throughout the facility. The Contractor shall coordinate all software deployment over IP with the Client's Information technology department. 2. Control system minimum programming outlined below: a. The Contractor shall allot 4 hours for on -site control system programming with the Client's representative. b. The Control System in this project shall connect to the Client's Local Area Network (LAN). This connection will provide desktop computers control of the audio-visual system as well as make available remote troubleshooting via the internet. The Contractor shall provide time to install control system interface software on at least one desktop computers. Coordinate work with Client's Information Services personnel. C. Provide password protection to each control surface in this facility. Pushbutton panels shall be activated by holding the lower two buttons down for 5 seconds. Deactivation will automatically take place 120 seconds after control panel was last gestured. Touch panels shall be activated and deactivated by password. Upon start up a password dialog box shall be presented to the user to enter his/her password. Only after entering a password will the user have access to the system. The system shall be programmed to shut down automatically after being idle for a time to be specified by the user. d. All control panels shall be programmed with a technical user mode that allows technical personnel to access a second level of control. A push button volume adjust/source select control interface usually includes various sources that may be played into the zone under control. These sources enter a mixer in the DSP allowing control of both input and output of this mixer. Normal, user level, operation of volume control at a user interface shall permit only the output of the mixer to be controlled. This allows a user the ability to control the output of the mixer to raise and lower the volume of all source devices simultaneously. Pressing any of the source select buttons shall bring up a dialog box that will allow a technician to enter a password and allow technical personnel access to a second level of control functionality. This will permit a technician to balance levels at the inputs of the mixer when required. After sixty seconds of inactivity the panel will automatically default back to user level control. e. Touch panel layout design will conform to the InfoComm International "Dashboard for Controls" guidelines. Touch panel designs are to be custom to this project. Re -purposed touch panel designs are not acceptable. f. Technical users shall have the ability to access individual speaker zone controls via the touch panel interface. PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-6 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 g. The contractor shall provide a default audio level preset button, in the control system user interface, to allow a user or technician to recall all gain levels that were set when the system was commissioned. h. Control Help File: Each touch panel will include a help file that will explain each layer of the touch -panel control scheme. i. Control system shall utilize help desk software to provide: 1) Real-time monitoring of: (a) Control system. (b) Device monitoring. (c) System online status. 2) Remote system diagnostics via Contractors help desk. 3) Remote system control. 4) Fault reporting via email alert. 5) Logging of help request. 6) User access control via password protection. 7) Event logging, report and chart generation. The help desk software shall be placed on the desktop computers of each audio-visual maintenance person as well as key personnel of the Client. The Contractor shall train maintenance and operations persons to use this software feature. k. All serial controlled devices must have bi-directional communication with the control system. All control functions locally available on each device must be accessible via the remote control system. All locally gestured control functions must mirror on the control system user interface. In other words, if a volume control is adjusted on a DSP interface that adjustment must register on the control interface. 1. Control system shall be used to power up and down connected equipment at control system start up and shut down. in. Control system shall control both lighting and motorized window shades in each room. Provide adequate presets to allow training and video conferences as explained in room descriptions above. n. The control system shall monitor the connected power amplifiers and report overheating that may occur. 3. Digital Signal Processor (DSP) minimum programming outlined below: a. A user-friendly graphical interface programmed by the Contractor will allow for easy operation of the system. This interface shall allow novice users the control of main system components without having to access the digital schematic diagram. These main system components will include master volume control, zone volume control, room combining, routing, switching, source -equipment level control and any other control necessary for the system to function properly from a user standpoint. b. When applicable contractor shall configure IGMP Snooping with a querier to mitigate Multicast issues. C. The main digital processor shall be programmed to act as the clock master for the system. d. All audio processing functions for the system shall be implemented with Digital Signal Processing equipment (DSP). The system shall connect PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-7 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 to the Local Area Network for monitoring. Functions provided by this system include but are not limited to mixing, level control, automatic mixing, equalization, adaptive equalization, delay, routing, dynamics, filters, processors, presets, etc. e. Volume control must be applied to device inputs as well as mixer outputs. Each piece of source equipment shall have a volume control to allow input level balancing. A main volume control and mute button will allow for overall adjustment of the composite mix. f. Provide automatic level control at the input of all line level source equipment. g. Signal present indicators shall be placed on the graphical user interface to allow monitoring of all inputs and outputs to the audio system. h. Meters shall be placed along strategic points in the signal chain to allow for monitoring signal level. i. Schematic diagram shall be arranged so wire paths are easily traced. All inputs and output shall be clearly labeled. j . The DSP system shall connect to the Local Area Network for control and programming. k. The DSP system shall include levels of security for system operation and maintenance privileges. 1) A first level of security shall be available to a user that has privileges which requires no password, limited to source select and volume control. 2) A second level of security shall grant an operator privileges that include System shut down, run hardware diagnostics, access on line help and adjust settings. This is reserved for maintenance personnel. 3) A third level of security shall grant supervisor privileges and allow all that is outlined above plus the ability to change system options and edit user list. 4) A fourth level of security shall grant designer privileges and allow all that is outlined above plus the ability to modify the base file. This should be reserved to the AV contractor only. 1. The Contractor is to allow programming time for at least 5 different presets as directed by the Owner and their representative. in. The Contractor shall allot 4 hours for on -site digital signal processor programming with the client's representative. 4. Complexity of Programming: a. It is required that the Contractor be experienced in programming systems this complicated. Contractors shall allow enough time in their bid to permit extensive programming of all software configurable audio and control systems to the requirements of the client and consultant. Contractor shall break out cost associated with programming of these systems for review by the Consultant. By submitting this bid, the Contractor agrees that they understand systems of this type and that all programming services are included to the satisfaction of the Client and Consultant. The Contractor further agrees that they will not make any PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 27 41 16-8 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 claim for additional monies because of misinterpretation of programming requirements. D. System Performance Standards and Requirements (meet or exceed) 1. Audio Systems a. Electrical Performance; Source Input to Power Amplifier Output: 1) Frequency Response (Equalizer flat): +/- 0.2 dB 20 Hz to 20 kHz. 2) Total Harmonic Distortion (THD): Less than 0.05%, 20 Hz to 20 kHz, 4 ohms. 3) Noise: At least -105 dB, 20 Hz to 20 kHz, referenced to input of +4 dBm. 4) Crosstalk: At least -60 dB, 20 Hz to 20 kHz. 5) Damping Factor: Greater than 500 (below 1 kHz) b. Electro/Acoustic Performance; Distributed Systems: 103 dB Consistent with devices specified herein. 1) Equipment: Specified individually. 2) Audio signal paths: Shall not degrade performance of connected equipment. C. NEC - Article 640: Audio Signal Processing, Amplification and Reproduction Equipment. 2. Data and Communications Systems: a. TIA/EIA 568-C series: Commercial Building Telecommunications Cabling Standard. b. ANSI J-STD-607-A: Commercial Building Grounding (Earthing) and Bonding Requirements for Telecommunications. C. Comply with ITU-T (International Telecommunications Union — Telecom) for video conferencing systems. 3. Control Systems: a. RS485 (TIA-485): Electrical characteristics of generators and receivers for use in balanced digital multipoint systems. b. RS232 (TIA-232): Interface between data terminal equipment and data circuit -terminating equipment employing serial binary data interchange. C. RS 422 (TIA-422): Electrical characteristics of balanced voltage digital interface circuits. 1.05 SUBMITTALS A. General 1. In addition to the requirements of Division 1, submit all materials for review arranged in the same order as the Specification, individually referenced to the Specification paragraph and Contract Drawing number. Submit 8 1/2" x I I" items bound in volumes and drawings in edge -bound sets. Submit all drawings on sheets of the same size. 2. The Contractor is to provide two copies of each hardcopy submittal and an electronic format copy (Shop drawings must be submitted as .DWF. All other submittals shall be provided as .PDF). All submittals must be original files or documents, scanned copies will not be accepted. PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-9 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 3. Make each specified submittal as a coordinated package complete with all information specified herein. Incomplete or uncoordinated submittals will be returned with no review action. 4. Should the Contractor proceed with the Work of this Section in the absence of submittals for such work submitted and returned with action "No Exception Taken" or "Make Corrections As Noted", the Contractor proceeds at the Contractor's sole risk. 5. If the Contractor deviates from the design shown on the Contract Documents when preparing their shop drawings, the Contractor shall indicate with architectural style clouding, those deviations. The Contractor shall also submit with the Shop Drawings, a list of those deviations and substitutions, including the following: a. The deviation item number which shall also correspond to a number designation applied to each cloud on the shop drawings. b. Section of the specification that applies to these changes. C. The applicable shop drawing sheet number for each item. d. The corresponding audio-visual Contract Document sheet number for each item. e. A clear description of the deviation. f. The Contractor's rational for the deviation (i.e. what benefit the deviation provides, why it is required, any cost impact, etc.). B. Infrastructure Provide drawings indicating boxes conforming and non -conforming to Consultant's AV drawings. C. Product Data Manufacturer's Product Data a. Contractor is to submit submittal in electronic format (i.e. PDF) b. List of materials (i.e. Table of Contents) categorized by room type: For each item specified in PART 2, include: 1) Drawing device ID code. 2) Manufacturer. 3) Model number. 4) Listing: UL or other lab. 5) Quantity. In sequence of List of Materials, provide a data sheet for each item, including all accessories marked for the proposed product. D. Shop Drawings Field (Installation) Drawings: Collate in sequence: a. Contractor is to submit shop drawings in .DWF format. b. Drawing index/symbol sheet. C. Floor plans. At scale of Contract Documents. Show: 1) Device rough -in boxes with ID number. 2) Mounting height. 3) Conduit size. 4) Wire type. 5) Wire fill. PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-10 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 d. Sections/Elevations. At scale of Contract Documents: 1) Mounting location reference to nearest gridline. (a) Provide sections for each room containing AV equipment. (b) Provide elevations for each wall in rooms containing AV equipment. (c) Show all equipment, including speakers, monitors, projectors, podium, floor boxes, facility boxes, etc. (d) Provide vertical dimensions referenced above finished floor to each piece of equipment. (e) Provide horizontal dimensions reference to gridlines. Enlarged Plans. At scale of Contract Documents or larger as required for trade coordination. Show: 1) Items indicated in "floor plans" above. 2) Architectural features. 3) Rack cabinets. (a) Ventilation details. (b) Power distribution detail. 4) System furniture. 5) Clearances required by applicable Code. f. System Conduit Riser Drawing, Show: 1) Terminal cabinets. 2) Coordination with floor plans. 3) Wire runs not shown on floor plans. 4) Wire type. 5) Wire fill. g. Mounting details: 1) Stamped and signed by an Engineer licensed in the Project jurisdiction for work of this type, where required by code. 2) Show loads, type and strength of connections, sizes, dimensions, materials, etc. 3) Show calculations on drawings or in bound volume for review by Authorities having jurisdiction. 4) Provide details for: (a) Equipment rack anchorage. (b) Loudspeaker mounts. (c) Attachment to building structure. h. Installation details as required: 1) Terminal cabinets: Terminations. 2) Audio -Visual panel details. i. Wire run sheets. Show: 1) Wire number. 2) Source. 3) Designation. 4) Signal type. 5) Wire type. 6) Operating level or voltage. PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 27 41 16-11 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 7) Timing reference, where applicable. 8) Physical length. 2. Shop (Fabrication) Drawings: Collate in sequence: a. Contractor is to submit shop drawings in .DWF format. b. Drawing index/symbol sheet (if separate set from Field Drawings). C. System functional drawings. Submit separate drawings for each system/subsystem. Show at least: 1) Equipment: (a) Function, make, model. (b) Rack number, module frame and slot number. 2) Field device information (a) Terminal cabinets. (b) Pull boxes. (c) Audio-visual panel connector designations. 3) Wiring (a) Wire number. (b) Wire type. 4) Shield condition at both ends (float, ground, location of ground). 5) Connector wiring details, each type. 6) Audio: Nominal operating level, Polarity. Note deliberate polarity inversions where required to maintain absolute polarity. 7) Twisted pair, transmit and received devices: Transmission range at 60 Hz., cable length and signal quality. d. Provide drawings for the following systems, if applicable: 1) Audio. 2) Control. 3) Data transmission. 4) Coordinated grounding scheme. e. Equipment rack elevations: Show: 1) All racks scaled at 1 1/2" equals 1 foot, or larger. 2) Rack: Make, model. 3) Equipment: Function, make, model. f. Rack wiring drawings: For each rack, show: 1) Power strip: Receptacles, circuiting. 2) Sequencing power and surge suppression systems. 3) Equipment. 4) Grounding. 5) Wiring, all systems. 6) Wiring harness scheme. 7) Ventilation detail. g. Fabrication details: Submit for: 1) Receptacles. 2) Panels. 3) Special mounting provisions. h. Legends/engraving details. Half or full size: 1) Receptacles. PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-12 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 2) Audio-visual panels. 3) Equipment designations. Patchbay elevations: Show: 1) Patchbay elevations to be half-size scale. 2) Equipment: Function, make, model. 3) Patchbay type. 4) Patchbay number. 5) Connector configuration. 6) Connector type. E. Samples Of all finishes/materials that will be visible to the public, including but not limited to: a. Receptacles and controls with associated trim plate. b. Each type of loudspeaker baffle and/or grille. C. All audio-visual panels. d. Audio-visual devices in public areas. F. Programming Control Programming Scheme Submittal a. Contractor is to provide submittal in electronic format (i.e. PDF) b. Provide a password -protected link to a folder on the Contractor's network to remotely access the touch panel from the Consultant's computer. Contractor is to have a dedicated control processor utilized on their network or provide an emulation file of each control system interface that will allow reviewer to operate the interface as if operating the actual device. C. Provide a graphic layout of each user control interface (touch panels, push buttons, etc.). d. Provide a list of devices that are controlled by each control user interface, including: 1) Device. 2) Brand. 3) Model Number. 4) Control Method. e. Provide a logic tree for each page for each control interface. f. Provide a system routing sheet for each control user interface, including: 1) Source. 2) Switcher / device input. 3) Switcher / device output. 4) Final destination. g. Provide help file content on each user interface. G. Shop and Project Site Test Reports 1. Contractor is to provide submittal in electronic format (i.e. PDF) 2. Schedule: Submit test reports in a timely manner relative to the Project schedule such that the representative of the Owner may conduct Verification of Submitted Test Data without delay of progress. PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-13 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 a. Shop test report: Submit prior to shipping completed equipment racks to Project Site. b. Project Site test report: Submit proj ect site test report for this section after system completion and prior to Acceptance Review and Testing. 3. Content: Include at least: a. Time and date of start of burn -in. b. Time and date of test. C. Personnel conducting test. d. Test equipment, including serial and date of calibration. e. Procedures used. f. Results of test - numerical or graphical presentation. H. Close Out Submittal 1. Contractor is to provide submittals in electronic format (i.e. PDF) 2. Operation and Maintenance Manuals a. Index. b. Systems operating instructions. C. Reduced set of system Record Drawings. d. Key schedule. e. Maintenance and spare parts schedules. f. Shop and Field Test Reports. g. Equipment manuals. Collate alphabetically by manufacturer. Provide manufacturer's original operation, instruction and service manuals in color for each equipment item. Provide tabbed dividers between each product. Manuals provided by the Manufacturer in an individual binder may be submitted in that form. 3. Framed Operating and Maintenance Instructions: Provide adjacent to each ensemble of equipment racks. Provide sturdy frame with clear glass or non -scratching plastic cover. Provide permanent, non -fading media. Blueprints shall not be acceptable. Include: a. Sequence for system start-up and shutdown. b. System Functional Diagrams. C. Signal levels and impedance at accessible system signal and test ports, where applicable. 4. Record Drawings a. As work progresses, maintain records of "as installed" conditions. Update the set at least weekly. After successful completion of Project Site testing specified herein, and after completion of Punch List corrections, copy all records of "as installed" conditions on to final Record Document drawings, as specified in Division 1. b. Content: All drawings required under "Field and Shop Drawings". Show "as installed" condition. Where room designations according to Project permanent signage differ from construction designations in the Contract Documents, show both designations. 5. Provide four copies on SD card containing the "as built" drawings, all manuals, training manual and programming code. a. Submit un-compiled programming code. 6. Training Submittal PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-14 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 a. Provide all training materials for review prior to scheduling training sessions. 1) Training manual. 2) Agenda for the training session. 3) The final punch list, indicating that all equipment is fully functional. b. See the section under Owner's Instructions for training manual requirements. C. No training session will be scheduled until final punch list is completed and submitted. 7. Warranty Certificates a. Comply with Division 1. 1.06 QUALITY ASSURANCE A. Qualifications 1. The bidder shall, prior to the bid, in accordance with the Instruction to Bidders, submit at least the following information to verify that the bidder has the necessary experience and qualifications to perform the specified work: a. A detailed brochure describing the bidder's capabilities in terms of facilities, personnel (include a personnel organization chart followed by resumes), experience, background, examples of similar installations (at least two projects within the past two years), distribution arrangements with manufacturers and financial capability, including certificates of insurance and satisfaction of the project bonding requirements. b. Contractor must, at the time of this bid submittal, have distribution or a dealership agreement with all manufactures whose products are specified in the bid documents. Contractor must also have completed manufactures training and certification before bids are submitted. C. AIA Document A305 "Contractor's Qualification Statement". d. Information identifying any and all local agents and/or subcontractors that will assist in the work and their role in the project. e. Identification of sources of labor for all fabrication and installation throughout the duration of the project. f. Evidence that he has acquired all necessary licenses, certificates and approvals to perform the specified work within the state or jurisdiction the work is to be performed. 2. Projects that include Digital Signal Processing (DSP) equipment will require the Contractor to submit evidence of qualification from the manufacturer of said equipment. This would include completion of manufacturer's training courses, the name of the person or persons who completed said training and prior projects completed using DSP technology. If the Contractor is not approved for the DSP programming, they may hire a qualified programmer approved by the consultant. 3. Projects that include networked audio or video systems will require the Contractor to submit the name of the person, in their employment, qualified to perform this work. This person shall have certification in computer network technology and hold one of the following certifications: a. CNP — Certified Network Professional Program. PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-15 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 b. Computing Technology Industry Association - Network+ certification. C. MCSE — Microsoft Certified Systems Engineer. d. CNE — Certified Systems Engineer. e. CCNA — Cisco Certified Network Associate. 4. Projects that include software configurable, integrated central control systems must include a factory authorized programmer who is fully engaged in the work of system programming 8 hours a day 5 days a week. This person shall hold the highest level of certification from the manufacture of the equipment being programmed. 5. It the contractor does not employ a programmer that meets the above requirement, the Contractor is to enter an agreement utilizing the authorized independent programmer as a sub -contractor. Under this agreement, the Contractor will retain all the responsibility for a complete and working system. The Contractor must include in their bid time to work out any programming bugs that may occur in the initial programming stage. These items include working through the initial and final programming stage with the authorized independent programmer to provide a functional system, testing the programmer's graphical user interface for intended functionality and provide onsite support for the programmer in the uploading and testing of programming revisions. 6. The control systems programmer shall be present either by web meeting or in person at the end user interviews to acquire information firsthand. The control systems programmer shall submit a report outlining the meeting results to Contractor for approval. Only when the Contractor approves this report shall it be submitted to the consultant for review. 7. The Contractor shall provide information on how and by whom the requirements of the warranty period will be fulfilled. 8. The submittal must justify, in the judgment of the Consultant, the Architect, and the Owner, that the Contractor has the capability to manage and install a project of this size and scope and that he is capable of the necessary business and technical arrangements for this installation and the pursuant warranty service. Contractor may be disqualified as a bidder if all of the submittal does not meet the approval of the Owner and his/her representative. 9. Company: Work of this Section shall be performed by a Sound or Audio -Visual Systems Contractor who has at least five years direct experience with the devices, equipment and systems of the type and scope specified herein, and who has a fully staffed and equipped maintenance and repair facility, and who is licensed to perform work of this type in the Project jurisdiction. 10. Personnel: Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the Work of this Section. Supervisors shall have at least five years direct experience in similar work. Installation and maintenance personnel shall have at least three years direct experience in similar work. 11. Designated Supervisor: Provide a designated supervisor present and in responsible charge in the fabrication shop and on the Project Site during all phases of installation and testing of the Work of this Section. This supervisor shall be the same individual throughout the execution of the Work unless illness, loss of personnel, or other circumstances reasonably beyond the control of the Contractor intervene. PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-16 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 12. Staff Engineer: The Contractor shall have on his full-time payroll at least one staff engineer having five years minimum experience as an electronics engineer covering systems and projects comparable in substance and complexity to the project described herein. The staff engineer shall have NICET certification in Electrical/Electronics Engineering Technology and Audio Systems or equivalent. The signature of that engineer shall appear on all shop drawings and submittals. 13. Coordination: Coordinate the Work of this Section with the Work of all other Separate Contracts. Comply with Division 1. 14. Help Desk: The Contractor must employ a fully staffed help desk department that shall provide knowledgeable responses to inquiries regarding system operation. This department must also have the ability to provide remote diagnostics to identify equipment faults for troubleshooting. B. Cutting and Patching 1. Cut, patch and extend existing work using skilled mechanics that are capable of matching existing quality of workmanship. 2. Assign work of moving, removal, cutting and patching, to trades qualified to perform the work in a manner to cause least damage to each type of work, and provide means of returning surfaces to appearance of new work. 3. Perform cutting and removal work to remove minimum necessary, and in a manner to avoid damage to adjacent work. Cut finish surfaces such as masonry, tile, plaster or metals, by methods to terminate surfaces in a straight line at a natural point of division. 4. When new work abuts or finishes flush with existing work, make a smooth and workmanlike transition. Patched work shall match existing adjacent work in texture and appearance so that the patch or transition is invisible. 5. Protect existing finishes, equipment, and adjacent work that are scheduled to remain, from damage. 6. Promptly repair damages caused to adjacent facilities by demolition operations, at no change in Contract Amount. C. Painting Use skilled mechanics that are capable of painting audio-visual equipment and hardware to match architectural surroundings, where applicable. D. Regulatory Requirements 1. Regulations Applicable: including but not limited to those defined in Division 1. 2. Comply with all applicable federal, state, and local labor regulations, and applicable local union and trade regulations. 3. Installation practices shall be in accordance to industry -accepted standards (ANSI, Cal - OSHA, IEC, IEEE, FCC, NEC, NFPA, ILIA, NSCA, CEDIA, BICSI) or local acts, codes and standards enforced at the place of work, whichever is most stringent. 4. Procure and pay for all necessary permits, licenses, inspections, and observe any requirements stipulated therein. 5. Provide UL/ULC fire rated enclosures around all audio-visual floor and back boxes where required by code. E. Programming PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-17 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 User Group Interview: a. Conduct interviews with the end -users to acquire programming requirements. Submit written results of the interview and the requirements set forth by the user group. Associate the user group requirements into the programming of each sub system. Submit to the Consultant a report that outlines the interviews conducted. F. Pre -installation Meetings 1. Attend a pre -installation meeting at the project site with the Owner and his representatives in order to coordinate related work and scheduling issues. G. Verification 1. Verify dimensions and conditions at the Project Site. Submit any conflicts in timely manner for resolution. H. Shop Fabrication and Testing 1. Assemble and fully wire equipment racks at a fabrication shop off the Project Site. Burn - in for not less than 120 hours. Following burn -in, perform specified adjustment procedures. Provide test equipment and test according to procedures specified herein. Submit verification of shop test in timely manner. Following verification of shop test and when installation locations are ready as specified herein, deliver equipment racks and equipment to the Project Site and install. I. Project Site Installation and Testing 1. Install as specified herein. a. Perform specified adjustment procedures. Provide test equipment and test according to procedures specified herein. Request verification of Project Site test in timely manner. J. Verification of Submitted Test Data 1. Re -test in presence of designated representative(s) of the Owner at reasonable mutual convenience. Provide services of the designated supervisor and an additional technician familiar with work of this Section. Provide all test equipment. Provide complete set of latest stamped submittals of record for reference. Provide complete set of Shop and Project Site Test Reports, as applies. Provide a complete set of manufacturer's original operation, instruction and service manuals for each equipment item for reference. K. Reference/Project Record Documents 1. At all times when the work is in progress, maintain at the workplace, fabrication shop or Project Site as applies, a complete set of the latest stamped, action submittals of record for reference. Also maintain a separate, clean, undamaged set for preparation of Project Record Documents. Also maintain at the workplace a complete set of manufacturer's original operation, instruction and service manuals for each equipment item for reference. 1.07 DELIVERY, STORAGE AND HANDLING A. Packing, Shipping, Handling and Unloading PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 27 41 16-18 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 1. Deliver materials in manufacturer's original undamaged packages or in bulk packing which provides equivalent protection from rough handling, dust and dirt. 2. Deliver all assembled equipment racks in custom manufactured wood crates to avoid damage during shipping. 3. All packing, shipping, insurance, handling and storage costs of equipment and materials shall be the responsibility of the Contractor. 4. The Contractor shall be responsible for ensuring all equipment and installation materials stored in their shop facilities until it is delivered to the Project Site and a delivery acknowledgement is received from the Owner or its authorized representative. 5. Equipment unpacked for inspection but not ready for permanent installation must be returned into its protective packing. 6. The Contractor shall be responsible for furnishing a temporary substitute for equipment that could not be delivered in time for system operation. All costs associated for renting, shipping and handling temporary substitute equipment shall be the responsibility of the Contractor. 7. In the event the equipment or installation material delivery is delayed, the Contractor must employ the fastest means of delivery service available to deliver the equipment on time. All costs for expediting the delivery of equipment shall be the responsibility of the Contractor. 8. Store packaged materials off of the ground or slab in a manner to protect them from elements, especially moisture damage. 9. Deliver completed, wired, tested equipment racks to associated equipment rooms at the Project Site when major work of all other separate contracts is complete, equipment room ventilation is operating with clean filters in place, the area is clean and free from airborne contaminates, and continuing work of other trades will not produce airborne contaminates or permit transport of such airborne contaminates to the equipment rooms. B. Acceptance at Site 1. All equipment and installation material delivered to the Owner shall be properly documented in the form of delivery receipts. 2. Equipment delivered to the Project Site must include a delivery acknowledgement receipt signed by the Owner or its representative. Issue a signed copy of the delivery receipt to the Owner and file the signed copy for future reference. 3. The Contractor shall be responsible for the insurance coverage and security of equipment delivered to the Project Site until it receives an acknowledgement of delivery from the Owner or its authorized representative. C. Storage and Protection 1. The Contractor shall provide a safe and secure storage location for all equipment and installation materials until they are delivered to the Project Site and it receives an acknowledgement of delivery from the Owner or its authorized representative. 2. For equipment assembled and tested at the Contractor's shop facility and delivered to the Project Site, ensure that the equipment is properly protected from improper handling, rain, water, humidity, moisture, heat, direct exposure to sunlight, dust and dirt during delivery and storage on or off the Project Site. 3. Do not remove protective packing from equipment until they are ready to be installed. PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-19 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 4. If, after equipment is installed, the Project Site cannot be cleaned or is still not clean because of on -going work by others, provide protective covering and protection to prevent airborne dust and dirt originating from damaging equipment. 1.08 PROJECT SITE CONDITIONS A. Environment Requirements 1. The spaces where audio-visual system assemblies are installed shall meet the following requirements: a. Free from dust generated from construction. b. The room temperature shall be within the specified operating temperature recommended by the manufacturer. 1.09 SEQUENCING A. Submit all testing documentation to the Owner's Representative for review prior to requesting the Fabrication Inspection and Substantial Completion inspections. B. Allow adequate time for corrections to be made after inspections to maintain the Project Schedule. 1.10 SCHEDULING A. Comply with the Project schedule. B. Make all Submittals specified herein in a timely manner. Failure to make timely submittals complete as specified herein is considered to be lack of substantial progress of the Work of this Section. Contractor is to work around client schedule throughout the duration of the proj ect. C. Deliver all equipment, devices and materials required for the Work of this Section and install, test and ready all work for Acceptance Testing at least fourteen days prior to the completion date for the associated area of the Project, unless specifically instructed otherwise by the Owner. D. It shall be a common understanding that there is a time constraint when executing this work. The Contractor shall use all means and resources to complete this project on or before the specified schedule at no additional cost to the Owner. This includes working beyond normal business hours and days, additional manpower, additional tools, etc. 1.11 WARRANTY SERVICE A. Warrant all Work of this Section to be free from defects in materials and workmanship for a minimum of 1 year from the date of Owner acceptance of the Work of this Section. B. All manufacturers' equipment warranties shall be activated in the Owner's name and shall commence on the date of system acceptance. In the case of Contractor modified equipment, the manufacturer's warranty may be voided. In such cases, provide a warranty equivalent to that of the original manufacturer. C. All high-level software shall follow the warranty conditions specified by the manufacturer. Immediately update or upgrade the Owner's installed software as soon as new versions, updates or patches become available from the manufacturer at no additional cost to the Owner within this warranty period. PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-20 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 D. Response Time: Provide a qualified technician familiar with the work at the Project Site within 12 hours after receipt of a notice of malfunction. Provide the Owner with the telephone number attended 8 hours a day, 5 days a week, and an answering service or equivalent facility attended 24 hours a day, 7 days a week, to be called in the event of a malfunction. Provide repairs at no expense to the Owner and at the Owner's request, alternate facilities, services and systems for the duration of the repairs to any defective work of this Section. Provide a complete and operational System, within 48 hours after notification of a malfunction. E. All work requested due to warranty issues shall be performed during regular working hours unless the Owner agrees to pay the difference in labor rates for overtime or nighttime work. F. The Contractor shall use qualified service personnel to respond to all warranty issues or calls G. Off Site Service: Conduct all warranty repairs and services at the Project Site, unless in violation of manufacturer's standard product warranty. Provide substitute systems, equipment, and/or devices acceptable to the Owner for the duration of off -site repairs. Provide transportation for substitute and/or test systems, equipment, devices, materials, parts and personnel to and from the Project Site. 1.12 OWNER'S INSTRUCTIONS A. General 1. Conduct training on the completed system at a reasonable convenience of the Owner during normal Owner business hours. Contractor is to assess the complexity of the system and shall fully train the operation and maintenance staff named by the Owner. 2. Do not start training until all systems have been commissioned, training manuals are approved and an agenda along with schedule of each departmental training session has been submitted to the owner. 3. Training shall be conducted in the actual room that is the topic of the training session. 4. The client asserts legal and beneficial ownership of all training materials which are specifically commissioned for this project. B. Operator Training —Do not start training before system is in full operation and all components have been signed off by owner's representative. Use the items covered in the commissioning portion of this specification as a basis for the training curriculum. At least two 2-hour sessions of instruction will be given in order to familiarize the Owner with the operation of the system. C. Maintenance Training At least two 2-hour sessions of instruction will be given in order to learn how to maintain and troubleshoot the system. A maintenance binder shall be provided by the Contractor with all manufacturer -specific operating and maintenance information for each piece of equipment used. On large jobs, the binders will be sub -divided into individual audio, video and control binders. Provide training on at least the following system features: a. Firmware upgrades b. Helpdesk features C. Complete use of system as outlined in the Commissioning section plus advanced troubleshooting. D. Training Video PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-21 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 1. A training video shall be produced and cover all aspects of the systems operation. 2. Each page of all user interfaces shall be explained and recorded while gestures are made on the screen. Each button on the user interface shall be explained and demonstrated. 3. All portable equipment that connects to the system shall be demonstrated both in their physical connection and routing method at the user interface. 4. All patch bays shall be explained and demonstrated. 5. All source equipment shall be explained in both physical loading of media and transport control as well as user interface control. 6. Demonstrate on basic troubleshooting. 7. Provide training on items as outlined in the Commissioning section of this document. 8. Demonstrate system start up and shut down. 9. Explain and demonstrate help files associated with touch panels. 10. Audio and video files shall be combined and burned to DVD for distribution to each department. 11. Provide professional MP4 with searchable index of topics covered. 12. Provide label with client's logo, room name/number, title, length and topics covered. E. A training manual specific to this system will be written covering the basic and advanced functional techniques necessary to operate the system in a reliable and fully functional condition. The Contractor shall submit hard color copies of the training manual as well as a soft copy in PDF or DOC format. Provide a hard copy of the training manual for each person to be trained. This manual shall include: 1. All contact information, including emergency and after-hours phone and pager numbers, for requesting service assistance from the Contractor. 2. A I Ix17 set of as -built drawings of the completed project (a full-sized set will be issued to the client for their use, a half-size set will be attached to the inside back door of the main equipment rack). 3. A table of contents at the beginning of the manual. a. The manual will begin by explaining basic information such as manual references, abbreviations, any assumptions made by the author, prerequisites required, numbering convection, etc. b. It will then proceed to the manual objectives. C. Explain what the end user should understand after reading the manual. d. It will cover the basics of the user interface including start up and shut down procedures, log on procedures, access privileges, operator password, levels of security, file structure, etc. e. The manual shall proceed to describe each user interface and its function. It will cover every layer of the interface and how to navigate through them. f. Each of the system presets shall be explained and the physical setup of the equipment and floor plan during presets shall be illustrated. Source equipment shall have their routing scheme explained and illustrated. Portable equipment and its connection to the system shall be explained and illustrated. g. The manual will end by explaining basic troubleshooting procedures and equipment care instruction. PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-22 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 4. The Contractor's maintenance instructions, which will include the manufacturer's maintenance instructions found on the factory manuals to keep the manufacturer's warranty in force. 5. A list of consumables (lamps, fuses, batteries, etc.) required to keep the system operating over time, along with sources of supply (if not readily available). 6. The Contractor shall compile and submit all factory warranty registration forms or cards for each piece of equipment furnished for this project. 7. A form requesting feedback from the end user as to how the manual can be improved and a section to report errors discovered. a. The Contractor shall make the corrections and improvement suggestions after receiving feedback from the users. This will be completed at no charge to the client. The manual will contain a date stamp and version number. Each feedback and error correction manual reissue will include a new version number. F. Initial Use Support Provide standby trainer/system engineer during the first two public events. 1.13 MAINTENANCE A. The Contractor shall, within the warranty period, schedule two visits to inspect and perform preventive maintenance on the system. The first visit shall be six months after the commencement of the warranty period. The last visit shall be just prior to the end of the warranty period. B. Cache for event logging must be set to record unlimited events until the Contractor's first maintenance site visit. After the Contractor's first maintenance site visit, the cache can be limited to the Owner specified level. C. The Contractor shall use qualified service personnel to conduct all maintenance work. D. All maintenance work shall be performed during regular working hours unless the Owner agrees to pay the difference in labor rates for overtime or night time work. PART 2 - PRODUCTS 2.01 General A. Quality of Products 1. Materials and equipment specified herein have been selected as the basis of acceptable quality and performance and have been coordinated to function as components of the specified systems. 2. Where a particular material, device, piece of equipment or system is specified directly, the current manufacturer's specification for the same shall be considered to be a part of these specifications, as if completely contained herein in every detail. 3. Each material, device or piece of equipment provided herein shall comply with all the manufacturer's published specifications for that item. 4. Equipment shall be from the manufacturer's current stock and shall not be stored longer than 1 year prior to installation, unless written approval to do otherwise is provided by the manufacturer and submitted for review by the Owner. PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-23 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 5. All products shall be a product of firms regularly engaged in the manufacturing of electrical, electronic or optical equipment. The equipment shall be the latest model or type offered which meets the applicable specifications at the time of the submittal. Discontinued items replaced by newer models or versions are prohibited and should not be submitted for review. 6. Quality of workmanship and fabrication of all equipment and components, which are custom fabricated, shall be comparable to professional equipment produced by specialized manufacturers of the trade involved and will be verified by inspection. Only firms having 5 years of experience in all aspects of the fabrication and installation of similar systems will be allowed to perform the work. 7. All materials and products shall be new and of professional quality. Unless specifically stated in the drawings or specifications, no existing or used materials will be installed. B. Quantity 1. Provide the quantity of products as shown on the Contract Drawings, or as otherwise indicated herein. 2. The equipment listed in section 2.2 consists of all major equipment for the project. The Contractor shall integrate into the system design and provide any additional components, wiring, programming, etc., to complete a functional system operating as described within the specifications and the for construction drawings. 3. Components or equipment not specified or indicated on the drawings that are required to make a fully functional systems per the Owner's requirements and the design intent, shall be furnished and installed by the Contractor, and shall be submitted for Owner review. C. Preference 1. Where more than one manufacturer is listed herein as acceptable or equivalent, no preference is intended or implied by the order of listing. D. In the event that a specified piece of equipment or product has been superseded, discontinued or is no longer available from the manufacturer, the Contractor shall submit a request for substitution of the originally specified product. The substitute product shall be the manufacturer's most current model of the specified product, or if the line has been discontinued, a product by the same manufacturer with specifications meeting or exceeding, and as close as possible to those of the originally specified product. Refer to Alternatives and Substitutes section for clarification. E. Provide Complete 1. Provide all auxiliary and incidental materials and equipment necessary for the operation and protection of the Work of this Section as if specified in full herein. F. Provide New 1. All materials provided under the Work of this Section shall be new, shall be the manufacturer's latest design/model, and shall be permanently labeled with the manufacturer's name, model number and serial number. 2. Products and materials shall be clean, free of defects, damage and corrosion. G. Similar PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-24 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 Similar devices shall be of the same manufacturer, unless specifically noted otherwise in these specifications. H. Safety Agency Listing 1. All devices provided under the Work of this Section that are connected to the Project electrical system shall be listed by Underwriters Laboratories (UL) or other Nationally Recognized Electrical Testing Laboratory acceptable to the Authorities having jurisdiction at the Project site, and shall be so labeled. Absent such listing, comply with Regulatory Requirements applicable to Unlisted Equipment. I. Power Rating 1. All devices provided under the Work of this Section that are connected to the Project electrical system shall provide stable performance in full accordance with these specifications when operated on main service which complies with ANSI standard tolerances for voltage, frequency, transients and related parameters. J. Circuit Protection 1. All active devices shall include integral fuse or circuit breaker protection. 2. All circuit breakers shall be fully magnetic. 3. Protection devices shall be located to facilitate examination, resetting and/or replacement without the need to disassemble or demount the associated device. 4. Contractor -fabricated items shall be provided with either indicating type circuit breakers or fuses of the clear glass cartridge type, mounted in fuse holders which will indicate a blown or defective fuse. K. Continuous Use 1. All active circuitry shall be solid state and shall be rated for continuous use. All circuit components shall be operated in full compliance with the manufacturer's recommendations and shall contain sufficient permanent identification to facilitate replacement. L. Construction 1. All electronic equipment shall be of the "dead -front" type and shall be designed for standard 19" EIA rack mounting, unless otherwise indicated. 2. Steel frames and enclosures shall be designed and wired to eliminate all induced currents within both the units and the systems. 3. All bolted connections shall be made with self-locking devices. 4. Coordinate all consoles and panels so that the general appearance is similar, or as directed by the Owner. 5. All operating panels shall be at least 1/8" thick aluminum. 6. Provide locking panel covers on all recessed, semi -recessed or surface mounted control panels not located in the equipment rooms, unless specifically noted otherwise. Panel locks shall be flush with no protrusions beyond the panel face when the door is closed. Recessed control panels shall be recessed within the back box to a depth sufficient to permit a locking hinged panel cover to completely close without affecting any device within the enclosed area. M. Circuit Boards/Modules PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-25 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 1. All printed circuit boards or modules shall be mechanically secured by bolt or friction -loading guide, in addition to any electrical connector attachment, and shall include an integral extraction grip. 2. Printed circuit boards shall be connected to associated circuitry via soldered connections or precious metal positively keyed card edge connectors. 3. All Contractor -fabricated printed circuit boards shall be at least 1/16" thick G-10 glass fabric epoxy base, copper plated to a minimum density of 2.0 oz./sq. ft. on one or both sides, and finished with 60/40 tin/lead solder either hot rolled or plated over the copper. All holes through the boards shall be plated through and solder filled. All boards shall be permanently identified with a designation that matches that of the mating connector or board position in the assembly. N. Identification 1. Provide permanent intelligible identification on, or adjacent to, all connectors, receptacles, controls, fuses, circuit breakers, patching jacks, and the like. This identification shall clearly and distinctly indicate the function of the item and shall be numbered or lettered to correspond with the function, circuit and location consistent with field and shop drawings. O. Modular Products 1. The drawings show conventionally packaged components to convey design intent. 2. Card cages to have front and rear closure panels to provide a finished appearance. 3. Except as noted below, modules of different functional types are permitted to share the same card cage/mounting frame and/or power supplies as applicable and if mechanically and electrically compatible. 4. With amplifier input driven 10 dB beyond input level required to produce full rated output, amplifier shall withstand indefinitely any of the following load conditions without instability of operation of main over current protection (i.e. no blown fuses or circuit breakers). a. "Short" circuit of 0.1 ohm. b. Open circuit (no load). C. Rated load impedance. 5. Maintain sense of signal polarity from input to output. P. Keys 1. Key all boxes, cabinets, enclosures, panels, controls, doors and related provided for similar usage within a system identically. For each unique key type, provide a quantity of ten. Stamp each key with a reference designation. 2. Submit a schedule of keying to the Owner. Where so noted, provide Project Standard lock cylinders and keys; coordinate with the work of other Sections. Q. Assistive Listening System (RF) 1. An assistive listening system using wireless radio frequency (RF) transmitter and headsets will allow personal monitoring of the audio program for the hearing impaired. The transmitter will be a frequency agile unit with no less than 30-channel capability and will broadcast the main audio program to personal headsets used by hearing impaired audience members. The system and quantity of headsets supplied shall conform to the PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-26 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 ADA requirements (section 219 and 706) for the space. Stereo headset type and hearing aid compatible (T-Coil) listening devices are required; ear -bud type devices are not acceptable. Supply a drop -in type battery charging system capable of servicing multiple receivers, with sufficient charging capacity to charge each receiver simultaneously. Follow the table below for quantity requirements. Capacity of Seating in Minimum Number of Minimum Number of Assembly Area Required Receivers Required Hearing Aid Compatible Receivers 50 or Less 2 2 51 to 200 2, plus 1 per 25 seats over 50 2 Seats * 1 201 to 500 2, plus 1 per 25 seats over 50 1 per 4 Receivers * 1 * Seats 1 501 to 1000 20, plus 1 per 33 seats over 1 per 4 Receivers * 1 500 1 1001 to 2000 35, plus 1 per 50 seats over 1 per 4 Receivers 1 1000 seats * 1 2001 and over 55, plus 1 per 100 seats over 1 per 4 Receivers * 1 2000 seats 1 *I Or fraction thereof R. Provide enclosure systems including, but not limited to racks, cabinets, cases and related panels and accessories as specified herein, or approved equivalent. Provide size and quantity as shown on drawings. Provide color as specified by Architect. If no color is shown on drawings, submit manufacturer's standard color chips for selection. S. Cable Tray: Provide aluminum ladder style cable tray with flange in side rails where called out in drawings. Size the cable tray to accommodate all wire that must pass through it. Provide all supporting hardware and accessories. 1. Ladder Style Cable Tray a. P-W Industries. b. Equal by Hubbell. C. Approved equal. T. Floor Mounted Equipment Racks: Provide each bay with basic frame, vented locking rear door, top panel with single 10" fan, certified seismic floor anchor kit, ganging hardware, except where otherwise indicated, at each ensemble of bays, provide end (side) panels to provide complete enclosure. 1. Rack cabinet, heavy duty welded 14ga. CRS, single bay of maximum dimensions 83- 1/8"(H) x 24"(W) x 32.5"(D); floor supported with accessory louvered side rack side panel. a. Mid Atlantic WRK Series. b. Equal by Atlas/Soundolier. C. Approved equal. 2. Turret cabinet: PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-27 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 a. Mid Atlantic Slim 2 Series. b. Equal by Atlas/Soundolier. C. Equal by Hammond Manufacturing. 3. Wall cabinet, tilt out: a. Atlas/Soundolier AWR Series. b. Mid Atlantic WRS Series. C. Equal by House of Metal Enclosures (HOME). d. Equal by Hammond Manufacturing. 4. Wall Mounted cabinet: a. Atlas/Soundolier 300 Series. b. Mid Atlantic DWR Series. C. Equal by Hammond Manufacturing. 5. Floor mounted pivoting rack: a. Mid Atlantic SR-40-22 Swing Rack. b. Equal by Atlas/Soundolier. U. Rack Panels and Accessories: Rack Mounting Screws: Screws 10-32; length as required for at least 1/4" excess when fully seated; oval head with black plastic non marring cup washer or equivalent ornamental head; nickel, cadmium or black plated; Phillips, Allen Hex, Square - Tip or Torx drive. Slotted screws are not acceptable. 1. Blank Panels a. Atlas/Soundolier S19 Series. b. Zero ZP112000 Series. C. House of Metal Enclosures (HOME) Series PM. d. Middle Atlantic Products BL, SB or HBL Series. 2. Vent Panels: a. Middle Atlantic ETF Series. b. Equal by Atlas/Soundolier. C. Equal by Zero. d. Equal by House of Metal Enclosures (HOME). 3. Shelf: a. Middle Atlantic Products U Series. b. Atlas/Soundolier SH19 Series. C. Zero A52 Series. 4. Drawer: a. Atlas/Soundolier SD Series. b. Middle Atlantic Products UD Series. C. House of Metal Enclosures (HOME) SD Series. d. Zero A43/A36 Series. 5. Compact Disc Holder: Middle Atlantic Products Model RSH-4A. 6. VCR Holder: Middle Atlantic Products Model RSH-4A. 7. LP/Laser Disc/Binder Holder: Middle Atlantic Products Model LP. 8. Rackmount Computer Keyboard: Middle Atlantic RM-KB. 9. Equipment Custom Rackmount Shelf: Middle Atlantic Products Model RSH-4A Series. 10. Rackmount Computer Keyboard. a. Mid Atlantic RM-KB series. b. Approved equal. PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-28 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 11. Computer Monitor Rackmount. a. Mid Atlantic RM-MM series. b. Approved equal. 12. Horizontal Lacer Bars a. Mid Atlantic LBP-IR4, LBP-IS, LBP-1P. b. Equal by Atlas/Soundolier. V. Equipment Enclosure Ventilation: Provide UL Recognized devices. Connect to enclosure power, comply with applicable Codes. 1. Fan panel, 5 1/4" high painted steel rack panel with 4" diameter fans, each fan with chrome plated finger guard, low speed air flow, two fans per panel, total 120 CFM: a. Mid Atlantic QFP-2 Series. b. Atlas/Soundolier ES/IS Series. C. BGW Systems. 2. Thermostatic Fan control module, user definable temperature range with status LED's, temperature sensing probe. a. Middle Atlantic FC Series. b. Atlas/Soundolier CFT Series. W. Equipment Enclosure Power and Signal Grounding: Comply with applicable Codes and applicable portions of Division 26. Provide UL Listed devices, Specification or Hospital Grade. Provide all junction boxes, raceway, fittings, wire, supports and fastenings as required for complete installation. Unless otherwise noted, provide receptacles of NEMA 5-15R configuration. 1. Full height receptacle strip, Isolated Ground: a. Wiremold 3000 Plugmold IG Series. b. Middle Atlantic PD series vertical power strips. 2. Full height receptacle strip, three or more circuits, Isolated Ground: a. Wiremold 3000 Series with Specification Grade IG 5262 Series receptacles. b. Middle Atlantic PD series vertical power strip. 3. Wireway, lay in, NEMA 1: Any meeting NEMA 1 and UL870. Size as required. 4. Flexible metal conduit: Comply with Division 26. 5. Sequencing Power System: a. The Contractor is to design and build power sequencing and surge suppression systems that will control and distribute power in the equipment racks. The system will be designed to sequentially connect power to all of the audio-visual equipment in the equipment racks. Outlets are mounted to the unit's back plate or on a remote strip. If the project utilizes a control system, the sequencing power system will be controlled by the software configurable control system. The touch panel's shut down button will prompt a second time asking "Are you sure you want to shut the system down?" A positive response will activate system shut down. A push button control station's shut down button will be pressed twice to shut down the system. If the project does not include a control system, the Contractor is to provide a dedicated sequential controller in the equipment racks. PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-29 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 1) 15 amp or greater power capacity. 2) 3-prong 15 amp 120VAC isolated ground outlets (provide required amount). 3) Individual sequencing steps for each outlet. 4) Adjustable power -up time delay and outlet sequencing intervals. 5) Modular power raceway systems shall be constructed of 18- gauge min -spangle galvanized steel. 6) Remote controllable via contact closures (if applicable). 7) Status indicator on touch panel (if applicable). b. Approved subject to above: 1) Middle Atlantic RLM-XX, RM-XX, R-XX or M-XX Modular Power Raceway Series. 2) Middle Atlantic USC-6R Universal Sequencing Controller. 3) Equal by Atlas Soundolier. 6. Signal Grounding bus bar, insulated from enclosure frame: a. Atlas/Soundolier BBG Series mounted on standoff insulators. b. Zero A32 Series. C. Middle Atlantic. d. Panelboard Isolated Ground bus kit by manufacturer of Project Panelboards specified in Division 26. 7. Multi -Outlet Assembly, Surge Suppressing, UL Listed. Comply with ANSUIEEE C62.41-1980. Provide at least six receptacles. Provide equivalent to: a. Surgex SX RT series. b. EFI Electronics Corporation Model 153. C. MCG Electronics, Inc. Model 296 (subject to UL Listing). 8. Computer Grade Uninterruptible Power System, UL Listed. Provide continuous, no - break power with sine wave output. Provide Transient Over -Voltage (TOV) Surge Suppression; comply with ANSI/IEEE C62.41-1980, Category A and Category B. Provide complete isolation from Line. Provide output voltage regulation to ANSI C84.1 for computing equipment. Provide output KVA, switch -mode power supply rated, not less than 150% of connected load indicated. Provide one for each Central Processing Unit, Digital Signal Processor and automated control console. Provide equivalent to: a. Best Power Technology, Inc. "Micro-Ferrups" Series. b. Best Power Technology, Inc. "Axxium" Series. X. Audio Patching and Related: 1. Audio Patching Jack Assemblies; jackfield two times forty-eight (2x48) jacks: Factory pre -wired to insulation displacement connection system, normals brought out to connection system, connection system on backplane of jackfield chassis or a separate unit on cable harness, 2 row by two times forty-eight (2x48) jack array of Bantam Plugs: a. ADC Pro Patch Mark IV (Bantam). b. Bittree Audio TT (Bantam). C. Switchcraft TTP96FA (Bantam). 2. Audio Patching Jack Assemblies; jackfield 48 jacks: Factory pre -wired to insulation displacement connection system, normals brought out to connection system, connection system on backplane of j ackfield chassis or a separate unit on cable harness, 2 row by 24 jack array of 1/4" tip -ring -sleeve Longframe pattern jacks: PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-30 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 a. ADC Pro Patch Mark IV Long Frame. b. Bittree Audio Long Frame'/4". 3. Audio Patching Cords: Manufactured to match mechanically, electrically and materials with audio patching jack assemblies specified herein. Flexible shielded cable, length as required. Provide with non -corroding metal. Provide equivalent to: a. ADC Pro Patch'/4" Long Frame Patch Cords. b. ADC Pro Patch Bantam. C. Bittree'/4" Long Frame Patch Cords. d. Bittree Audio TT (Bantam) Patch Cords. e. Provide Quantity: 1) Two foot: Eight for each 2x24 Audio Jackfield. 2) Two foot: Sixteen for each 2x48 Audio Jackfield. 4. Audio Patching Cords, Adapter: Manufactured to match mechanically, electrically and materials with audio patching jack assemblies specified herein. Flexible shielded cable, length six feet. Provide with non -corroding metal 1/4" tip -ring -sleeve longframe pattern plug one end equivalent to Neutrik. Provide opposite end, Circular Audio Connector, Cord, as specified herein. Provide equivalent to: a. Patch to Male: 1) Audio -Line 310 Series. 2) Pro Co Sound C-PJ/MXB-B-6-P2H. b. Patch to Female: 1) Audio -Line 310 Series. 2) Pro Co Sound C-PJ/FXB-B-6-P2H. C. Provide Quantity: 1) Patch to Male: Provide 12. 2) Patch to Female: Provide 12. Patching Cord Holders: Provide adjacent to each jackfield. Provide quantity as required to store patching cords specified herein: a. Audio Accessories Maxi Holder. b. Trompeter Electronics Model CH-50. C. Pomona Electronics 4408. Y. Video Patching and Related: I. Video Patching Jack Assemblies; jackfield (2x32) isolated jacks: 75 Ohm digital and analog capable, ( (2x32) jack array, 3GHz bandwidth, SMPTE 259M and 292M compliant: a. Canare (MD -Series) b. Bittree (Mini-WECO) C. ADC (PV-Series) 2. Video Patching Cords: Manufactured to match mechanically and electrically with video patching jack assemblies specified herein. Flexible shielded cable, length as required. Provide with non -corroding metal. Provide equivalent to: a. Canare (Mid -size Video Patch Cord) b. Bittree (Mini-WECO Patch Cord) C. ADC (ST series Patch Cord) d. Provide Quantity: 1) Two foot: twelve for each 2x32 Video Jackfield. PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-31 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 Z. Data Patching and Related: 1. Data Patching Jack Assemblies; jackfield two times twenty-four (2x24) jacks. Meet or exceed Category 6 requirements described in TIA/EIA-568-C.2-1 as well as the Class E requirements described in ISO/IEC 11801-B.: a. Leviton eXtreme 6+ Quickport Patch Panel (or equal). 2. Provide patch cords for patch points as required. AA.Fiber Patching and Related: 1. Fiber Patching Jack Assemblies. Meet or exceed all TIA/EIA-568-C requirements: a. Leviton Opt-X Ultra Fiber Rack Mount Enclosure (or equal). 2. LC type adapters. 3. Provide patch cords for patch points as required. 2.02 PRODUCTS A. Major System Components DEVICE ID DESCRIPTION MANUFACTURER MODEL ACCESSORIES ALA ASSISTIVE LISTENING ANTENNA LISTEN TECH LA-123 ALR ASSISTIVE LISTENING RECEIVER LISTEN TECH LR-5200-072 ALT ASSISTIVE LISTENING TRANS. LISTEN TECH LT-800-072-01 ANT ANTENNA SHURE UA8 AS REQUIRED FREQUENCY BAND BC1 BATTERY CHARGE LISTEN TECH LA-380 BC2 BATTERY CHARGE SHURE SBC200 CIM CONTROL INTERFACE MODULE QSC QIO-GP8x8 CT1 CONTROL QSC AXON C1 DSP1 DIGITAL SIGNAL PROCESSOR QSC CORE 11OFv2 AS REQUIRED LICENSES ERK1 I EQUIPMENT RACK MIDDLE ATLANTIC MRK-4431 SEE SECTION BELOW FORACCESSORY REQUIREMENTS HP HEADPHONE LISTEN TECH LA-402 MPY MEDIA PLAYER DENON DN-350Ul NL NECK LOOP LISTEN TECH LA-430 NWS1 NETWORK SWITCH QSC (NETGEAR) NS26-1440++ PROPER FIBER MODULE IF REQUIRED PA1000/8V POWERAMPLIFIER QSC CX-Q4K8 PA200/8V POWERAMPLIFIER QSC MP-A80V PA3000/4V POWERAMPLIFIER QSC CX-Q8K8 PM1 PAGING MICROPHONE TELEX US602FL AS REQUIRED MOUNTING BRACKET PM2 PAGING MICROPHONE SHURE MX412D/C S131 SUBWOOFER JBL ASB6115 MOUNTING BRACKETS, MOUNTSAND HARDWARE AS REQUIRED PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-32 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 AS REQUIRED BACKCAN SC1 CEILINGSPEAKER JBL Control24CT ANDACCESSORIES AS REQUIRED BACKCAN SC2 CEILING SPEAKER JBL Control226C/T ANDACCESSORIES MOUNTING BRACKETS, MOUNTSAND HARDWARE AS SH1 HORN SPEAKER JBL CSS-H15 REQUIRED MOUNTING BRACKETS, MOUNTSAND HARDWARE AS SP1 SPEAKER JBL AM5212/00 REQUIRED MOUNTING BRACKETS, MOUNTSAND HARDWARE AS SP2 SPEAKER JBL AM5212/26 REQUIRED TPC1 TOUCH PANEL CONTROL QSC TSC-101-G3 WLM WIRELESS MICROPHONE SHURE ULXD2/SM58 WMAA WIRELESS MIC ANTENNAAMP SHURE UA834 WMR1 WIRELESS MIC RECEIVER SHURE ULXD4D B. The above list of Major System Components only outlines the major items necessary to allow the system to function as designed. It lists no power supplies, balancing transformers, power splitters, modular cards or other auxiliary components required to achieve a functioning system. Contractor is required to supply all components needed to provide a complete and operable system as outlined in the contract documents. The full set of construction documents are to be used when preparing a bid. This list is not intended to provide a full bill of materials. C. Patch bays shown on plans and elevations are for placeholder information only. Contractor is to determine the exact amount of patch needed as per single line diagrams. 2.03 FINISHES A. Any item or component of the Work of this Section which is visible shall comply with the following. Finishes noted or scheduled on the Contract Drawings shall take precedence. Submit all color samples of all items visible to public for approval. 1. Where finishes are not noted or otherwise defined in the Contract Documents, submit manufacturer's standard finish samples for selection by the Owner. 2. Paint loudspeaker cabinets to match exactly the surrounding and adjacent surfaces. Submit paint sample to Owner's representative for approval. 3. Unless otherwise noted, receptacle or device plates subject to connection or operating force shall be stainless steel or hard anodized aluminum. Provide plates which generally match the appearance of project standard receptacle or device plates in view in the same area. For anodized aluminum, submit samples of standard colors for selection by Owner. 4. Operating panels shall be steel, primed, painted with thermosetting epoxy paint, with legends silk-screened in contrasting color, and coated with clear epoxy thermosetting coating; or aluminum, hard anodized, with legends engraved and filled with contrasting color, all coated with clear epoxy thermosetting coating. PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-33 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 5. All steel surfaces shall be treated with primer equivalent to zinc phosphate and finish painted with baked enamel or painted with a thermo setting epoxy paint. 6. All aluminum surfaces, except those used as operating surfaces, shall be anodized and then painted with a thermo setting epoxy paint. B. Custom Fabricated Plate Screws Match the finish of the screws used to mount the custom fabricated plates with the finish of the custom fabricated plate. C. Ceiling Loudspeaker Grilles Paint loudspeaker grilles to match exactly the surrounding and adjacent surfaces (when speakers are recessed). Apply paint to permit servicing of loudspeakers without damage to finish of adjacent or adjoining surfaces. Provide uniform appearance. Do not obstruct grille openings with paint. Submit paint sample to Owner's representative for approval. D. Equipment or Cover Plates Paint equipment or cover plate to match exactly the surrounding and adjacent surfaces when require by architect. E. Manufacturer's logos Remove all manufacturers' names, logos, or other symbols from speakers or other objects placed in view of the public. 2.04 ALTERNATES AND SUBSTITUTES A. Substitutions of equal equipment beyond the alternatives listed will be permitted only in accordance with Division 1. If a requested substitution requires a change in any of the contract drawings, a revised drawing must be submitted as part of the substitution request. The Owner's Representative shall be the final judge of the acceptability of substitutions. The burden of proof of equivalence is the responsibility of the Contractor. B. Acceptance of a product shall not, in any form or manner, relax the system performance requirements of this Specification and the performance characteristics of the product. C. The Contractor shall submit for review a complete list of proposed substitutions for approved equipment listed in Part 2. D. For all substitutions, the Contractor shall provide the manufacturer's independent test data to demonstrate that the proposed alternatives to the approved equipment comply with the specifications. Specifications shall contain at least all information available for the specified product. E. The Contractor shall submit a description and drawings showing all changes to the Contract Documents that the proposed substitution will require for proper functionality and operation. F. Proposed substitutions shall not affect dimensions shown on the Contract Document except as submitted for review and approved by the Owner. G. Any redesign or construction costs required to integrate the proposed substitution shall be the responsibility of the Contractor. Any costs incurred by the Owner, Owner's representatives, Architect, Engineers or Consultants attributable to the integration of a proposed substitution shall be borne by the Contractor. PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-34 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 H. Any proposed substitution shall have no adverse effect on other trades, the construction schedule or specified warranty requirements. L The functionality, performance, general appearance and quality of the proposed substitution shall be equivalent to or superior to those of the specified item. Any change to the Contract (deductive or additive cost) associated with a proposed substitution shall be submitted to the Owner for review at the time the substitution is proposed and accompanying a substitution request documentation. K. The Contractor shall provide the same warranty for the substitution that the Contractor would for the specified product. L. The Contractor shall coordinate the installation of the accepted substitute, making such changes as may be required for the Work to be complete in all respects equal to the designed system before the substitution was made. In the event that the substituted material or equipment fails to meet performance testing standards after installed, the Contractor shall replace substituted material or equipment with those initially specified. PART 3 - EXECUTION 3.01 GENERAL A. Perform the Work of this Section in accordance with acknowledged industry and professional standards and practices, and the procedures specified herein. B. Furnish and install (herein, "provide") all materials, devices, components, and equipment required for complete, operational systems. C. Contractor is to supervise the installation of back boxes and terminal cabinets installed by the Division 26 Contractor. Contractor is to verify that correct boxes are installed in their proper locations before any drywall has been installed. 3.02 EXAMINATION A. Immediately report to the Consultant any discrepancies between the specifications and drawings. This includes discrepancies between the technical specification documents and actual field dimensions or findings that may hinder installation work, conflict with other trades, or cause delays. B. Carefully examine all details that affect all aspects of the systems described in the specifications and drawings. 1. Examine, coordinate and confirm all drawings and details. 2. Examine, coordinate and confirm all electrical power requirements, conduits, raceways, boxes, and etc. 3. Examine, coordinate and confirm work of other trades that may influence the outcome of the design, specification, and performance of the systems. 3.03 PREPERATION A. This installation section is only meant as a guideline for the Contractor. The Contractor shall be responsible for executing all installation work in a manner that is in accordance to industry - accepted standards or governing codes, whichever is more stringent. Installation activities shall be executed in an organized and orderly manner. These steps include, but are not limited PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-35 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 to, pre -delivery testing, delivery, unloading, installation, equipment / cable labeling, programming, set-up / calibration / alignment / adjustment, testing, commissioning, training, and documentation. B. Protect all existing work surfaces, furniture, equipment, fixtures and etc. before commencing installation work. Any damage to the existing physical and electrical property due to installation work shall be the responsibility of the Contractor. C. Immediately hand over any de -installed equipment to the Owner for safe -keeping if equipment is to be reused. D. Carefully remove any obstructions such as fixed seating, ceiling tiles, furniture, equipment and etc. that would obstruct or hinder the installation work. Damage caused by undue care in moving these items shall be responsibility of the Contractor. E. Examine, coordinate, and confirm the cleanliness of the work site before commencing the portion the installation work that involves dust -sensitive electronic or electrical equipment such as audio mixers, switchers, projectors, control processors, computers, cameras, etc. Dust -sensitive equipment that is installed in a work site with air borne dust and dirt shall be properly protected. For example, a video camera on a wall -mounted bracket is protected by a clean plastic bag to prevent dust from contaminating it. Seal the bag's opening using adhesive tape. F. Prior to commencing installation work, ensure that the surrounding areas are clean and promote ease of installation work. G. Ensure that all equipment rack and equipment locations are clean before commencing installation work. H. Unless specified otherwise, furnished products / equipment shall be tested, delivered and installed. And, all systems shall be tested and commissioned to fully operational and properly configured condition. I. All electrical equipment shall be burned -in or tested at the Contractor's shop before delivery. This pre -installation test shall reveal any equipment that is faulty, malfunctioning or dead out of the box ahead of time. J. All radio frequency (RF) operated devices shall be tested on -site prior to installation to determine blind spots, RF interference, or any other transmission / reception problems. The Contractor shall be responsible for costs associated with providing additional support or accessory equipment (antennas, amplifiers, cables, etc.) and / or services to improve signal transmission / reception. K. Provide all support equipment (ladders, man -lifts, tools, etc.) required to complete the installation work in a safe and expeditious manner. L. Obtain any plan approvals, permits and licenses required by inspection authorities prior to execution of any installation work. The Contractor shall be responsible for all associated fees and costs incurred while fulfilling this requirement. M. Ensure that all equipment is accessible for operation and maintenance work. Under no circumstance shall equipment be inaccessible or inconveniently located. PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-36 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 N. Aside from the systems' operational features, provide equal attention to the overall aesthetics of the installed equipment and cabling. Special attention to aesthetics shall be extended to equipment or cabling in public spaces. O. Firmly secure all fixed equipment and hardware in place and ensure that they are plumb and / or square. An exception to this shall be portable or movable equipment. P. Structurally mounted equipment: All equipment shall be mounted in accordance to all applicable safety codes, standards and practices. The one that provides for the most stringent rule shall prevail. All mounting hardware shall have a load rating by, at least, a factor of 5 (500% or greater) in reference to the weight of the equipment to be mounted or suspended. An exception to the rule shall be existing local safety codes or standards requiring greater load capacities. Q. Seismic restraints: Abide by all the seismic restraint requirements described in all applicable building codes in force at the work site. If no provisions exist for a particular situation, follow these minimal recommendations. 1. Fixed equipment: Mount and brace to the building structure to minimize potential hazards to personnel and damage to property during any kind of seismic event. 2. Floor mounted equipment: Bolt equipment securely to the floor to prevent from toppling during any kind of seismic event 3. Vertical -mounted columns: Apply braces to the vertical column in four opposing directions back to the mounting surface. This will minimize sway in any direction. Provide a separate, flexible restraint (e.g. aluminum braided aircraft cable) with a capacity of 5 times the weight of the total mounting system. The same applies to the anchor to which the flexible restraint is attached and the method of attachment to the structure. 4. No equipment, equipment supports, or mounts must fail before the structure fails. 5. Seismic restraint measure must not interfere with fire stopping. 6. Notwithstanding compliance with these minimum recommendations, it is the Contractor's responsibility to ensure that the seismic restraint measures taken are adequate for the circumstances, including, if required, verification by an independent structural engineer. The cost of all such engineering shall be the responsibility of the Contractor. 7. Penetration of the Slab: Verify that any mounting or restraint work that requires deep or thorough penetration of the slab shall not damage embedded materials including, but not limited to, slab tensioning devices or conduit. Verify the slab by X-ray or other method before proceeding. The Contractor shall be responsible for all costs associated with this investigation. 3.04 INSTALLATION A. Follow manufacturer's instructions for installing, operating, configuring, and programming their equipment. Do not perform modifications to equipment that would void its warranty. B. Pull and terminate all cables, and interconnect all equipment and components in accordance with approved drawings. Install audio-visual cover plates and faceplates onto all boxes. C. Loudspeaker Assembly Installation 1. Loudspeakers: PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-37 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 a. Verify proper installation of loudspeaker enclosures and related support. b. Verify that no loudspeaker assembly is subjected to stresses or loading effects in any way contributing to possible extraordinary failure. C. Connect loudspeaker assemblies to the appropriate 70 volt -line transformer tap as applies. Verify specified polarity. Use insulated crimp connectors or insulated "bobtail" splices applied with manufacturer's recommended ratchet tooling. Wago Wall -Nuts 773 Series or equal are acceptable. Wire nuts or "Scotchlock" connectors shall not be acceptable. d. Verify that loudspeaker grille openings and loudspeaker components are clear of paint after finishing. e. Perform preliminary loudspeaker tests specified herein. Correct non- conforming conditions. f. Adjust 70 volt -line transformer taps as required to realize uniform sound pressure level as specified herein. Document final 70 volt -line transformer taps on the Record Drawings. g. Correct all conditions giving rise to noise, rattle or other extraneous sounds owing to operation of a loudspeaker assembly under any specified operating condition. 2. Packaged Loudspeakers: a. Design, engineer and provide complete, all means of support, suspension, attachment, fastening, bracing, and restraint (hereinafter "support") of packaged loudspeakers. Provide engineering of such support by parties licensed to perform work of this type in the Project jurisdiction. Submit in timely manner. 1) Comply with applicable Code and the requirements of the Authorities having jurisdiction. 2) Provide safety factor greater than six or as required by Code, whichever is greater. b. Mounting shall: 1) Permit each packaged loudspeaker to be re -oriented at least plus or minus 5o from angles shown on the Contract Drawings for optimum coverage. 2) Maintain precise location and orientation of each packaged loudspeaker component after such adjustment when subject to vibration of loudspeaker components due to operation at full specified system output level, and when subject to normal building motion and Code defined seismic induced building motion. 3) Use rigid metal support members, such as threaded rod with locking nuts. C. Test each packaged loudspeaker prior to installation at design locations. Test at least polarity and freedom from buzzes, rattles and objectionable distortion, using procedures specified herein. Correct non -conforming conditions. d. Do not apply any load to building structure without first obtaining written approval of the Owner. Obtain per Project procedures. PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-38 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 During Acceptance Testing, adjust orientation of packaged loudspeakers as directed to achieve optimum coverage. Provide workers and ladders as required. Perform such adjustment with no claim for additional cost or time. Do not suspend or orient the loudspeaker cluster prior to verification by the Owner or Owner's representative, that the intended location is correct with respect to as -built conditions such as the final dimensions of the space. 3.05 LABELING AND IDENTIFICATION A. All cables and connecting blocks shall be clearly, logically and permanently marked and identified by the following means: 1. Use cable labels similar to the Panduit Polyolefin Self -laminating Labels for inkjet or LaserJet printers or any other means acceptable to the Consultant. Cable labels should be machine printed and not handwritten. 2. Cable labels should be placed approximately 12 cm. from each end of the cable. 3. Labeling conventions shall be clear, logical, and must be acceptable to the Consultant. 4. Include all cable identification numbers on all wiring diagrams and cable schedules. 5. For fiber optic cables, use cable identification products such as the Panduit Label Core series or any other means acceptable to the Consultant. 6. For connector and terminal blocks, label using Wago, Phoenix or any means acceptable to the Consultant. B. All cover plate, switches, panels, outlets, etc. labeling shall be engraved and filled, or silk- screened or by any other means acceptable to the Consultant. Do not use Dymo, Brother Ptouch, or other similar labeling products. C. Protective Devices Identification of fuses and circuit breakers shall indicate protected circuitry, rating of protective device and voltage across open circuited protected device. D. Panels and Receptacles Panel surfaces shall be engraved and filled or silk screened with identification, or shall be provided with 1/16 inch (minimum) thick laminated plastic labels with engraved block characters at least 1/8 inch high fastened to the equipment by stainless steel screws or rivets. Provide white characters on black background unless otherwise noted. Do not use Dymo, Brother Ptouch, or other similar labeling products. E. All equipment shall be labeled in a clear, logical manner or by any other means acceptable to the Consultant. For equipment identification, use `badges' made of aluminum or plastic or any other acceptable material with engraved and filled, or silk-screened labeling. Stick these badges using industrial -strength doubled -sided 3M adhesive tape. Label schemes should be clear, logical, and simple or by any other means acceptable to the Consultant. Indicate equipment labeling schemes on all elevation and plan drawings showing the front and / or rear of the equipment racks. The reader should be able to easily reference the label description to specific equipment in the Operation and / or Maintenance Manuals. Do not use Dymo, Brother Ptouch, or other similar labeling products. PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-39 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 3.06 WIRING A. General 1. This section does not apply if the drawings incorporate a wire schedule. B. Audio Signal Wiring Classification: 1. Type A-l: Microphone level wiring less than -30 dBu, 20 Hz to 20 kHz. 2. Type A-2: Line level wiring -30 dBu to +24 dBu, 20 Hz to 20 kHz. 3. Type A-3: Loudspeaker level or circuit wiring greater than +24 dBu, from 20 Hz to 20 kHz. C. Video/Graphics and Related Signal Wiring Classification: 1. Type V-1: Baseband and composite video wiring 1 volt peak -to -peak into 75 ohms, 0 to 100.0 MHz. 2. Type V-2: Synchronization and switching pulse wiring 4 volts peak -to -peak into 75 ohms, 15.62 to 15.75 kHz. 3. Type V-3: Color subcarrier wiring 0 to 4 volts peak -to -peak into 75 ohms, 3.57 to 4.43 MHz. D. Control Signal Wiring Classifications: 1. Type C-1: DC control wiring 0 to 50 volts. 2. Type C-2: Synchronous control or data wiring 0 to 40 volts, peak -to -peak. 3. Type C-3: AC control wiring 0 to 48 volts, 60 Hz. E. Additional Wiring Classifications: 1. Type M-1: DC power wiring 0 to 48 volts. 2. Type M-2: AC power wiring greater than 50 volts, 60 Hz. F. Wiring Combinations: Except as indicated herein, conduit, wire ways and cable bundles shall contain only wiring of a single classification. The following combinations are acceptable in conduit, or cable harnesses. Additional acceptable combinations may be indicated on the Contract Drawings. 1. Types A-1, C-1, and M-1. 2. Types A-2, C-1, C-2, and M-1, runs less than 20 feet. 3. Types A-2, C-1, and M-1. 4. Types A-3, C-1, C-2, and M-1. 5. Types A-2, V-1, and V-3. 6. Types V-1, V-2, V-3, and C-1. 7. Types M-2 and C-3. 3.07 WIRE AND CABLE INSTALLATION A. Provide permanent identification of run destination at all raceway terminations. B. All wire and cable shall be continuous and splice -free for the entire length of run between designated connections or terminations. C. All shielded cables shall be insulated. Do not permit shields to contact conduit, raceway, boxes, panels, connector shell or equipment enclosures. PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-40 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 D. Within buildings, make splices only in designated terminal cabinets and/or on designated equipment backboards. Outside buildings, make splices only in designated manholes and/or hand holes. Protect splices outside of buildings with splicing kits equivalent to Scotch -cast Re -enterable. Make splices only with connectors or terminal devices specified herein. Document all splices on Record Drawings. E. Verify that all raceway has been de -burred and properly joined, coupled, and terminated prior to installation of cables. Verify that all raceway is clear of foreign matter and substances prior to installation of wire or cable. F. Inspect all conduit bends to verify proper radius. Comply with Code for minimum permissible radius and maximum permissible deformation. G. Apply a chemically inert lubricant to all wire and cable prior to pulling in conduit. Do not subject wire and cable to tension greater than that recommended by the manufacturer. Use multi -spool rollers where cable is pulled in place around bends. Do not pull reverse bends. H. Provide a box loop for all wire and cable routed through junction boxes or distribution panels. Provide tool formed thermal expansion loops at cable at manholes, handholes and at both sides of all fixed mounted equipment. Cable loops and bends shall not be bent at a radius greater than that recommended by the manufacturer. I. Secure all wire and cable run vertically for continuous distances greater than 30 feet. Secure robust non -coaxial cables with screw -flange nylon cable ties or similar approved devices appropriate to weight of cable. For all other cables, provide symmetrical conforming nonmetallic bushings or woven cable grips appropriate to weight of cable. J. All Category type cable, connectors and plugs shall be color coded for easy visual distinction. Color coded insert type boots shall be installed on all Category type plugs. A colored coded ring will be provided on all chassis connectors (i.e. Neutrik ACRF-9). Cable connecters shall be equipped with Neutrik BSE-9 color coded bushings. The Color code shall be as follows if there is no client standard: 1. Data LAN =Yellow 2. HDBaseT =Green 3. Audio Network =Red 4. AV LAN =Orange 5. KVM-USB Extenders =Grey 6. AV UTP =White 7. AV STP =Blue 3.08 CONNECTOR AND SIGNAL POLARITY CONVENTION A. Maintain consistent absolute signal polarity at all connectors, patch points and connection points accessible in the system. Where applicable, a positive polarity electrical signal shall yield positive acoustic pressure from the loudspeakers. B. Audio signal connector convention: AES14-1992 (ANSI S4.48-1992) AES standard for professional audio equipment - Application of connectors, Part 1, XLR-type polarity and gender. Sis?nal Connector Wire Signal Phase Pin 2 Red or White PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-41 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 Signal Anti -Phase Pin 3 Black Signal Ground Pin 1 Drain Wire C. Voice/Data Connector Convention: Comply with EIA/TIA-568C. 3.09 WIRING PRATICE A. Land all non -coaxial field wiring entering each equipment rack at specified terminal devices prior to connection to any equipment or devices within racks. At Contractor's option, such terminals may be located in the equipment racks or at backboards provided. Coordinate such selection with Project construction sequence and test procedures specified herein. B. Identify all wire and cable clearly with permanent labels wrapped about the full circumference within one inch of each connection. Indicate the number designated on the associated field or shop drawing or run sheet, as applies. Assign wire or cable designations consistently throughout a given system. Each wire or cable shall carry the same labeled designation over its entire run, regardless of intermediate terminations. Provide any of the following: 1. Continuous permanent imprint; equivalent to Clifford of Vermont, Inc. "Quik-Pull". 2. Direct hot stamp. 3. Heat shrinkable factory hot stamped; equivalent to Brady sleeve Heat shrink. 4. Adhesive strip printed labels wrapped the full circumference of the wire and sealed with clear heat shrink tubing; equivalent to Thomas and Betts or Panduit Insta-code with clear heat -shrunk tubing equivalent to Alpha. C. Apply all crimp connectors only with manufacturer's recommended ratchet type tooling and correct crimp dies for connector and wire size. Plier type crimp tooling shall not be acceptable. D. Coordinate insulation displacement (quick connect) terminal devices with wire size and type. Comply with manufacturer's recommendations. Make connections with automatic impact type tooling set to recommended force. E. Make all connections to screw -type barrier blocks with insulated crimp -type spade lugs. Lugs are not required at captive compression terminal type blocks. Provide permanent designation strips designed for use with the terminal blocks provided. Make neat, intelligible markings with indelible markers equivalent to "Sharpie". F. Tin terminated shield drain wires and insulate with heat shrinkable tubing. G. Use only rosin core 60/40 tin/lead solder for all solder connections. H. Dress, lace or harness all wire and cable to prevent mechanical stress on electrical connections. No wire or cable shall be supported by a connection point. Provide service loops where harnesses of different classes cross, or where hinged panels are to be interconnected. L Termination and build out resistors and related circuit correction components shall be visible. Do not install in connector shells or internally modify equipment. Show locations on Record Drawings. Correct any and all of the following unacceptable wiring conditions: Deformed, brittle or cracked insulation. PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-42 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 2. Insulation shrunken or stripped further than 1/8-inch away from the actual point of connection within a connector, or on a punch block. 3. Cold solder joints. 4. Flux joints. 5. Solder splatter. 6. Non -grommet, non -bushed, or non -insulated wire or cable entries. 7. Deformation or improper radius of wire or cable 3.10 SIGNAL GROUNDING PROCEDURES A. Comply with National Electrical Code. B. Unless otherwise noted maintain a unipoint ground scheme. C. Signal and electrical system grounds shall be isolated except at the Project ground field connection. D. Equipment enclosures shall not be permitted to touch each other unless bolted together and electrically bonded. E. Ground and bond equipment racks and similar equipment enclosures containing powered equipment exclusively via the Isolated Ground conductors provided under Division 26. INSULATE RACK MOUNTING, ANCHORAGE, AND RACEWAY CONNECTIONS. F. At each rack, provide an Isolated Ground bus within the rack. At each rack, provide a lug bonded to the rack frame with a 98 TW stranded wire to the rack Isolated Ground bus. G. At each ensemble of racks, provide a single labeled Isolated Ground tubular -clamp bus bar terminal strip to land the individual rack Isolated Ground bus ground conductors. Connect the main Isolated Ground conductor from the Technical Power panel board at this point. H. Equipment signal ground shall be to the Isolated Ground System via the green wire of the equipment power cord. Where equipment uses two wire power cord, provide 912 green bond wire to rack IG bus bar. At equipment, provide crimp lug and suitable hardware for bonding. I. Shielded cables of this section shall be grounded exclusively to Isolated Ground by a single path. Shield shall be tied to Isolated Ground at one end only, i.e., at the low potential (receiving) end of run, unless otherwise noted. J. Unless otherwise noted, at audio jackfields, tie source shield at jackbay frame. Float shields at connections to output jacks. Bus each row of jack frames and run individual 912 green ground wire for each row to rack IG bus bar. K. Signal Ground provisions shall realize less than 0.15 ohms to the primary ground connection. 3.11 EQUIPMENT ENCLOSURE (RACK) AND EQUIPMENT BACKBOARD FABRICATION A. Combustible material, other than incidental trim of indicated equipment, is prohibited within equipment racks. B. Within each equipment enclosure, provide a full -height multi -circuit ISOLATED GROUND outlet strip with branch circuit count as shown on drawings; locate on the left side of the equipment enclosure, as viewed from the rear. In each enclosure provide number of receptacles required by present and future equipment indicated on drawings, plus at least two PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-43 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 spare receptacles. Provide flexible steel raceway and junction box for connection of power service. Bond internal raceway to rack frame. C. Provide a permanent label on the front of each equipment rack including the rack designation, and the circuit breaker number and associated electrical distribution panel designation servicing same. D. Maintain separation of wiring classifications as specified herein. Separately dress, route and land microphone and line level cables and related on the right side of the equipment enclosure, as viewed from the rear; dress, route, and land loudspeaker level and control cables on the left side of the equipment enclosure, as viewed from the rear. E. Access shall not require demounting or de -energizing of equipment. Install access covers, hinged panels, or pull-out drawers to insure complete access to terminals and interior components. F. Fasten removable covers containing any wired component with a continuous hinge along one side, with associated wiring secured and dressed to provide an adequate service loop. Provide an appropriate stop locks to hold all hinged panels and drawers in a serviceable position. G. Provide permanent labels for all equipment and devices. Where possible, fasten such labels to the rack frame or to blank or vent panels which will remain in place when active equipment is removed for possible service. H. At jackfields, provide service loop to permit removal of jackfields from rack sufficient to conveniently access all jack contacts for routine cleaning and maintenance. Organize the service loop and harness such that reasonable reconnection of jacks and jack normals is possible without cutting apart the harness. I. Coordinate the design and execution of wire harnessing of multi -bay rack ensembles with conditions of delivery to installation locations at Project Site, and with the requirement herein for test of the completely wired system in the shop prior to delivery to the Project Site. Organize the wiring harnesses such that they will fold within one shippable unit without risk of damage, or provide polarized multipin connectors and related interconnect systems as specified elsewhere herein. J. At each equipment backboard, provide UL Listed surge suppressing multi -outlet assembly with at least six receptacles. 3.12 ADJUSTING AND TESTING A. Test Equipment 1. Furnish, store and maintain test equipment at the fabrication shop and the job site for both routine and Acceptance Testing of the Work of this Section. Maintain all test equipment at the job site while work is in progress from installation of equipment racks until Owner Acceptance of this Work; thereafter remove all of this test equipment from the job site. Provide all required test cables, jigs and adapters. Provide at least one of the following items or approved functional equivalents: 2. Audio Systems: a. Wide Band Oscilloscope (Tektronix THS700 Series). b. True RMS Analog / Digital Volt -Ohm Multimeter (Fluke 187 Series or equal). PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 27411644 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 C. Low Distortion Audio Frequency Sine Wave Oscillator (Gold Line TS 1). d. Measurement Microphones (Earthworks M30, Bruel & Kjaer 4007, Josephson 550). e. Sound System Optim5ization and Acoustic Measurement Analyzer (Goldline TEF, Meyers SIM, SIA Smaart, WinMLS, EASERA). f. Harmonic Distortion Analyzer (Sound Technology or Tektronix AA 501A) or Swept Spectrum Analyzer, HP 3580A, or Swept Test System, Audio Precision or Neutrik). 3. Communications and Related: a. Level II, Cat5e Cable Pair Tester (Microtest, HP, Scope, Fluke or Siemons set up to meet Category 5e parameters). b. Outside Plant Voice Cabling Plant Tester — capable of detecting shorts, opens, reversals, mis-wiring and crosstwists (Siemon STM-8 or equal by Mod -Tap). C. Metallic cable pair tester (Wavetek Corporation, Instruments Division, model LANTech 100). d. Tone Test Set. e. Optical Time Domain Reflectometer (OTDR) for fiber optics. f. Any other items of equipment or materials required to demonstrate conformance with the Contract Documents. B. System Performance Testing and Adjusting Procedures 1. Upon completion of the installation of all equipment in an area, perform the following tests and record results. Verify safe and proper operation of all components, devices, or equipment, establish nominal signal levels within the systems and verify the absence of extraneous or degrading signals. Make all preliminary adjustments and document the setting of all controls, parameters of all corrective networks, voltages at key system interconnection points, gains and losses, as applicable. Submit test report. Correct all non -conforming conditions prior to requesting Acceptance Review and Testing. Perform at least the following procedures: 2. Mechanical: Verify: a. Integrity of all support provisions. b. Absence of debris of any kind, tools, etc. 3. Power and Isolated Ground: Verify: a. Isolation of Isolated Ground system from raceway and related ground. b. Grounding of devices and equipment. Integrity of signal and technical power system ground connections. C. Proper provision of power to devices and equipment. 4. Signal Wiring: Verify: a. Integrity of all insulation, shield terminations and connections. b. Integrity of soldered connections. Absence of solder splatter, solder bridges. C. Routing and dressing of wire and cable. d. Continuity, including conformance with wire designations on running sheets, field and shop drawings. e. Absence of ground faults. f. Polarity. PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-45 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 5. Use the proper sequence of energizing systems to minimize the risk of damage. 6. Audio Systems: a. Electronic Tests; confirm: 1) Gain at 1 kHz. 2) Maximum output. 3) Input clipping level. 4) Frequency response. 5) Total harmonic distortion. 6) Signal -to -Noise ratio. 7) Signal -to -Crosstalk ratio. b. Electro/Acoustic Tests: 1) Uniformity of coverage. 2) Electronic and acoustic frequency response/one-third octave equalization. Transfer function measurement shall be as close to flat as possible. Measure at ear level. Representative of the Owner will direct final adjustment. 3) Maximum continuous sound pressure level (in the reverberant field). Drive systems with broadband pink noise. Sustain for at least five minutes with no system damage. Measure for "A" and "C" weightings at ear level on loudspeaker axis. Turn off noise. 4) Acoustic signal-to-noise ratio referenced to the specified maximum continuous sound pressure level in the reverberant field. Measure for "A" and "C" weightings at ear level on loudspeaker axis with mechanical systems operating. Present comparison with previous measurement. 5) Acoustic gain before feedback. Locate acoustic source (4-inch loudspeaker/pink noise generator) two feet from system microphone. Measure at system microphone position and at most distant listener position at ear level. Present comparison. 7. Fiber System: a. Fiber: 1) Conduct optical loss test. 2) Conduct optical time domain reflectometer test. 8. Diagnostic Monitoring System: a. Demonstrate complete operation. 9. System Overall: a. Verify levels. b. Provide permanent "wedge" type labels on all controls, as applies, to indicate correct settings after systems performance testing and adjustment procedures have been successfully completed. C. Loudspeaker Assembly Testing and Adjusting Procedures 1. Upon completion of the installation of all loudspeakers in an area, perform the following tests and record results. Correct non -conforming conditions, unless the cause is clearly outside the Work of this Section, in which case submit the apparent cause to the Owner. 2. Loudspeaker Line Impedance: At terminal cabinets at equipment rooms, measure the impedance of each loudspeaker line. Sweep from at least 20 Hz to at least 16 kHz. PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-46 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 3. Loudspeaker Polarity: Test the acoustic polarity of all loudspeakers using an Acoustic Polarity Tester. 4. Freedom From Buzzes, Rattles and Objectionable Distortion: Individually apply to each loudspeaker line a slow sine wave sweep from 50 Hz to 5 kHz at a level of 6 dB below rated power amplifier output voltage. Listen carefully for buzzes, rattles and objectionable distortion. 5. Uniformity of Coverage: Apply broadband Pink Noise. Adjust level to approximately 70-80 dBA at measurement locations. Measure in 4 kHz octave band at ear level. Adjust loudspeaker aiming and 70 Volt loudspeaker taps for uniformity of coverage. D. Equipment Rack and Equipment Testing and Adjusting Procedures 1. Conduct procedures in fabrication shop. Verify safe and proper operation of all components, devices, or equipment, establish nominal signal levels within the systems and verify the absence of extraneous or degrading signals. Make all preliminary adjustments and document the setting of all controls, parameters of all corrective networks, voltages at key system interconnection points, gains and losses, as applicable. Submit test report with color photographs of each equipment rack, front and back. Request and coordinate verification of submitted test data by the representative of the Owner. Correct all non -conforming conditions prior to shipment to Project Site. Perform at least the following procedures: 2. Preliminary: Verify: a. Grounding of devices and equipment. Integrity of signal and electrical system ground connections. b. Proper provision of power to devices and equipment. C. Integrity of all insulation, shield terminations and connections. d. Integrity of soldered connections. Absence of solder splatter, solder bridges. e. Absence of debris of any kind, tools, etc. f. Routing and dressing of wire and cable. g. All wiring, including polarity and continuity, including conformance with wire designations on running sheets, field and shop drawings. h. Mechanical integrity of all support provisions. 3. Rig temporary power and grounding: Comply with all applicable Codes, regulations and ordinances. 4. Determine the proper sequence of energizing systems to minimize the risk of damage. Energize. Burn in for at least 120 hours. E. Telecommunications Cabling Testing 1. Perform telecommunications cabling inspection, verification, and performance tests in accordance with TIA-568-C.1, TIA-568-C.2 and TIA-568-C.3. Perform optical fiber field inspection tests via attenuation measurements on factory reels and provide results along with manufacturer certification for factory reel tests. Remove failed cable reels from project site upon attenuation test failure. 2. Visually inspect UTP and optical fiber jacket materials for UL or third party certification markings. Inspect cabling terminations in telecommunications rooms and at workstations to confirm color code for T568A or T568B pin assignments, and inspect cabling connections to confirm compliance with TIA-568-C.1, TIA-568-C.2 and TIA- PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 27411647 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 568-C.3. Visually confirm Category 6 marking of outlets, cover plates, outlet/connectors, and patch panels. 3. UTP backbone copper cabling shall be tested for DC loop resistance, shorts, opens, intermittent faults, and polarity between conductors, and between conductors and shield, if cable has overall shield. Test operation of shorting bars in connection blocks. Test cables after termination but not cross -connected. 4. For multimode optical fiber, perform optical fiber end -to -end attenuation tests in accordance with TIA-568- C.3 and TIA-526-14-A using Method A, Optical Power Meter and Light Source for multimode optical fiber. For single -mode optical fiber, perform optical fiber end -to -end attenuation tests in accordance with TIA-568- C.3 and TIA-526- 7 using Method A, Optical Power Meter and Light Source]. Perform verification acceptance tests. 5. Perform testing for each outlet as follows: a. Perform Category 6 link tests in accordance with TIA-568-C.1 and TIA/EIA-568-B.2. Tests shall include wire map, length, insertion loss, NEXT, PSNEXT, ELFEXT, PSELFEXT, return loss, propagation delay, and delay skew. b. Optical fiber Links. Perform optical fiber end -to -end link tests in accordance with TIA-568-C.3. E. Final Verification Tests C. Perform verification tests for UTP and optical fiber systems after the complete telecommunications cabling and workstation outlet/connectors are installed. 3.13 CLEANING A. Clean each section or area of where the work was conducted after completion to permit immediate use of the area. Remove and discard all refuse, rubbish, and debris. B. The Contractor shall ensure that all recyclable and environmentally -hazardous waste materials are disposed properly. C. Make good all existing structures, surfaces, and utilities affected by cutting, coring, mounting, drilling, or other new work. D. Clean all furnished equipment of dust, dirt, finger prints, smudge, and other material prior to calling for a Substantial Performance of Work Review or Completion of Work Review. 3.14 PROTECTION A. During the installation phase and up to the date of achieving Substantial Performance of Work, protect finished or unfinished work against damage or loss. In the event of such damage or loss, immediately replace or repair such work or equipment at no cost to the Owner. 3.15 ACCEPTANCE REVIEW, TESTING PROCEDURES AND COMMISIONING A. Complete all Work of this Section. Submit Test Report. Submit review copies of Operating and Maintenance Manuals, less reduced set of Record Drawings. Notify the Owner in writing that the Work of this Section is complete and fully complies with the Contract Documents. Request Acceptance Review and Testing by returning Attachment "A" to the Design Consultant. The representative of the Owner will conduct Verification of Submitted Test Data, and otherwise direct testing and adjustment of this Work. These Procedures may be performed at any hour of the day or night as required by the representative of the Owner to PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 27411648 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 comply with the Project Schedule and avoid conflict with these procedures from possible ongoing work of other Separate Contracts and/or the Owner's operations. Provide all specified personnel and equipment at any time without claim for additional cost or time. B. Personnel: Provide services of the designated supervisor and additional technicians familiar with work of this Section. Provide quantity of technicians as required to comply with Project Schedule. C. In Addition, Provide: 1. Set of hand and power tools appropriate for performance of adjustment of and corrections to this Work. 2. Include spare wire and connectors and specified tooling for application. 3. Ladders, scaffolding and/or lifts as required to access loudspeakers and other high devices. 4. Test equipment to include but not limited to: a. Dual channel FFT-based audio analyzer b. Video test generator with color bars, grayscale, alternating pixel, multi - burst, crosshatch and % windows. C. InfoComm Projection Shoot -Out DVD d. Digital Video Essential Professional DVD e. Category cable tester, cable length, short, open and miswire test. 5. Complete set of latest stamped, actioned submittals of record for reference. 6. Complete set of Shop and Project Site Test Reports. 7. Complete set of manufacturer's original operation, instruction and service manuals for each equipment item for reference. D. Demonstrate: Complete operation of all systems and equipment, including Portable Equipment. 1. General 2. Audio a. Configure room for each type of event and demonstrate audio-visual system. b. Connection of portable equipment. (Laptop, document camera, etc.) C. Demonstrate to the Consultant that all functions and equipment for the system work properly when installed as a complete system. d. The Contractor shall demonstrate the satisfactory operation of all controls and adjustment circuits of the system. e. Demo room scheduling software where applicable. f. Room combining and dividing presets. g. Demonstrate system startup and shut down procedures. a. Route audio to program speakers. b. Route audio to monitor speakers. C. Patch each audio tie line into system. d. Route audio signal to auxiliary speakers. e. Connect microphone to each panel input and route through system. f. Demonstrate and document gain structure through the system. g. Demonstrate and document with a dual channel FFT-based audio meter the following: PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 27411649 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 1) Polarity of each driver in each cabinet. 2) Crossover point of high, mid and low section of each loudspeaker. 3) dB SPL levels from 1-4 kHz at various position in the audience area. 4) dB SPL level of high, mid, low and sub frequency bandwidth at crossover. (a) (b) (c) (d) (e) (f) Audio routed to ceiling speakers. Audio Conferencing. Wireless microphones. Demonstrate that the audio aligned and equalized. Assistive listening system. Production intercom system. system is properly time 3. Control a. Communication between control system and AV equipment, including feedback if device supports 2-way communication b. User interface operation. C. Password protection of user interface. d. Touch panel features and each page of control. e. Touch panel help file. f. Help desk features. g. All programmed presets. 4. The Contractor's personnel and test equipment shall be made available to the Consultant in order that: a. Selected tests and measurements previously made by the Contractor can re -run. b. Other tests may be made at Consultant's discretion. C. Additional tests or measurements may be made due to changes in field conditions. 5. It is estimated that the acceptance tests and demonstrations will require approximately two hours, unless construction or installation problems or deviations from the specifications are discovered. E. Adjust: As directed by the representative of the Owner. F. Correct: In timely manner, failure to comply with the Contract Documents, as reasonably determined by the representative of the Owner. G. Acceptance Documentation 1. Official acceptance of the system covered by this specification will occur when the Design -Builder receives the following written documents: a. A letter from the Consultant to the Architect acknowledging Final Acceptance of the system stating compliance with all articles of the specifications. b. A letter from the Architect to the Contractor stating that all related work has been completed to his satisfaction. Until these documents are PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-50 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 received, the installation is not formally complete. The official date of acceptance shall be the date of the letter from the Architect to the Contractor described above. 3.16 CLOSEOUT A. Punch List: Perform any and all remedial work, at no claim for additional cost or time. Where required, retest and submit Test Report. Notify Owner of completion of Punch List. B. Portable Equipment: Furnish all portable equipment and spares to the designated representative of the Owner, along with complete documentation of the materials presented. Where applicable, furnish portable equipment in the original manufacturer's packing. C. Operating and Maintenance Data: Install framed operating and maintenance instructions. Submit Manuals. D. Project Record Documents: Submit. E. Keys: If applicable, replace construction locks with permanent locks. Transmit keys to Owner. F. Training: Conduct specified training and submit training manuals. G. Warranty: Submit Warranty dated to run from date of Acceptance of the Work of this Section. 3.17 OWNER'S RIGHT TO USE EQUIPMENT A. Acceptance of the Work of this Section will be after completion of corrections and adjustments required by the "Punch List" which results from Acceptance Review and Testing of the completed installation. The Owner reserves the right to use equipment, material and services provided as part of the Work of this Section prior to Acceptance without incurring any obligation to Accept any equipment or completed systems until all Punch List work is complete and all systems comply with the Contract Documents; or accept any claim for additional cost or time. PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-51 Docusign Envelope ID: OFD81ACO-3C77-44B3-937B-28D77B555318 Attachment "A" NOTICE OF COMPLETION REQUEST FOR FINAL INSPECTION We hereby give notice that the work associated with the Audio -Visual system, at the project named below, is completed and fully complies with the contract documents issued to the Contractor. The required submittals below have been marked as completed. IJ Programming IJ Test Reports IJ Operation Manual IJ Maintenance Manual IJ Training Manual IJ Training IJ Warranty Certificates IJ Record Drawings We request commissioning and verification testing be scheduled with the Owner's Representative for final system sign off. Attached is a list of test equipment for review and acceptance. PROJECT INFORMATION Project Name: Project Phase: Project Address: CONTRACTOR INFORMATION Name: Company: Address: Signature: Date: Note to Contractor: Provide all test equipment for final inspection as described in the specification. Please complete and fax or email this form to Veneklasen Associates attention AV Department Fax (310) 396-3424 Email dyoung@veneklasen.com END OF SECTION PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 2741 16-52 Docusign Envelope ID: 1AB85B74-93EB43CE-A870-5FCD00943784 Addendum No. 3 October 31, 2024 Addendum No. 3 BID # CIP-24-25-P3034A The Rink Sports Pavilion, Phase II - Construction City of Santa Clarita, California This addendum must be acknowledged via BidNet and should be included with the bid response. The purpose of this addendum is to address the following for this bid: I. UPDATE TO BID CLOSING DATE The bid closing date has been extended from November 7, 2024, before 11:00 AM PT to November 14, 2024, before 11:00 AM PT. II. REVISIONS AND CLARIFICATIONS REGARDING BID INFORMATION Please see Exhibit A outlining revisions and clarifications to bid information. Updated documentation follows. Approved: Damon Letz City Engineer Lav ft I'Ll l11 i s END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. Con tr tor's Rep se v Albert M. Giacomaz - President AMG & Associates, Inc. Company Name BID # P3034A 11/8124 Date Anthony R. Traverso - Vice President/ Secretary/ Treasurer Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 � z �w EXHIBIT A ANIL VERMA ASSOCIATES, INC. ADDENDUM 3 (Delta A) PROJECT NAME: THE RINK SPORTS DATE: 10/25/2024 PAVILION PROJECT #: P3034 TO: Araz Valijan, Ross Pistone, Jackie Lillio, Project Design Team PROJECT MANAGER: Jim Keenan, AVA Description: The following revisions and clarifications to the Contract Documents (plans and specifications) shall become a part of the Contract Documents. All bidders/contractors are required to incorporate all necessary changes, additions, or deductions into their proposals. The plan revisions are clouded with Delta A. Specification revisions are shown with track changes and updated footer and header. GENERAL 1. SHEET G101 Index Sheet: Clouded Addendum sheets. Added addition reference sheets. 2. SHEET AG-101 Site Plan: Revised fire lane paving to preserve existing concrete paving and reduce paver disturbance. 3. SHEET AG-202 Ground Level Exiting Plan: Clarified fire rated walls for Fire Department. 4. SHEET AG-203 Occupancy Table: Updated per Fire Department comments. 5. SHEET AG-602 Interior Material Finishes: Clarified finish #2 for Faux Wood Beam. ARCHITECTURAL 6. SHEET A-110 GL Floor Plan: Added dimensions. Added Metal Stud legend. Added notes. 7. SHEET A-120 ML Floor Plan: Added dimensions, callouts, and descriptions. Added Metal Stud legend. Clarified curved walls. 8. SHEET A-140 Roof Plan: Added walking pads on roof and called out plumbing penetrations. 9. SHEET A-150 GFL RC Plan: Added dimensions, callouts, and descriptions. Adjusted Light locations. Show emergency lights to match electrical dwgs. Clarified ceiling type. 10. SHEET A-160 ML RC Plan: Added dimensions. Adjusted Light locations. Show emergency lights. 11. SHEET A-201 Building Elevations: Added dimensions, callouts, and descriptions. 12. SHEET A-202 Building Elevations: Added dimensions, callouts, and descriptions. 13. SHEET A-401 Wall Sections: Updated details and Notes 14. SHEET A-402 Wall Sections: Updated details and Notes 15. SHEET A-403 Wall Sections: Updated Notes 16. SHEET A-404 Wall Sections: Updated details and Notes 17. SHEET A-411 Plan, RCP, Elev., Women's Restroom: Updated details and Notes 18. SHEET A-412 Plan, RCP, Elev., Men's Restroom: Updated Notes 19. SHEET A-421 Plan, RCP, Concessions: Updated callout descriptions. Adjust light locations. 20. SHEET A-422 Elevations, Concessions: Updated callout descriptions. 21. SHEET A-431 Stairs Enlarged Plans and Sections: Updated callouts and dimensions. 22. SHEET A-504 Partial Ceiling Plan and Sections: Updated details and Notes 23. SHEET A-505A Misc Ceiling Details: Updated details and Notes. Clarified speaker attachments. 24. SHEET A-505B Ceiling Details: Updated details and Notes. 25. SHEET A-431 Stairs Enlarged Plans and Sections: Updated callouts and dimensions. 26. SHEET A-506 Door Details: Updated fire rating callouts. 27. SHEET A-508 Window Type and Frame Details: Updated details and Notes. 28. SHEET A-510 Exterior Wall Details: Updated details and Notes. 29. SHEET A-511 Exterior and Interior Wall Details: Updated details dimensions. 30. SHEET A-512 Exterior and Interior Wall Details: Updated details and Notes. 31. SHEET A-516 Stair and Ladder Details: Updated details and Notes. 32. SHEET A-517 Screen Wall, Gutter, and Parapet Details: Updated details to show drip mold 33. SHEET A-518 Counter Details: Updated details and Notes. ADDENDUM 3 NARRATIVE (Delta a) 10/25/2024 THE RINK SPORTS PAVILION PROJECT CITY OF SANTA CLARITA P-3034A Page 1 of 3 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 � z �A �w ANIL VERMA ASSOCIATES, INC. 34. SHEET A-520 GFRC Column Details: Updated details and Notes. 35. SHEET A-521 GFRC Column Details: Updated details dimensions. 36. SHEET A-522 GFRC Column Details: Updated details and Notes. 37. SHEET A-611 Window Types and Schedule: Updated Notes. 38. SHEET A-621 Room Finish & Toilet Accessory Schedule: Updated Notes and Ceiling / base finishes. 39. SHEET A-641 Wall Partition Types: Updated Callouts 40. SHEET A-642 Wall Partition Types: Updated Callouts STRUCTURAL 41. SHEET S202 Mezzanine Framing Plan: Updated callout descriptions to match architectural drawings for canopies 42. SHEET S704 Roof Framing Details: Revised detail #8. LANDSCAPE 43. SHEET L-301 Const Plan: Revised fire lane paving to preserve existing concrete paving and reduce paver disturbance. Added uplight locations for reference. Adjusted drain location per new field survey. 44. SHEET L-401 Const Enlargement Plan: Added bollard replacement at fire hydrant and restoration. 45. SHEET L-700 Irrigation Legend: updated number of bubblers per tree. 46. SHEET L-800 Planting Legend: updated plant quantities. Added allowance for LID Planting. Updated spacing. Added Turf Species. 47. SHEET L801 Planting Plan: Adjusted planting at uplights. Updated to show planting restoration at fire lane. Added note to replace soil at areas proposed for planting that was previously paved. CIVIL 48. SHEET C-300 General Notes: Add notes 32 regarding haul off -site excess spoils. Add notes 33 through 36 regarding temporary water service, Phase I and survey references, and parking lot treatment. 49. SHEET C-301 Utility Plan: Revised fire lane paving to preserve existing concrete paving and reduce paver disturbance. Adjusted drain location per new field survey. 50. SHEET C-304 Grading Plans: Revised fire lane paving to preserve existing concrete paving and reduce paver disturbance. 51. SHEET C-308 Parking Lot Plan: Added notes and temporary construction elements. ELECTRICAL 52. SHEET E-001 General Notes: Added door opener symbol to legend. 53. SHEET E-004 RC Plan and Daylight Control: Adjusted light locations. Omitted select ceiling lights per lighting designer direction. 54. SHEET E-005 GL Lighting Layout: Revised lighting at locker area. Added step light. 55. SHEET E-100 GL Power Plan: Added power for door openers, monitors, and miscellaneous items. 56. SHEET E-101 Enlarged Electrical Room: Revised Communication Plan. 57. SHEET E-110 ML Power Plan: Added power for gas water heater 58. SHEET E-120 GL Lighting Plan: Adjusted Light Fixture locations. 59. SHEET E-140 Ceiling Level Lighting Plan: Omitted select Ceiling Light Fixture locations. 60. SHEET E-150 GL Communication and Security Plan: Added cable. 61. SHEET E-151 ML Communication and Security Plan: Added gas water heater 62. SHEET E-200 Lighting Control Wiring Diagram: Update Wiring numbering 63. SHEET E-300 Panel Board Schedule: Update Panel LC Schedule 64. SHEET E-401 Miscellaneous Details: Omit key note legend 65. SHEET E-404 Miscellaneous Details: Updated Card Reader Riser Diagram. PHASE I REFERENCE SHEETS 66. PHASE I GRADING EXHIBIT (For Reference Only): New Survey of certified PAD for reference. 67. PHASE I SHEET C-102 Construction Site Fence Plan (For Reference Only): Added note regarding fencing. 68. PHASE I SHEET C-303 Finish Pad / Grading Plan (For Reference Only): Added location of Phase I soil excavation to help minimize Phase II Export. 69. PHASE I SHEET C-304 Cross Sections (For Reference Only): Added Note. ADDENDUM 3 NARRATIVE (Delta a) 10/25/2024 THE RINK SPORTS PAVILION PROJECT CITY OF SANTA CLARITA P-3034A Page 2 of 3 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 �w ANIL VERMA ASSOCIATES, INC. SPECIFICATIONS 1. SECTION 00 11 13-1 Advert. For Bids: Updated references 2. SECTION 00 01 10-6 TOC: Added 11 52 23 motorized Lift section 3. SECTION 00 01 16-1 Notice Inviting Bids: Clarified Phase I scope 4. SECTION 00 01 16-2 Notice Inviting Bids: Revised duration and references 5. SECTION 00 01 16-3 Notice Inviting Bids: Updated non -substitutable list and added references. 6. SECTION 00 01 16-4 Notice Inviting Bids: Omitted signature block 7. SECTION 00 21 13-1, 6, 7, & 8 Instructions to Bidders: Updated references, revised signature requirement 8. SECTION 00 41 13-2 Bid Forms: Omitted Alternative 1. 9. SECTION 00 43 36-1 Subcontractor Listing: Omitted Note 1 regarding deadline. 10. SECTION 00 45 13-1 Advert. For Bids: Updated experience references. 11. SECTION 00 45 19-1 Non -Collusion Declaration: Updated footer description 12. SECTION 00 51 00-1 & 2 Notice of Awards: Updated delivery method. Updated durations. 13. SECTION 00 52 00-1 Agreement: Updated to reference City Council. 14. SECTION 00 52 00-2 Agreement: Updated work duration and start date. 15. SECTION 00 52 00-3 Agreement: Added note 2.02C. 16. SECTION 00 52 00-4 Agreement: Omitted note 3.2A. 17. SECTION 00 52 00-7 Agreement: Revised note 7.06. 18. SECTION 00 61 13.13-1 CP Bond: Revised Address 19. SECTION 00 72 00-19 & 20 General Conditions: Revise formatting 20. SECTION 00 73 16-5 Supplemental Conditions: Updated liability insurance 21. SECTION 00 73 16-6 Supplemental Conditions: Updated note 17.04.13.4. 22. Added updated Insurance Requirements for Capital Projects. 23. SECTION 01 11 00-6 Summary of Work: Add Note 2.02 24. SECTION 01 74 19-4 Const and Demo Waste Management: Omit 1.04.1 regarding LEED requirement. 25. SECTION 05 41 00 Cold Formed Metal Framing: Updated entire section 26. SECTION 06 73 00 Composite Wood: Updated 1.01 to change from Decking to Wood. 27. SECTION 07 71 00-2 Roof Specialties: Revised 2.02.A.1 regarding safety railing 28. SECTION 09 30 13-6 Tiling: Updated note 2.03.C.4. 29. SECTION 09 77 00-4 FIR Wall Panels: Updated note 2.02.D.1 & 2. 30. SECTION 09 77 13-5 FRP: Updated note 2.01.13.4 & 6. 31. SECTION 10 21 16-2 Solid Plastic Toilet Compartments: Updated note 2.02.A.4. 32. SECTION 10 28 13-2 Toilet and Janitor Accessories: Updated note 2.03.A. 33. SECTION 11 52 23 Motorized Lift: New Section Added. 34. SECTION 27 41 16 Integrated AV Systems and Equipment: Revised 1.01.13.4 & 5 regarding design requirements. 35. SECTION 32 80 00 Planting Irrigation: Omitted LEED Reference. 36. SECTION 32 90 00 Planting: Added Hydroseed Requirements END OF ADDENDUM 3 NARRATIVE ADDENDUM 3 NARRATIVE (Delta a) THE RINK SPORTS PAVILION PROJECT CITY OF SANTA CLARITA P-3034A 10/25/2024 Page 3 of 3 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 REV. - I DOCUMENT 00 1113 ADVERTISEMENT FOR BIDS INVITATION TO BID Bid. No. CIP-24-25-P3034A The Rink Sports Pavilion, Phase II — Construction City Project No. P3034A Prepared For: CITY OF SANTA CLARITA C.I.P. Division 23920 Valencia Boulevard Santa Clarita, CA 91355 Bids shall be submitted electronically through BidNet Direct to the City of Santa Clarita (CITY) at: www.bidnetdirect.com//cityofsantaclarita All information requested therein must be clearly and legibly set forth in the manner and form indicated. The CITY will not consider any bids not meeting these requirements. BID CLOSING DATE: Thursday November 14, 2024 by 11:00 AM Notice is hereby given that the City of Santa Clarita will receive bids from qualified bidders for the construction of The Rink Sports Pavilion Project at 20860 Centre Pointe Parkway, Santa Clarita, CA 91350. This project consists of constructing a Sports Complex Building, Site Improvements, Hardscape, Landscaping, and Utility Extensions. Only Bidders meeting the minimum pre -qualification as provided in Section 00 45.13 and 00 45.13-Affael meet " (Statement of Qualifications Questionnaire) will be permitted to bid —bids from anyone else will not be considered. PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 3) 07,11110/25/2024 THE RINK SPORTS PAVILION PROJECT ADVERTISEMENT FOR BIDS CITY OF SANTA CLARITA P-3034A 00 11 13-1 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 REV. 41 10 44 13 Fire Extinguisher and Cabinets.............................................................................................. 04 DIVISION I I — EQUIPMENT 1140 00 Food Service Equipment....................................................................................................37 11 52 23 Motorized Lift..............................................................................................................04 11 66 23 Basketball Equipment........................................................................................................09 DIVISION 12 — FURNISHINGS 12 36 61 Quartz Countertops............................................................................................................07 12 93 00 Furnishings..............................................................................................................03 DIVISION 13 — SPECIAL CONSTRUCTION 13 47 13 Corrosion Monitoring / Cathodic Protection.....................................................................10 DIVISION 21— FIRE -SUPPRESSION 21 13 13 Fire -Suppression Sprinkler System........................................................................................ 16 DIVISION 22 — PLUMBING 22 05 13 Basic Plumbing Materials and Methods................................................................................ 21 22 05 53 Plumbing Identification.......................................................................................................... 03 22 07 00 Plumbing Insulation................................................................................................................ 06 22 10 00 Plumbing Piping and Fixtures............................................................................................... 21 DIVISION 23 - HEATING, VENTILATING, AND AIR CONDITIONING 23 05 00 Common Work Results HVAC............................................................................................ 08 23 05 93 Testing, Adjusting, and Balancing for HVAC..................................................................... 12 23 07 00 HVAC Insulation.................................................................................................................. 09 23 08 00 HVAC Systems Commissioning........................................................................................... 07 23 09 00 HVAC Controls.................................................................................................................. 13 23 30 00 HVAC Air Distribution.......................................................................................................... 14 23 80 00 HVAC (Heating, Ventilating and Air Conditioning) Equipment ......................................... 10 DIVISION 26 - ELECTRICAL 26 05 00 Common Work Results for Electrical.................................................................................... 06 2605 13 Basic Electrical Materials and Methods................................................................................ 11 26 05 19 Low -Voltage Wires (600 Volt AC)....................................................................................... 07 26 05 26 Grounding and Bonding......................................................................................................... 05 26 05 33 Raceways and Boxes Fitting and Supports............................................................................ 08 26 05 86 Motors and Drives.................................................................................................................. 04 26 08 00 Electrical Systems Commissioning........................................................................................ 07 26 09 23 Lighting Control System........................................................................................................ 09 26 24 16 Panelboards.................................................................................................................. 05 26 26 00 Switchboards.................................................................................................................. 04 PROJECT SPECIFICATIONS for BIDDING (Addendum 3) nc i10/25/2024 THE RINK SPORTS PAVILION PROJECT TABLE OF CONTENTS CITY OF SANTA CLARITA P-3034A 0001 10-6 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 REV. 14 DOCUMENT 00 11 16 NOTICE INVITING BIDS ARTICLE 1 INVITATION TO BID 1.01 NOTICE INVITING BIDS: Specifications for this bid may be downloaded from the City's Purchasing website at: www.bidnetdirect.com//cityofsantalcarita Please refer to specifications for complete details and bid requirements. The specifications in this notice shall be considered a part of any contract made pursuant thereto. A paper copy of the bid documents is available upon request in the City Clerk's Office, Suite 120, a City fee will apply. CITY OF SANTA CLARITA THE RINK SPORTS PAVILION PROJECT NUMBER P3034A BID NUMBER: CIP-24-25-P3034A PHASE II CONSTRUCTION 20860 CENTRE POINTE PARKWAY, SANTA CLARITA, CA 91350 Description: The Rink Sports Pavilion project will be constructed on approximately one acre of land located at The City of Santa Clarita Sports Complex, 20860 Centre Pointe Parkway in the City of Santa Clarita, California. The project has been divided into the following phases and is scheduled to be placed in service during the first quarter of 2026 PHASE I In Progress PHASE II Grading and Utility Adjustments Building & Onsite Construction PHASE I / Not Part of the Phase II Bid: "war -de Construction Currently Out to Bid The following work will be completed with Phase I and is not part of this bid. Improvements will include;_ demo, installation of security fencing at the project site and staging area, rough grading, fine grading, utility adjustments, potholing, installation of temporary power system, and grading certification. PHASE II / Construction The following key activities are included in Phase II / Utility extensions, foundation excavations, foundations, Building Construction, Fire Protection Engineering and approval, Specialty Show Lighting, Audio Visual Systems, , Utility Connections, Hardscape, Parking Lot Improvements, Landscape, warranty work, and Certificate of Occupancy. BID POSTING DATE: Thursday September 26, 2024 PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 3) 109; /254-4-/2024 THE RINK SPORTS PAVILION PROJECT NOTICE INVITING BIDS CITY OF SANTA CLARITA P-3034A 00 11 16-1 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 REV. 14 BID CLOSING DATE: Thursday November 14, 2024 by 11:00 AM 1.02 PROJECT EXECUTION: A. Procurement of Bidding Documents: Specifications for this bid may be downloaded from the City's Purchasing website at www.bidnetdirect.com//cityofsantaclarita Please refer to specifications for complete details and bid requirements. The specifications in this notice shall be considered a part of any contract made pursuant thereto. A paper copy of the bid documents is available upon request in the City Clerk's Office, Suite 120, a City fee will apply. B. Instructions: Bidders shall refer to Document 00 2113 (Instructions to Bidders) for required documents and items to be submitted as set forth in Paragraph 1.2 above. C. Pre -Bid Site Visit and Meeting: Owner will conduct a Non -Mandatory Pre -Bid Meeting at 20860 Centre Pointe Parkway, Santa Clarita, CA 91350 on Thursday October 3, 2024 starting at 10:00 am and ending at noon. The Pre -Bid Meeting and Site Visit will last approximately two (2) hours. All prospective prime contractors are invited to attend the meeting. D. Bid Preparation Cost: Bidders are solely responsible for the cost of preparing their Bids. E. Reservation of Rights: Owner specifically reserves the right, in its sole discretion, to reject any or all Bids, to re -bid, or to waive inconsequential defects in bidding not involving time, price or quality of the work. Owner may reject any and all Bids and waive any minor irregularities in the Bids. F. Completion of Work: All work shall be completed within Three Hundred Fourteen (314) Working days form the issuance of the Notice to Proceed. G. Qualified Bidders Only: Owner will receive bids only from Bidders who have completed and meet the minimum requirements in Documents 00 45_13 and 00 45_13A, Statement of Qualifications Questionnaire. 1.03 LEGAL REQUIREMENTS a. Required Contractor's License(s): A California class B contractor's license is required to bid this contract. Joint ventures must secure a joint venture license prior to award of this Contract. Specialty work may require a specialty contractor's license held by Bidder or a listed subcontractor. b. Required Contractor and Subcontractor Registration i. Owner shall accept Bids only from Bidders that (along with all Subcontractors listed in Document 00 43_36, (Subcontractor Listing) are currently registered and qualified to perform public work pursuant to Labor Code Section 1725.5. ii. Subject to Labor Code Sections 1771.1(c) and (d), any Bid not complying with paragraphs f and g below, shall be returned and not considered; provided that if Bidder is a joint venture (Business & Professions Code Section 7029.1) or if federal funds are involved in the Contract (Labor Code Section 1771.1(a)), Owner may accept a non -complying Bid provided that Bidder and all listed Subcontractors are registered at the time of Contract award. c. Bid Alternates: PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 3) 1097 /254-4-/2024 THE RINK SPORTS PAVILION PROJECT NOTICE INVITING BIDS CITY OF SANTA CLARITA P-3034A 00 11 16-2 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 REV. 14 i. Bid alternates are identified as follows: 1. Alternate 1: Purchase of a Scissor Lift prior to obtaining the Certificate of Occupancy (see specifications in section 00_-01 10 / Exhibit L) ii. The determination of lowest bid shall be based upon the base bid only: 1. Bidders meeting the minimum requirements in Document 00 4513 and 00-45 13A (Statement of Qualifications Questionnaire) d. Non -Substitutable Materials, Products, Things, or Services i. Non -substitutable items are identified as follows: 1. Non -substitutable item 1: Specialty "Show" Lighting Systems and Controls. 4- (Supplier: Astro Audio Video Lighting, (818) 549-9915 Att: Cypher) 2. Non -substitutable item 2: Items listed on Plumbing Schedule that are listed within the City's Standard Plumbing Fixtures. Per Sht. P-002 3. Non -substitutable item 3: City Standard Drinking Fountain (Elko). -3-4. Non -substitutable item 4: Irrigation Products (Per Sht. L-700).- 4.5. Non -substitutable item 5: Interior and Site Furnishings- Mirror Benches, Exterior Trash receptacle). 6. Non -substitutable item 6: Intrusion Protection System 7. Non -substitutable item 7: DJ Sound Equipment 8. Non -substitutable item 8: Audio -Visual Equipment: No substitutions allowed during the bidding process. Once the project has been awarded, equivalent substitution items may be submitted for approval. -5-9. Non -substitutable item 9: Security Camera Systems ii. Owner has made a finding that the material(s), product(s), thing(s), or service(s) identified above by specific brand or trade name are required for use in the Project and may not be substituted for "or equal" items, for the following purpose(s): 1. In order to match other products in use on a particular Owner project either completed or in the course of completion. 2. In order to obtain a necessary item that is only available from one source. e. Substitution of Securities: Owner will permit the successful bidder to substitute securities for any retention monies withheld to ensure performance of the contract, as set forth in Document 00 6290 Escrow Agreement for Security Deposits in Lieu of Retention and incorporated herein in full by this reference, in accordance with Public Contract Code Section 22300. f. Prevailing Wage Laws: The successful Bidder must comply with all prevailing wage laws applicable to the Project, and related requirements contained in the Contract Documents. Copies of the general prevailing rates of per diem wages for each craft, classification, or type of worker needed to execute the Contract, as determined by Director of the State of California Department of Industrial Relations, are on file at the Owner's Field Construction Office, may be obtained from the California Department PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 3) 104 /254-4-/2024 THE RINK SPORTS PAVILION PROJECT NOTICE INVITING BIDS CITY OF SANTA CLARITA P-3034A 00 11 16-3 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 REV. 18 of Industrial Relations website and are deemed included in the Bidding Documents. Upon request, Owner will make available copies to any interested party. Also, the successful Bidder shall post the applicable prevailing wage rates at the Site. Prevailing Wage Monitoring: This Project is subject to prevailing wage compliance monitoring and enforcement by the Department of Industrial Relations. The City will procure a Yd Party Consultant to provide prevailing wage compliance monitoring and audit service. END OF DOCUMENT PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 3) 109; /254-4-/2024 THE RINK SPORTS PAVILION PROJECT NOTICE INVITING BIDS CITY OF SANTA CLARITA P-3034A 00 11 16-4 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 REV. 14 3,03 Reservation of Rights A. Owner reserves the right to: 1. Reject any or all nonconforming, non -responsive or conditional Bids, and 2. Reject the Bid of any Bidder as non -responsive as a result of any error or omission in the Bid, and 3. Reject the Bid of any Bidder if Owner believes that it would not be in the best interest of Project to make an award to that Bidder, whether because the Bid is not responsive, the Bidder is unqualified or of doubtful financial ability, or fails to meet any othet pertinent standard or criteria established by Owner. 4. Reject any Bid that fails to meet the minimum requirements as outlined in Document 00 45 13 (Statement of Qualification for Construction Work) and 00 45 13A (Statement of Qualifications Questionnaire) B. Owner may retain Bid securities and Bid bonds of other than the Apparent Low Bidder for a period of [120 Days] after award or full execution of the Contract, whichever first occurs. C. Owner may waive any informalities or minor irregularities in the Bids. D. Owner also reserves the right, in its discretion, to reject any or all Bids and to re -bid the Proj ect. 3.04 Required Contractor and Subcontractor Registration A. Owner shall accept Bids only from Bidders that (along with all Subcontractors listed in Document 00 43 4-436, Subcontractors List) are currently registered and qualified to perform public work pursuant to Labor Code Section 1725.5. B. Subject to Labor Code Sections 1771.1(c) and (d), any Bid not complying with paragraph 3.04.A, above, shall be returned and not considered; provided that if Bidder is a joint venture (Business & Professions Code Section 7029.1) or if federal funds are involved in the Contract (Labor Code Section 1771.1(a)), Owner may accept a non -complying Bid provided that Bidder and all listed Subcontractors are registered at the time of Contract award. ARTICLE 4 - MANDATORY BID PROTEST PROCEDURES 4.01 Submission of Written Bid Protest A. Any Bid protest in connection with the construction contract or work described in general in Document 00 11 16 (Notice Inviting Bids) must be submitted in writing to the City's Authorized Representative, located at 23920 Valencia Boulevard, Suite 120, Santa Clarita, CA 91355 before 3:30 p.m. of the fifth Business Day following the posting of Document 00 5050 (Notice of Intent to Award for Construction). Owner will use reasonable efforts to deliver by facsimile or email a copy of Document 00 5050 to all Bidders who submitted Bids no later than the Business Day after issuance, although any delay or failure to do so will not extend the Bid protest deadline described herein. B. The initial protest document must contain a detailed description of the legal and/or factual grounds for the protest and all supporting documentation. For protests containing elements PROJECT SPECIFICATIONS for BIDDING (Addendum 31 09,1-2310/25/2024 THE RINK SPORTS PAVILION PROJECT INSTRUCTIONS TO BIDDERS CITY OF SANTA CLARITA P-3034A 0021 13-6 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 REV. 14 not based on publicly released information, the protest must contain documentation clearly showing the date on which the protestor received the information. C. The protest must refer to the specific portion of the document that forms the basis for the protest. D. The protest must include the name, address, and telephone number of the person representing the protesting party. E. The protest must include the signature of the protester or authorized representative of the protester. F. The protest must contain the solicitation number and title under which the protest is submitted. G. The protest must state the form of relief requested. H. Only Bidders who the Owner otherwise determines are responsive and responsible are eligible to protest a Bid; protests from any other Bidder will not be considered. In order to determine whether a protesting Bidder is responsive and responsible, Owner may evaluate all information contained in any protesting Bidder's Bid, and conduct the same investigation and evaluation as Owner is entitled to take regarding an Apparent Low Bidder. I. The party filing the protest must concurrently transmit a copy of the initial protest document and any attached documentation to all other parties with a direct financial interest that may be adversely affected by the outcome of the protest. Such parties shall include all other Bidders who appear to have a reasonable prospect of receiving an award depending upon the outcome of the protest. 4.02 Exclusive Remedy A. The procedure and time limits set forth in this Article 4 are mandatory and are Bidder's sole and exclusive remedy in the event of Bid protest. Bidder's failure to comply with these procedures shall constitute a waiver of any right to further pursue the Bid protest, including filing a Government Code Claim or other legal proceedings. A Bidder may not rely on a protest submitted by another Bidder, but must timely pursue its own protest. ARTICLE 5 - AWARD AND EXECUTION OF CONTRACT 5.01 Notice of Award and Submittal of Executed Contract Documents A. If Contract is to be awarded, it will be awarded to the lowest responsible responsive Bidder. Owner will issue Document 00 5100 Notice of Award. Such Award, if made, will be made within ninety (90) days after the opening of the Bid Proposals. B. Successful Bidder must execute and submit to Owner the "Required Contract Documents and Proof of Insurance" set forth below, by 5:00 p.m. of the [2101hI Day following the Notice of Award. 5,02 Required Contract Documents, Bonds and Proof of Insurance A. Document 00 52 00 (Agreement), fully executed by successful Bidder via DocuSign. PROJECT SPECIFICATIONS for BIDDING (Addendum 31 09,1-2310/25/2024 THE RINK SPORTS PAVILION PROJECT INSTRUCTIONS TO BIDDERS CITY OF SANTA CLARITA P-3034A 0021 13-7 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 REV. 14 B. Document 00 65 36 (Guaranty), fully executed by successful Bidder. Submit [one] original, bearing an original signature on the signature page and initials on each page. C. Performance bond and ayment bond, as provided in Contract Documents 00 61 13.13 and 00 61 13.16. D. Insurance certificates and endorsements required by Document 00 73 16 (Supplemental Conditions —Insurance): Submit one original set. E. Any other items identified by Owner in Document 00 5100 (Notice of Award). 5.03 Failure to Execute and Deliver Documents: A. If Bidder to whom the Contract is awarded, within the period described in this Document 00 21 13, fails or neglects to execute and deliver all required Contract Documents and file all required bonds, insurance certificates, and other documents, Owner may, in its sole discretion, rescind the award, recover on Bidder's surety bond, or deposit Bidder's cashier's check or certified check for collection, and retain the proceeds thereof as liquidated damages for Bidder's failure to enter into the Contract Documents. Bidder agrees that calculating the damages Owner may suffer as a result of Bidder's failure to execute and deliver all required Contract Documents would be extremely difficult and impractical and that the amount of Bidder's required Bid security shall be the agreed and presumed amount of Owner's damages. B. Upon Bidder's failure to timely deliver all required Contract Documents as set forth herein, Owner may determine the next Apparent Low Bidder and proceed accordingly. Such Award, if made, will be made within [ninety (90)] days after the opening of the Bid Proposals. ARTICLE 6 - GENERAL CONDITIONS AND REQUIREMENTS 6.01 Modification of Commencement of Work: A. Owner expressly reserves the right to modify the date for the Commencement of Work under the Contract and to independently perform and complete work related to Project. Owner accepts no responsibility to Contractor for any delays attributed to its need to complete independent work at the Site. B. Owner shall have the right to communicate directly with Apparent Low Bidder's proposed performance bond surety, to confirm the performance bond. Owner may elect to extend the time to receive faithful performance and labor and material payment bonds. 6.02 Conformed Project Manual: A. Following Award of Contract, Owner may prepare a conformed Project Manual reflecting Addenda issued during bidding, which will, failing objection, constitute the approved Project Manual. 6,03 Payment Bond: A. The successful Bidder must file a payment bond with and approved by Owner prior to entering upon the performance of the Work, in accordance with Civil Code Section 9550, et seq. 6.04 Performance Bond: A. The successful Bidder must file a performance bond with and approved by Owner prior to entering upon the performance of the Work. PROJECT SPECIFICATIONS for BIDDING (Addendum 31 09,1-2310/25/2024 THE RINK SPORTS PAVILION PROJECT INSTRUCTIONS TO BIDDERS CITY OF SANTA CLARITA P-3034A 00 21 13-8 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 REV. 14 SCHEDULE OF BID PRICES All Bid items, including lump sums, and alternates (if any), must be filled in completely. Bid items are described in Section 01 11 00 (Summary of Work). Quote in figures only, unless words are specifically requested. ITEM DESCRIPTION TOTAL 1. All work of Contract Documents $ TOTALS n k ri,,,t 1 i n,,,-, has seise-- T 4 T40 If the numbers entered on this page conflict with what is entered on BidNet, the Number entered on BidNet shall govern. Total Bid Price: (Indicate Bid Price in Words) The undersigned acknowledges that the Apparent Low Bidder will be determined as provided in Documents 00 11 16 (Notice Inviting Bids) and Document 00 21 13 (Instructions to Bidders). 2. Subcontractors for work are listed on Document 00 43 36 (Subcontractors Listing), submitted herewith. 3. The undersigned Bidder understands that Owner reserves the right to reject this Bid. 4. If written notice of the acceptance of this Bid, hereinafter referred to as Notice of Award, is mailed or delivered to the undersigned Bidder within the time described in Paragraph 2 of this Document 00 41 13 or at any other time thereafter before it is withdrawn, the undersigned Bidder will execute and deliver the documents required by Document 00 21 13 (Instructions to Bidders) within the times specified therein. 5. Notice of Award or request for additional information may be addressed to the undersigned Bidder at the address set forth below. 6. The undersigned Bidder herewith encloses cash, a cashier's check, or certified check of or on a responsible bank in the United States, or a corporate surety bond furnished by a surety authorized to do a surety business in the State of California, in form specified in Document 00 2113 (Instructions to Bidders), in the amount of ten percent (10%) of the Total Bid Price and made payable to the CITY OF SANTA CLARITA. PROJECT SPECIFICATIONS for BIDDING (Addendum 31 97,11I10/25/2024 THE RINK SPORTS PAVILION PROJECT BID FORM CITY OF SANTA CLARITA P-3034A 0041 13-2 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 REV. 41 DOCUMENT 00 43 36 SUBCONTRACTORS LISTING CITY OF SANTA CLARITA THE RINK SPORTS PAVILION PROJECT PHASE II CONSTRUCTION PROJECT NUMBER P-3034A BID NUMBER CIP-24-25-P3034A The Subcontractors List must include the names of all subcontractors who will perform any portion of Work, including labor, rendering of service, or specially fabricating and installing a portion of the Work or improvement according to detailed drawings contained in the plans and specifications, in excess of one half of one percent (0.5%) of the total Bid amount. Name of DIR % of Subcontractor and Registration Work Location of Place of Description of Work Subcontractor's Number Business (City, State License No. Note 1 • Bidders 1.aw 74 14otffs after- 9 o Bid Pea d!44e to siib ,:t 94is :,&,-.ti,PAi014 Note -21: Attach additional sheets if necessary. (Bidder to attach additional sheets if necessary) PROJECT SPECIFICATIONS for BIDDING (Addendum 31 THE RINK SPORTS PAVILION PROJECT CITY OF SANTA CLARITA P-3034A 07/1110/25/2024 SUBCONTRACTORS LISTING 00 43 36-1 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 Rev. 8 DOCUMENT 00 45 13 STATEMENT OF QUALIFICATIONS FOR CONSTRUCTION WORK ARTICLE 1 — GENERAL INFORMATION 1.01 Minimum Bidder Qualifications. A. Bidders must be duly licensed, pursuant to the license requirements in Document 00 11 16, Article 1.03, and in accordance with the California Business & Professions Code Sections 7006, et seq., and have a history of work performance sufficient to meet the requirements of a responsible bidder in the Public Contract Code Section 1103. B. Bidders must have Five (5) years' experience as a continuously operating entity engaged in the performance of similar work. C. Bidders must demonstrate successful experience with type of work of this Project, to include, within the past five (5) years, completed three (3) projects of a similar nature and complexity with a minimum contract dollar amount of $15,500,000.00 D. Experience shall include but not be limited to the following specialized types of construction. a Concrete Block and Structural Steel Primary Structure b Power Lift Basketball Backboards C Wood Floor for Sport Activities d Show Lighting e Disk Jockey Booth and Sound System f Full Service Kitchen g Landscape h Utilities Mechanical, Electrical and Plumbing 1.02 Measurement. A. Bidder's compliance with the minimum qualification requirements will be measured by Bidder's experience as an operating entity and also by the experience of the supervisory personnel who will have responsible charge of the various major components of the Work. B. If Bidder subcontracts portions of the Work, Owner, in its determination of whether the minimum qualification requirements have been met, may consider the qualifications of the Subcontractor's supervisory personnel. C. The qualifications of the Key Personnel, as stated in Attachment A (00 45_13A) , are to be submitted with the Statement of Qualifications (SOQ), by providing the information described in this Document 00 45 13. PROJECT SPECIFICATIONS for BIDDING (Addendum 3 10-/4-254-6/2024 THE RINK SPORTS PAVILLION PROJECT STATEMENT OF QUALIFICATIONS FOR CONSTRUCION WORK CITY OF SANTA CLARITA P-3034A 0045 13-1 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 DOCUMENT 00 45 19 NON -COLLUSION DECLARATION PUBLIC CONTRACT CODE SECTION 7106 NON -COLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID The undersigned declares: I am the of bid. the party making the foregoing 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 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 under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on [date], at [city], [state]. BIDDER'S SIGNATURE: NAME/TITLE OF SIGNATORY: LEGAL NAME OF BIDDER: END OF DOCUMENT P ROJECT SPECIFICATIONS for BIDDING (Addendum 3) 4-o 4410/25/2024 THE RINK SPORTS PAVILION PROJECT NON-COLLUTION DECLARATION CITY OF SANTA CLARITA P-3034A 0045 19-1 NON C01 1 14SIO r AFFIDAVIT (rSA4 00 454r1 THEY U14111 SPORTS PA��Tr�r303,A 0AK 44942 Q i i 4 i 573 V-2 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 REV. 41 DOCUMENT 00 5100 NOTICE OF AWARD Dated December 11, 2024 (Pending City Council Approval on December 10, 2024) TO: ADDRESS CONTRACT NO.: CONTRACT FOR: CITY OF SANTA CLARITA THE RINK SPORTS PAVILION 20860 CENTRE POINTE PARKWAY, SANTA CLARITA, CA 91350 PROJECT NUMBER P3034 BID NUMBER CIP-24-25-P3034A PHASE II CONSTRUCTION The Contract Sum of your contract is (Amount in Words) Dollars ($ -2-1. You must comply with the following conditions precedent by (45:00 pm) of the -2lOth Day following the date of this notice to award, that is, by Tuesday, December 30, 2024. a. Deliver to Owner one (1) original of Document 00 61 13.13 (Construction Performance Bond), executed by you and your surety. b. Deliver one (1) copy of Document 00 52 00 accompanying this Notice of Award C. Deliver to Owner one (1) original of Document 00 61 13.16 (Construction Labor and Material Payment Bond), executed by you and your surety. d. Deliver to Owner original set of the insurance certificates with endorsements required under Document 00 73 16 (Supplementary Conditions — Insurance). e. Deliver to Owner one fully executed Document 00 65 36 (Guaranty), bearing your original signature on the signature page and your initials on each page. PROJECT SPECIFICATIONS for BIDDING (Addendum 31 09/-2310/25/2024 THE RINK SPORTS PAVILION PROJECT NOTICE OF AWARDS CITY OF SANTA CLARITA P-3034A 00 51 00-1 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 REV. Ill f. Deliver to Owner one fully executed copy of Document 00 63 25 (Substitution Request Form) for bidders wanting to use "or equal" item(s). -3-2. Failure to comply with these conditions within the time specified will entitle Owner to consider your Bid abandoned, to annul this Notice of Award, and to declare your Bid security forfeited. 43. Within Tend 106) Days after you comply with the conditions in Paragraph 2 of this Document 00 5100, Owner will return to you one fully signed counterpart of Document 00 52 00 (Agreement) an electronic copy of the Project Manual (including Specifications and Drawings). -5-4. Before you may start any work at the site, you must attend a mandatory pre -construction conference. The pre -construction conference is tentatively set for Tuesday, January 7, 2025. The conference is scheduled to start at 9:00 AM and end at Noon. The location and key map will be provided one week prior to the scheduled date and time. �5. Upon commencement of the Work, you and each of your Subcontractors shall certify and provide Owner copies of payroll records in accordance with Labor Code Section 1776. AUTHORIZED BY CITY OF SANTA CLARITA RESOLUTION CITY COUNCIL AGENDA NO.: APPROVED DATE: OWNER: CITY OF SANTA CLARITA [TITLE] (Print Name) END OF DOCUMENT DATE PROJECT SPECIFICATIONS for BIDDING (Addendum 31 09/-2310/25/2024 THE RINK SPORTS PAVILION PROJECT NOTICE OF AWARDS CITY OF SANTA CLARITA P-3034A 00 51 00-2 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 REV. 41 DOCUMENT 00 52 00 AGREEMENT (FORM) THIS AGREEMENT, dated this [date] day of [Month], 202, by and between [Enter Name of Contractor] whose place of business is located at [Address of Contractor] (Contractor), and CITY OF SANTA CLARITA, a political subdivision of the State of California (Owner), acting under and by virtue of the authority vested in Owner by the laws of the State of California. WHEREAS, Owner, by its City Council Agenda Item ResrNo. [1_] awarded on the loth day of December, 2024 awarded to Contractor the following Contract: THE RINK SPORTS PAVILION 20860 CENTRE POINTE PARKWAY, SANTA CLARITA, CALIFORNIA 91350 PROJECT NUMBER P3034A BID NUMBER CIP-24-25-P3034A PHASE II CONSTRUCTION NOW, THEREFORE, in consideration of the mutual covenants hereinafter set forth, Contractor and Owner agree as follows: ARTICLE 1 SCOPE OF WORK OF THE CONTRACT 1.01 Work of the Contract A. Contractor shall complete all Work specified in the Contract Documents, in accordance with the Specifications, Drawings, and all other terms and conditions of the Contract Documents (Work). 1.02 Price for Completion of the Work A. Owner shall pay Contractor the following Contract Sum for completion of Work in accordance with Contract Documents as set forth in Contractor's Bid, attached hereto. B. The Contract Sum includes all allowances (if any). C. The Contract Sum is all inclusive and includes all Work; all federal, state, and local taxes on materials and equipment, and labor furnished by Contractor, its subcontractors, subconsultants, architects, engineers, and" vendors or otherwise arising out of Contractor's performance of the Work, including any increases in any such taxes during the term of this Agreement; and any duties, fees, and royalties imposed with respect to any materials and equipment, labor or services. The taxes covered hereby include (but are not limited to) PROJECT SPECIFICATIONS for BIDDING (Addendum 31 09,1-2310/25/2024 THE RINK SPORTS PAVILION PROJECT AGREEMENT CITY OF SANTA CLARITA P-3034A 00 52 00-1 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 REV. 41 occupational, sales, use, excise, unemployment, FICA, and income taxes, customs, duties, and any and all other taxes on any item or service that is part of the Work, whether such taxes are normally included in the price of such item or service or are normally stated separately. Notwithstanding the foregoing, each party shall bear such state or local inventory, real property, personal property or fixtures taxes as may be properly assessed against it by applicable taxing authorities. COMMENCEMENT AND COMPLETION OF WORK 1.03 Commencement of Work Contractor shall commence Work on the date established in the Notice to Proceed ( Commencement Datel. A. Owner reserves the right to modify or alter the Commencement Date. Completion of Work B. Contractor shall achieve Substantial Completion (building, FF&E, utilities, hardscape, landscape) of the project within 314 442 Cal eii aa+ Working Days Days from the Notice to Proceed. C. Contractor shall obtain the Certificate of Occupana and complete all punch list items within 32446-3 Working C Days from the Notice to Proceed. ARTICLE 2 PROJECT REPRESENTATIVES 2.01 Owner's Project Manager A. Owner has designated Araz Valijan as its Project Manager to act as Owner's Representative in all matters relating to the Contract Documents. If Project Manager is an employee of Owner, Project Manager is the beneficiary of all Contractor obligations to Owner including, without limitation, all releases and indemnities. B. Project Manager shall have final authority over all matters pertaining to the Contract Documents and shall have sole authority to modify the Contract Documents on behalf of Owner, to accept work, and to make decisions or actions binding on Owner, and shall have sole signature authority on behalf of Owner. C. Owner may assign all or part of the Project Manager's rights, responsibilities and duties to a Construction Manager, or other Owner Representative. 2.02 Contractor's Project Manager and Other Key Personnel A. Contractor has designated [name to be provided] as its Project Manager to act as Contractor's Representative in all matters relating to the Contract Documents. B. Contractor has designated the following other Key Personnel (names to be provided) for the Proj ect: Name Position PROJECT SPECIFICATIONS for BIDDING (Addendum 31 09,1-2310/25/2024 THE RINK SPORTS PAVILION PROJECT AGREEMENT CITY OF SANTA CLARITA P-3034A 00 52 00-2 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 REV. 41 C. Changes in Contractor's Key Personnel is subject to review & approval by the Owner. 2.03 Owner Rights Regarding its Consultants A. Notwithstanding any provision of the Contract Documents that identifies a specific Owner consultant (such as Architect, Construction Manager, or other) to perform one or more specific tasks (such as reviewing Contractor submittals, approving Contractor applications for payment, etc.), as between Owner and Contractor, Owner may, in its sole discretion, either cause the task to be performed by its own forces, or cause it to be performed by any consultant it elects, provided only that tasks requiring a specific license be performed by properly licensed persons. Additionally, as between Owner and Contractor, Owner may change the identity of any of its consultants at any time in its sole discretion, and will provide reasonable notice thereof to Contractor. ARTICLE 3 LIQUIDATED DAMAGES FOR DELAY IN COMPLETION OF WORK 3.01 Liquidated Damage Amounts Owner and Contractor recognize that time is of the essence of this Agreement and that Owner will suffer financial loss in the form of Contract administration expenses (such as project management and consultant expenses), if all or any part of the Work is not completed within the times specified above, plus any extensions thereof allowed in accordance with the Contract Documents. Contractor and Owner agree that because of the nature of the Project, it would be impractical orextremely difficult to fix the amount of actual damages incurred by Owner because of a delay in completion of all or any part of the Work. Accordingly, Owner and Contractor agree that as liquidated damages for delay Contractor shall pay Owner: 3.1.1 Five thousand, eight hundred dollars ($ 5,8000.00) for each Day that expires after the time specified herein for Contractor to achieve Final Completion of the entire Work, until achieved. These measures of liquidated damages shall apply cumulatively and except as provided below, shall be presumed to be the damages suffered by Owner resulting from delays in completing the Contract Work. Contractor and Owner further understand and agree that liquidated damages are not intended to constitute a penalty against Contractor. 3.2 Liquidated damages for delay shall only cover administrative support, contracted services, overhead expenses, intereston bonds, and general loss of public use damages suffered by Owner as a result of delay. Liquidated damages shall not cover the cost of completion of the Work, damages resulting from defective work, lost revenues or costs of substitute facilities, or damages suffered by others who then seek to recover their damages from Owner (for example, delay claims of other contractors, subcontractors, tenants, or other third -parties), and defense costs thereof. PROJECT SPECIFICATIONS for BIDDING (Addendum 31 09,1-2310/25/2024 THE RINK SPORTS PAVILION PROJECT AGREEMENT CITY OF SANTA CLARITA P-3034A 00 52 00-3 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 REV. 41 _ . r ARTICLE 4 LIQUIDATED DAMAGES FOR UNAUTHORIZED CHANGES OF KEY PERSONNEL 4.01 Liquidated Damage Amounts A. See Document 00 72 00 (General Conditions) Paragraph 11.07.D for liquidated damages provisions pertaining to Key Personnel. ARTICLE 5 CONTRACTOR'S REPRESENTATIONS In order to induce Owner to enter into this Agreement, Contractor makes the following representations and warranties: 5.1 Contractor has visited the Site and has examined thoroughly and understood the nature and extent of the Contract Documents, Work, Site, locality, actual conditions, as -built conditions, and all local conditions, and federal, state and local laws and regulations that in any manner may affect cost, progress, performance or furnishing of Work or which relate to any aspect of the means, methods, techniques, sequences or procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. 5.2 Contractor has examined thoroughly and understood all reports of exploration and tests of subsurface conditions, as -built drawings, drawings, products specifications or reports, available for Bidding purposes, of physical conditions, including Underground Facilities, which have been made available for Bidders or which may appear in the Drawings. Contractor accepts the determination set forth in these Documents and Document 00 72 00 of the limited extent of the information contained in such materials upon which Contractor may be entitled to rely. Contractor agrees that except for the information so identified, Contractor does not and shall not rely on any other information contained in such reports and drawings. 5.3 Contractor has conducted or obtained and has understood all such examinations, investigations, explorations, tests, reports and studies (in addition to or to supplement those referred to in Section 5.2 of this Agreement) that pertain to the subsurface conditions, as -built conditions, Underground Facilities and all other physical conditions at or contiguous to the Site or otherwise that may affect the cost, progress, performance or furnishing of Work, as Contractor considers necessary for the performance or furnishing of Work at the Contract Sum, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Document 00 72 00; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required PROJECT SPECIFICATIONS for BIDDING (Addendum 31 09,1-2310/25/2024 THE RINK SPORTS PAVILION PROJECT AGREEMENT CITY OF SANTA CLARITA P-3034A 00 52 00-4 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 REV. 41 arising from purchases of goods, services or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time Owner tenders final payment to Contractor, without further acknowledgment by the parties. 7.06 Copies of the general prevailing rates of per diem wages for each craft, classification, or type of worker needed to execute the Contract, as determined by Director of the State of California Department of Industrial Relations, are available at the contractor's request an eii f4le at *e , may be obtained from the California Department of Industrial Relations website [http://www.dir.ca.gov/OPRL/DPreWageDetennination.htm] and are deemed included in the Contract Documents, and shall be made available to any interested party on request. Pursuant to Labor Code Sections 1860 and 1861, in accordance with Labor Code Section 3700, every contractor will be required to secure the payment of compensation to Contractor's employees. Contractor represents that it is aware of the provisions of Labor Code Section 3700 that require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that Code, and Contractor shall comply with such provisions before commencing the performance of the Work of the Contract Documents. 7.07 Should any part, term or provision of this Agreement or any of the Contract Documents, or any document required herein or therein to be executed or delivered, be declared invalid, void or unenforceable, all remaining parts, terms and provisions shall remain in full force and effect and shall in no way be invalidated, impaired or affected thereby. If the provisions of any law causing such invalidity, illegality or unenforceability may be waived, they are hereby waived to the end that this Agreement and the Contract Documents may be deemed valid and binding agreements, enforceable in accordance with their terms to the greatest extent permitted by applicable law. In the event any provision not otherwise included in the Contract Documents is required to be included by any applicable law, that provision is deemed included herein by this reference (or, if such provision is required to be included in any particular portion of the Contract Documents, that provision is deemed included in that portion). 7.08 This Agreement and the Contract Documents shall be deemed to have been entered into in the City of Santa Clarita, State of California, and governed in all respects by California law (excluding choice of law rules). The exclusive venue for all disputes or litigation hereunder shall be in the Superior Court for the County of Los Angeles, California. IN WITNESS WHEREOF, the parties hereto have executed this Agreement in quadruplicate on the date and year first -above written. CITY: ATTEST: City Manager PROJECT SPECIFICATIONS for BIDDING (Addendum 31 09,1-2310/25/2024 THE RINK SPORTS PAVILION PROJECT AGREEMENT CITY OF SANTA CLARITA P-3034A 00 52 00-7 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 Rev. 91 DOCUMENT 00 61 13.13 CONSTRUCTION PERFORMANCE BOND (SFXAMPLE) THIS CONSTRUCTION PERFORMANCE BOND (Bond) is dated [Month, Day], 2024 is in the amount of [ Insert Amount ] (Penal Sum), which is 100% of the Contract Sum and is entered into by and between the parties listed below to ensure the faithful performance of the Contract identified below. This Bond consists of this page and the Bond Terms and Conditions, Paragraphs 1 through 14 attached to this page. Any singular reference to [Insert name of Contractor] (Contractor), [Insert name of Surety] (Surety), CITY OF SANTA CLARITA (Owner), or other party shall be considered plural where applicable. CONTRACTOR: [Insert name of Contractor] Address City/State/Zip SURETY: [Insert name of Surety] Principal Place of Business City/State/Zip CONSTRUCTION CONTRACT: Agreement for the City of SANTA CLARITA, located at 20860 Centre Pointe Parkway239z" Valeii i Bk, ., Santa Clarita CA, 9135-50-2196, dated [Month, Day], 202, in the amount of [ Insert Amount]. CONTRACTOR AS PRINCIPAL Company: (Corp. Seal) Signature: Name: Title: SURETY Company: (Corp. Seal) Signature: Name: Title: PROJECT SPECIFICATIONS for BIDDING (Addendum THE RINK SPORTS PAVILLION PROJECT CONSTRUCTION PERFORMANCE BOND (EXAMPLE) CITY OF SANTA CLARITA P-3034A 06 61 13.13-1 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 Rev. 10 1. Periods of excusable delay caused solely by weather, Force Majeure events, as provided above in this Article, or 2. Periods of concurrent delay, where delay results from two or more causes, one of which is compensable (resulting from Changes or Acts or Neglect as set forth above in this Article), and the other of which is non-compensable or unexcusable, such as: acts or neglect of Contractor, Subcontractors or others for whom Contractor is responsible; other acts, omissions and conditions which would not entitle Contractor to adjustment in Contract Time; adverse weather; and/or actions of Force Majeure as provided above in this Article. 11.06 Adverse Weather A. Adverse weather delays may be allowed only if the number of workdays of adverse weather exceeds the parameters listed or referenced immediately below in this subparagraph and Contractor proves that adverse weather actually caused delays to work on the critical path. Contractor shall give written notice of intent to claim an adverse weather day within one Day of the adverse weather day occurring. 14. Claims for Non-Compensable extensions of time for rain delays will not be granted unless the number of days work is prevented by rain that exceeds 100% of the historical average number of rain days for the period of the Contract Time. Based on information obtain from the Weather Underground Canyon Country Station, the average number of annual rain days is 6 (six) using a 5 (five) year monthly average, January 2019 to December 2023. This information can be found at https://www.wunder2round.com/dashboard/pws/KCACANY029. If the Canyon County Station is not available, the closest National Oceanic & Atmospheric Administration (NOAA) weather station will be used. C,_ (in either case, Weather Station), as measured and reported. Delays due to adverse weather conditions will not be allowed for weather conditions that fall within these parameters. D,C_In order to qualify as an adverse weather delay day with respect to the foregoing parameters, daily rainfall must exceed 0.1 inch at the Weather Underground Canyon Country Station (KCACANY029) Weather Station. Notwithstanding these allowances, Contractor shall at all times employ all available mitigation measures to enable Work to continue, Contractor shall take reasonable steps to mitigate potential weather delays, such as dewatering the Site, lime treatment, and covering Work and material that could be affected adversely by weather. Failure to do so shall be cause for Owner to not grant a time extension due to adverse weather, where Contractor could have avoided or mitigated the potential delay by exercising reasonable care. mP--. D_Contractor shall include the foregoing precipitation parameters as a monthly activity in its progress schedule. As Work on the critical path is affected by precipitation, Contractor shall notify Owner and request that the days be moved to the affected activities. Any adverse weather days remaining shall be considered Project float available to either Owner or Contractor. ;'-E. Adverse weather delay for precipitation shall be recognized for the actual period of time Contractor proves it was delayed by precipitation exceeding the specified parameters. For example, and not by way of limitation, if precipitation exceeding the specified parameters does not in fact delay Contractor's progress on the critical path, then no time extension shall be recognized; and conversely, if Contractor proves to Owner's satisfaction that precipitation exceeding the specified parameters causes delay to Contractor for a period longer than the PROJECT SPECIFICATIONS for BIDDING (Addendum 31 09,/-2310/25/2024 THE RINK SPORTS PAVILION PROJECT GENERAL CONDITIONS CITY OF SANTA CLARITA P-3034A 00 72 00-19 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 Rev. 10 number of precipitation days incurred (e.g., if it rains or snows during grading work), then Contractor shall be entitled to a time extension equal to the actual period of such delay. 44rF. During unfavorable weather, wet ground, or other unsuitable construction conditions, Contractor shall employ best practices to protect the Work, manage the construction site and rainwater during inclement weather. Persons performing the Work shall examine surfaces to receive their Work and shall report in writing to Contractor, with copy to Owner representative and the Architect conditions detrimental to the Work. Failure to examine and report discrepancies makes the Contractor responsible, at no increase in Contract Sum, for corrections Owner may require. Commencement of Work constitutes acceptance of surface. 11.07 Liquidated Damages A. Time is of the essence. Execution of Contract Documents by Contractor shall constitute its acknowledgement that Owner will actually sustain damages in the form of Contract administration expenses (such as Project management and consultant expenses) in the amount fixed in the Contract Documents for each and every Day during which completion of Work required is delayed beyond expiration of time fixed for completion plus extensions of time allowed pursuant to provisions hereof. B. Contractor and Owner agree that because of the nature of the Project, it would be impractical or extremely difficult to fix the amount of such actual damages incurred by Owner because of a delay in completion of all or any part of the Work. Contractor and Owner agree that specified measures of liquidated damages shall be presumed to be the amount of such damages actually sustained by Owner, and that because of the nature of the Project, it would be impracticable or extremely difficult to fix the actual damages. C. Liquidated damages for delay shall cover administrative, contract services, overhead, interest on bonds, and general loss of public use damages suffered by Owner as a result of delay. Liquidated damages shall not cover the cost of completion of the Work, damages resulting from Defective Work, lost revenues or costs of substitute facilities, or damages suffered by others who then seek to recover their damages from Owner (for example, delay claims of other contractors, subcontractors, tenants, or other third -parties), and defense costs thereof. Owner may deduct from any money due or to become due to Contractor subsequent to time for completion of entire Work and extensions of time allowed pursuant to provisions hereof, a sum representing then -accrued liquidated damages. D. Contractor and Owner agree that the Key Personnel listed in Contractor's Statement of Qualifications (Document 00 45 13) were a material factor in Owner's assessment of Contractor's experience and the adequacy of Contactor's supervisory personnel. Accordingly, Contractor and Owner agree that Contractor shall not remove, reassign or make changes to any of the Key Personnel without Owner's prior written approval. In the event that any Key Personnel leaves the Project, is reassigned and/or is removed and replaced by Contractor before Project Final Completion, for any reason other than departure from Contractor, Contractor agrees to pay Owner liquidated damages as set forth in the Agreement (Document 00 52 00), unless Contractor can demonstrate to Owner's satisfaction that the Key Personnel were reassigned and/or removed and replaced for reasons beyond Contractor's control. ARTICLE 12 - CLAIMS BY CONTRACTOR 12.01 Obligation to File Claims for Disputed Work PROJECT SPECIFICATIONS for BIDDING (Addendum 31 09,1-2310/25/2024 THE RINK SPORTS PAVILION PROJECT GENERAL CONDITIONS CITY OF SANTA CLARITA P-3034A 00 72 00-20 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 REV. 41 of State of California, known as "Workers' Compensation Insurance and Safety Act," approved May 26, 1913, and all acts amendatory or supplemental thereto, in the statutory amount. E. Environmental Impairment Liability Insurance covering bodily injury and property damage utilizing an occurrence policy form, in an amount no less than f$472,000,0001 combined single limit for each occurrence. F. Any deductibles or self -insured retentions must be declared to and approved by Owner. At the option of Owner, either the insurer shall reduce or eliminate such deductibles or self -insured retentions as respects the Owner, its officers, officials, employees, and volunteers, or the Contractor shall provide a financial guarantee satisfactory to Owner guaranteeing payment of losses and related investigations, claim administration, and defense expenses. 17.02 If Contractor normally carries insurance in an amount greater than the minimum amounts required by Owner in Paragraph 17.01 above, that greater amount shall become the minimum required amount of insurance for purposes of the Contract. Therefore, Contractor hereby acknowledges and agrees that all insurance carried by it shall be deemed liability coverage for all actions it performs in connection with the Contract. 17.03 All policies of insurance shall be placed with insurers acceptable to Owner. The insurance underwriter(s) for all insurance policies except Workers' Compensation shall have an A. M. Best Company rating of FA, V1111 or better, unless otherwise specified in Contract Documents. Required minimum amounts of insurance may be increased should conditions of Work, in opinion of Owner, warrant such increase. Contractor shall increase required insurance amounts upon direction by Owner. 17.04 Required Endorsements: The policies required under Document 00 7200 (General Conditions) and this Document 00 7316 (including any umbrella or excess liability policy(ies)) shall be endorsed as follows and provided prior to execution of the Contract Documents. A. Commercial General Liability Endorsement Contractor shall furnish to Owner the "Commercial General Liability Endorsement" as provided in this Document 00 7316. The preferred form is a CG 20 10 1185, but the Contractor may substitute an alternative endorsement, with prior approval by Owner, provided the endorsement references "your work" and contains the following minimum specific components: 1. The insurance policy number. 2. A statement that includes the following language: "The City of Santa Clarita, including its officers, officials, employees, and volunteers, are included as insureds." 3. A statement acknowledging the insured's insurance as primary as respects the City of Santa Clarita and that any other insurance maintained by the City of Santa Clarita shall be in excess of the insured's insurance and shall not be called upon to contribute with it. 4. A statement that the policy shall not be canceled except after thirty (30) days prior written notice to the City of Santa Clarita. 5. An original, authorized signature. PROJECT SPECIFICATIONS for BIDDING (Addendum 31 09,1-2310/25/2024 THE RINK SPORTS PAVILION PROJECT SUPPLEMENTAL CONDITIONS CITY OF SANTA CLARITA P-3034A 0073 16-5 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 REV. 41 6. Coverage shall be at least as broad as Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001). An alternative to the submission of a CG 20 10 11 85 form is available. A CG 20 10 10 01 or a CG 20 33 10 01 (or similarly worded document) along with a CG 20 37 10 01 will be acceptable in lieu of a CG 20 10 11 85 form. Note: Policies that include endorsement numbers CG 22 94 10 01 and/or CG 22 95 10 01, or have the endorsement wording written into the policy language, are not acceptable. B. Automobile Liability Special Endorsement Contractor shall furnish to Owner the "Automobile Liability Special Endorsement" as provided in this Document 00 7316. The Contractor may substitute an alternative endorsement with prior approval by Owner, provided the endorsement contains the following minimum specific components: 1. The insurance policy number. 2. A statement that includes the following language: "The City of Santa Clarita, including its officers, officials, employees, and volunteers, are included as insureds." 3. A statement acknowledging the insured's insurance as primary as respects the City of Santa Clarita and that any other insurance maintained by the City of Santa Clarita shall be in excess of the insured's insurance, and shall not be called upon to contribute with it. 4. A statement that the policy shall not be canceled except after thirty days prior written notice to the City of Santa Clarita. 5. An original, authorized signature. 6. Coverage shall beat least as broad as Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, Code 1 (any auto). C. Workers' Compensation and Employer's Liability Special Endorsement Contractor shall furnish to Owner the "Workers' Compensation and Employer's Liability Special Endorsement" as provided in this Document 00 73 16. The Contractor may substitute an alternative endorsement with prior approval by Owner, provided the endorsement contains the following minimum specific components: 1. A waiver of subrogation clause which states the following: "This insurance company agrees to waive all rights of subrogation against the City of Santa Clarita, its officers, officials, employees, and volunteers for losses paid under the terms of this policy which arise from the work performed by the named insured for the City." 2. The insurance policy number. 3. A statement that the policy shall not be canceled except after thirty days prior written notice to the City of Santa Clarita. PROJECT SPECIFICATIONS for BIDDING (Addendum 31 09,1-2310/25/2024 THE RINK SPORTS PAVILION PROJECT SUPPLEMENTAL CONDITIONS CITY OF SANTA CLARITA P-3034A 0073 16-6 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 Updated Insurance Requirements for Capital Projects - Sept 2024 1.03 General Insurance Requirements A. Contractor shall maintain at its sole expense, submit coverage verification for approval by Owner prior to execution of this Contract, and keep in effect during the term of this Contract, the following types of insurance in amounts specified in this Section. 1. Workers' Compensation and Employer's Liability Insurance. Contractor shall maintain Workers' Compensation Insurance as required by the State of California. If there is any risk of injury to Contractor's employees under the U.S. Longshoremen's ad Harbor Workers' Compensation Act, the Jones Act, or other laws, regulations, or statutes applicable to maritime employees, coverage shall be included for such injuries or claims. Employer's Liability insurance shall be provided with limits not less than: $1,000,000 per accident $1,000,000 per each employee for disease $1,000,000 policy limit. 2. Commercial General Liability Insurance. Contractor shall maintain Commercial General Liability Insurance (CGL) written on an occurrence form providing coverage for bodily injury, property damage, and personal and advertising injury through any combination of primary and excess or umbrella liability insurance policies with annual reinstatement of the general aggregate limit at each policy period renewal. The CGL shall include broad contractual liability and not contain any XCU exclusions. The CGL insurance must be written on an ISO occurrence form CG 00 01 or substitute forms providing equivalent coverage. All excess or umbrella policies shall be follow -form and afford no less coverage than the primary policy. Coverage shall apply for both ongoing and completed operations on a form acceptable to Owner. Coverage shall be provided to Owner for liability and any damage to property and injury or death of persons, unless caused by Owner'S sole or active negligence or willful misconduct. Completed operations coverage must be in place for the entire California State Statute of Repose which is currently ten (10) years. The liability insurance requirements as noted in this section can be met through a Contractor Controlled Insurance Program (CCIP), however, Owner reserves the right to review and approve the program prior to starting work. Owner, its officers, directors, employees, their successors shall be named as additional insureds on Contractor's commercial liability and excess policies providing coverage at least as broad as Insurance Service Office's Additional Insured — Owners, Lessees, or Contractors CG 20 10 for ongoing operations and CG 20 37 for completed operations. Evidence of this required additional insured coverage must be separately attached to the certificate of insurance. Required limits shall be $5,000,000 per occurrence for bodily injury and property damage liability $5,000,000 personal and advertising injury 4884-5183-7680 v1 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 $10,000,000 general policy aggregate $10,000,000 products/completed operations aggregate 3. Commercial Automobile Insurance. Contractor shall maintain Commercial Automobile Insurance written on ISO form CA 00 01 or substitute form providing equivalent liability coverage. Such insurance shall cover liability arising out of any auto including owned, hired, and non -owned autos and may be satisfied by a combination of primary and excess and/or umbrella policies. All excess or umbrella policies shall contain a drop -down clause in the event of exhaustion of primary limits and provide coverage for primary auto liability. Coverage shall include an MCS 90 endorsement for Contractor's hauling or transporting hazardous materials. Required limits shall be: $5,000,000 combined single limit for property damage and bodily injury liability 4. Contractor's Pollution Liability Insurance. Contractor shall maintain Contractor's Pollution Liability Insurance providing coverage for bodily injury, property damage, personal injury and environmental site restoration including fines and penalties in accordance with applicable EPA or state regulations. Coverage shall extend to losses from the release or escape of pollutants including discharge of pollutants brought to the site, release of pre-existing pollutants at the site whether sudden or gradual over time and mold resulting from Contractor's work. Coverage must also extend to first -party clean-up costs, business interruption, loss of rents, and extra expense and include coverage for completed operations up to ten (10) years following project acceptance by Owner. Required limits shall be: $2,000,000 per occurrence $2,000,000 annual aggregate 5. Builder's Risk/Installation Floater. Contractor shall maintain Builder's Risk Insurance providing coverage for full replacement value to include materials, labor, profit and overhead on an All Risk/Special Form for all risks of physical loss or damage for all real property or improvements with no coinsurance penalty provision. Coverage for testing, water damage, underground piping, and mechanical breakdown shall be included. The policy shall include Owner as a loss payee. Property insurance deductibles are the sole responsibility of the Contractor and must be disclosed to Owner prior to commencing work. Included Coverage — The above builder's risk insurance shall include the following coverages: 1. Including, but not by way of limitation, for all damages of loss to the Work and to appurtenances, to materials and equipment to be incorporated into the Project while the same are in transit, stored on or off the Site, to construction plant and temporary structures. 2. Such insurance shall cover, but shall not be limited to, the perils of fire, lightning, windstorm, hail, explosion, riot, riot attending a strike, civil commotion, smoke damage, damage by aircraft or vehicles, vandalism and malicious mischief, theft, collapse, and flood. 4884-5183-7680 v1 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 3. The policy shall cover the costs of debris removal, including demolition as may be made reasonably necessary by the application of any law, ordinance, or regulation. 4. Start-up & testing, and machinery breakdown including electrical arching. 5. Consequential losses due to delay in completing the Work. The builder's risk insurance limit for consequential losses is $1,000,000. 6. The policy shall provide the Owner the right to occupy the premises without termination of the policy until Final Completion of the Project. Application of Loss Proceeds - In the event of a covered loss, proceeds of builder's risk insurance shall be applied first to reimburse actual costs of demolition, debris removal, reconstruction, and repair or replacement incurred in the discharge of the Contractor's obligations of repair or replacement under this Contract. Insurance proceeds shall be deposited in a separate account in a local bank satisfactory to the Owner and shall be withdrawn only with the Owner's written approval to reimburse such actual costs as the builder's risk carrier has agreed to reimburse. Owner shall have no liability for failure of the builder's risk carrier to pay for any particular cost of repairs. In the event of the termination of the Contractor for default, the Contractor shall forfeit all rights to builder's risk insurance proceeds and Owner may expend such proceeds to complete the Project as if they were unpaid contract monies. If the project involves installation of equipment only, Contractor shall provide evidence of an Installation Floater providing coverage for the value of equipment to be installed and shall include Owner as an insured and loss payee. Coverage for testing, water damage, and mechanical breakdown shall be included. Contractor is solely responsible for insuring, repairing, or replacing any of its personal property and tools and equipment, whether owned, non -owned, or hired. 6. Professional Liability Insurance. Contractor shall maintain Professional Liability Insurance providing coverage for professional services rendered under this Contract, if any. The policy must have a retroactive date prior to the effective date of the Contract. Contractor agrees to maintain coverage continuously for a period of no less than three (3) years following project acceptance by Owner. Required limits shall be: $2,000,000 per claim $2,000,000 annual aggregate 7. Cyber Liability Insurance. Contractor shall maintain Cyber Liability Insurance with limits not less than $2,000,000 per occurrence or claim, $2,000,000 aggregate. Coverage shall be sufficiently broad to respond to the duties and obligations as is undertaken by Contractor in this agreement and shall include, but not be limited to, claims involving security breach, system failure, data recovery, business interruption, cyber extortion, social engineering, infringement of intellectual property, including but not limited to infringement of copyright, trademark, trade dress, invasion of privacy violations, information theft, damage to or destruction of electronic information, release of private information, and alteration of electronic information. The policy shall provide coverage for breach response costs, regulatory fines and penalties as well as credit monitoring expenses. 4884-5183-7680 v1 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 B. Additional Provisions Applicable to All Insurance Requirements The following provisions apply to all required insurance coverages referenced above with exception noted, if any. Additional Insureds. Contractor's insurance, with exception of workers compensation and professional liability, if required, shall name Owner, its directors, officers, employees, their successors as additional insureds. Refer to Commercial General Liability requirement above for specific additional insured requirements. Primary Insurance. Contractor's insurance shall be primary and non-contributory with any insurance maintained by Owner and shall include cross liability or severability of interest, if applicable. Notice of Cancellation. Contractor's insurance shall be endorsed to provide Owner with notice thirty (30) days prior to cancellation of any required coverage except for non- payment which may be with ten (10) days notice of cancellation. Acceptability of Insurers. All required insurance shall be written by companies having an AM Best's rating of A- VII or equivalent, as determined by Owner. Deductibles and Self -Insured Retentions. Any deductible or self -insured retention maintained by Contractor for any required coverage must be declared and approved by Owner. Owner reserves the right to request financial statements. Contractor agrees to be fully responsible for payment of any such deductibles or self -insured retentions. Insurance Compliance. Contractor shall deliver to Owner certificates of insurance on an Acord or equivalent form signed by an authorized representative of the insurers prior to the execution of this Contract, prior to commencing any work or service, and at least ten (10) days prior to the renewal or replacement of any of the required insurance, or upon reasonable request by Owner. Certificates of insurance must include all required endorsements, including but not limited to additional insured, primary and non- contributory, notice of cancellation, and waiver of subrogation, as applicable. Contractor will not receive a notice to proceed until Owner has approved insurance. Owner reserves the right to request copies of required insurance policies, as needed. Verification of Insurance Coverage — Owner utilizes the services of Ebix, Inc. to confirm insurance compliance and to collect electronic copies of Certificates of Insurance. Contractor shall submit all required information to Ebix, Inc with original certificates and amendatory endorsements or copies of the applicable policy language effecting coverage required herein. All certificates and endorsements shall be verified by Ebix and accepted by Owner before work commences. Owner may also require copies of Policy Declarations Pages and Schedules of Policy Endorsements. Contractor shall provide insurance documentation to [email address] for processing. Should Contractor fail to obtain and maintain the required insurance, Owner reserves the right, upon ten (10) days prior written notice to Contractor of its intention to do so, to obtain and maintain such insurance on behalf of Contractor. Contractor shall be responsible for all costs incurred with respect to such insurance obtained by Owner, plus administrative overhead. 4884-5183-7680 v1 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 Maintenance of Insurance. Contractor shall maintain all required insurance throughout the entire duration of this Contract without any lapse in coverage or reduction in required limits. Owner reserves the right to reevaluate and adjust the insurance types and coverage limits required herein annually. Available Insurance. If the Contractor maintains broader coverage and/or higher limits than the minimum insurance requirements above, Owner requires and shall be entitled to the broader coverage and/or higher limits maintained by the Contactor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to Owner. Waiver. Contractor agrees to waive all rights of recovery against Owner, and cause its Workers' Compensation, Commercial General Liability, Automobile Liability, and Umbrella/Excess insurance policies to be endorsed to waive subrogation against Owner. Contractor waives all right of recovery or subrogation against Owner regardless of cause of damage. Self -Insurance. Owner recognizes that some insurance requirements contained in this Contract may be fulfilled by self-insurance on the part of the Contractor. Self-insurance shall not in any way limit liabilities assumed by Contractor under this Contract including but not limited to naming Owner as an additional insured and waiving rights of recovery. Any self-insurance shall be approved in writing by Owner upon satisfactory evidence of financial capacity. Contractor obligation hereunder may be satisfied in whole or in part by adequately funded self-insurance programs or self -insured retentions. Subcontractors Insurance. Contractor shall require insurance of its subcontractors for the types and coverage limits appropriate for the exposure within each subcontractor agreement. In no event shall the insurance required of the Contractor be reduced or altered by the coverage maintained by subcontractors. Minimum Amount of Coverage for all Listed Subcontractors: Contractor shall require and verify that all subcontractors maintain insurance meeting all requirements stated herein. Contractor shall ensure that CENTRAL SAN is an additional insured on insurance required from subcontractors. The bodily injury, personal injury and property damage liability of the Commercial General Liability insurance shall provide coverage in the following minimum limits of liability: $2,000,000 on account of any one occurrence for bodily injury and property damage, $4,000,000 personal and advertising injury limit with an annual general aggregate limit of not less than $4,000,000, and $2,000,000 products and completed operations aggregate. The Automobile Liability insurance policy shall provide minimum limits of $1,000,000 per accident as a combined single limit arising out of the ownership, maintenance, or use of any owned or non -owned vehicles. These minimum amounts of insurance coverage do not preclude Contractor from requiring higher limits or additional insurance coverage as it deems necessary. Minimum Amount of Coverage for Unlisted Subcontractors: 4884-5183-7680 v1 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 Contractor shall require and verify that all subcontractors maintain insurance meeting all requirements stated herein. Contractor shall ensure that CENTRAL SAN is an additional insured on insurance required from subcontractors. The bodily injury, personal injury and property damage liability of the Commercial General Liability insurance shall provide coverage in the following minimum limits of liability: $2,000,000 on account of any one occurrence for bodily injury and property damage, $1,000,000 personal and advertising injury limit with an annual general aggregate limit of not less than $2,000,000, and $1,000,000 products and completed operations aggregate. The Automobile Liability insurance policy shall provide minimum limits of $1,000,000 per accident as a combined single limit arising out of the ownership, maintenance, or use of any owned or non -owned vehicles. These minimum amounts of insurance coverage do not preclude the Contractor from requiring higher limits or additional insurance coverage as it deems necessary. 4884-5183-7680 v1 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 Rev 1 C. Erection or dismantling of vertical shoring systems more than three stories high, or the equivalent height (36 feet). 2. The local Cal/OSHA Occupational Safety & Health district office is located at: 6150 Van Nuys Blvd., Suite 405 Van Nuys, CA 91401 (818) 901-5403 B. All other permits that may be required, such as electrical, mechanical, Fire prevention, Health Department, irrigation, grading, slope protection, tree cutting, etc., have not been applied for and shall be obtained by Contractor. Any applicable City permit fees will be waived or reimbursed to the extent specified in Document 00 72 00 (General Conditions). 1.13 Actual Damages for Permit Violations A. In addition to damages which are impracticable or extremely difficult to determine, for which liquidated damages will be assessed as described in Document 00 52 00 (Agreement) and Document 00 72 00 (General Conditions), Owner may incur actual damages, including fines imposed by any regulatory agency B. Contractor shall be liable for and shall pay Owner the amount of any actual losses in addition to liquidated damages or other remedies provided by the Contract Documents. C. The amount of liquidated damages provided in Document 00 52 00 (Agreement) and Document 00 72 00 (General Conditions) is not intended to include, nor does the amount include, any damages incurred by Owner for reasons other than those listed in that paragraph. Any money due or to become due to Contractor may be retained by Owner to cover both the liquidated and the actual damages described above and, should such money not be sufficient to cover such damages, Owner shall have the right to recover the balance from Contractor or its sureties. PART 2 PRODUCTS 2.01 -Owner-Furnished Products (NONE, all owner furnished products will be owner installed OFOI) 2.02 Refer to plans for menu boards and DJ booth equipment identified as Owner Furnished, Contractor Installed PART 3 EXECUTION — NOT USED END OF SECTION PROJECT SPECIFICATIONS for BIDDING (Addendum 31 09,4310/25/2024 THE RINK SPORTS PAVILION PROJECT SUMMARY OF WORK CITY OF SANTA CLARITA P-3034A 01 11 00-6 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 F. Records of Sales: Indicate receipt and acceptance of salvageable waste sold to individuals and organizations. Indicate whether organization is tax exempt. G. Recycling and Processing Facility Records: Indicate receipt and acceptance of recyclable waste by recycling and processing facilities licensed to accept them. Include manifests, weight tickets, receipts, and invoices. H. Landfill and Incinerator Disposal Records: Indicate receipt and acceptance of waste by landfills and incinerator facilities licensed to accept them. Include manifests, weight tickets, receipts, and invoices. Mill J-. I. Qualification Date: For waste management coordinator. K—J. Statement of Refrigerant Recovery: Signed by refrigerant recovery technician responsible for recovering refrigerant, stating that all refrigerant that was present was recovered and the recovery was performed according to EPA regulation. Include name and address of technician and date refrigerant was recovered. 1.05 QUALITY ASSURANCE A. Waste Management Coordinator Qualifications: Experienced firm, with a record of successful waste management coordination of projects with similar requirements, that employs an Accredited Professional, certified by the EC, as waste management coordinator. B. Refrigerant Recovery Technician Qualifications: Certified by EPA -approved certification program. C. Regulatory Requirements: Comply with hauling and disposal regulations of authorities having jurisdiction. D. Waste Management Conference: Conduct conference at Project site to comply with requirements in Section 0131 00 "Project Management and Coordination." Review methods and procedures related to waste management including, but not limited to, the following: 1. Review and discuss waste management plan including responsibilities of waste management coordinator. 2. Review requirements for documenting quantities of each type of waste and its disposition. PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 2) 1089/253/2024 THE RINK SPORTS PAVILION PROJECT CONSTRUCTION AND DEMOLITION WASTE MANAGEMENT CITY OF SANTA CLARITA P-3034A 01 74 19-4 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 Rev 1 SECTION 05 4100 COLD -FORMED METAL FRAMING PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Load -bearing metal stud systems. l 14t dip g.,1vaRiZifg f St,-,,. ttff.,l stool aftieles 7 Het dip galvanizing of fabFieated stool . bli 2 PFep.,Fatia of galvanized stool assemblies fe B. Related Sections: 1. Division 01 - General Requirements. 2. Section 0145 23 - Testing and Inspection. 3. Section 05 12 00 - Structural Steel Framing. 4. Section 09 22 16 - Non -Structural Metal Framing. 5v-vv-zMetal rzcvz-rcucrvrrs 1.02 REFERENCES A. American Iron and Steel Institute (AISI 1. AISI D 100 Cold -Formed Steel Design Manual 2. AISI S100 North American Specification for the Design of Cold - Formed Steel Structural Members B. American Society for Testing and Materials (ASTM): PROJECT SPECIFICATIONS for BIDDING (Addendum 31 05,1-2010/25/2024 THE RINK SPORTS PAVILION PROJECT COLD FORMED METAL FRAMING CITY OF SANTA CLARITA P-3034A 05 41 00-1 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 Rev 1 1. 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 2. ASTM A1011/AIO11M 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 C. The Society for Protective Coatings (SSPC): 1. SSPC-PA 1 Shop, Field, and Maintenance Painting of Steel PROJECT SPECIFICATIONS for BIDDING (Addendum 31 05,1-2010/25/2024 THE RINK SPORTS PAVILION PROJECT COLD FORMED METAL FRAMING CITY OF SANTA CLARITA P-3034A 05 41 00-2 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 Rev 1 White Metal Blast Gleaning, Bpds1, Off Blast Glea*ifig 1` eaF White Blast Glea-ni.,t. Bmsh Off Blast Gleaning !''eate.a rT.,..eate.1 !".,1v.,ni 1 4. SSPC; SP5 c ccnr SP7 ti�n SSPG v- rc 4 SSPC 6 Steel, Stainless of n -Steels, andNon-reFFE)tts Metals. A. Shop Drawings: Submit drawings showing framing, connection details, accessories and anchorage. Indicate location of assemblies, size and spacing of framing components. B. Product Data: Submit manufacturer's catalog data for each item proposed for installation. C. Certificates: Furnish manufacturer's certification that materials meet or exceed Specification requirements. • .r:� �e�ses!*e!:!��s!s. .ter 1.04 QUALITY ASSURANCE A. E A. Comply with following as a minimum requirement: B. 1. AISI - Specifications for Design of Cold Formed Steel Structural Members. PROJECT SPECIFICATIONS for BIDDING (Addendum 31 THE RINK SPORTS PAVILION PROJECT CITY OF SANTA CLARITA P-3034A 05,1-2010/25/2024 COLD FORMED METAL FRAMING 05 41 00-3 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 Rev 1 C. 2. Welds shall be performed by AWS certified welders. Welding shall be performed in accordance with requirements of American Welding Sociejy (AWS) Structural Welding Code -Steel D1.1 and D1.3. Structural welding Code -Sheet Steel. 1.056 DELIVERY, STORAGE AND HANDLING A. Materials shall be delivered in their original unopened packages and stored protected from damage. Do not store material directly on grade. Provide adequate support to prevent bowing of material prior to installation. B. Store weldiniz electrodes in accordance with AWS D12.1. PART 2 - PRODUCTS 2.01 r T n TE I n T c MANUFACTURERS A. Provide studs, tracks, joists, header, and accessories manufactured following: 1. ClarkWestern Building Systems. 2. Dietrich Industries, Inc. 3. Marino/WARE. PROJECT SPECIFICATIONS for BIDDING (Addendum 31 THE RINK SPORTS PAVILION PROJECT one of 05,1-2010/25/2024 COLD FORMED METAL FRAMING CITY OF SANTA CLARITA P-3034A 05 41 00-4 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 Rev 1 Cemco. 5. Equal. A-.B. Steel fef Gak,afiiAfigi As speeiffed in Seetiefisi Special Connection Accessories: Products manufactured by The Steel Network, Inc., or equal 7, e f4 Galvanizing: !''.,nfg ,, to n ST-N4 B6 as speeified it n ST-N4 n 123. a 2.02 MATERIALS A. Steel: Steel for light gage structural framing, studs, tracks, joists, bridging, sills and headers, shall conform with ASTM A1011/AIO11M, minimum Grade 33, or ASTM A1008/A1008M, minimum Grade C, with a minimum yield point of 33,000 psi. Light gage structural framing shall conform with applicable requirements of AISI S 100 and D100. Framing members and accessories shall be delivered to the job with manufacturer's standard oven -dried coat of corrosion -inhibitive metal primer. B. Framing Members: 1. Studs: "C" studs or standard channel studs of sizes indicated. Studs shall be 16 gage steel unless noted otherwise. Studs shall be unpunched where required to be bolted. 3. Joists: Punched channel joists of sizes indicated. Joists shall be 16 gage steel as indicated. Short lengths may be 18 gage steel. Joists shall be unpunched where required to be bolted. Provide joists for floors, ceilings, and soffits as indicated. Heavier Members: Where studs or joists are required to be heavier steel because of long lengths or heavy loads, provide 12 or 14 gage components as indicated or required. C. Screws: Self -drilling, self -tapping hardened steel screws manufactured specifically for the purpose and capable of penetrating 12 gage or heavier sheet steel of structural quality. Provide screws with corrosion -inhibitive coating. D. Bolts: 1/4-inch diameter hot -dip galvanized steel bolts with matching nuts. Provide hot -dip galvanized washers for all bolt heads and nuts. PROJECT SPECIFICATIONS for BIDDING (Addendum 31 THE RINK SPORTS PAVILION PROJECT CITY OF SANTA CLARITA P-3034A 05,1-2010/25/2024 COLD FORMED METAL FRAMING 05 41 00-5 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 Rev 1 E. Powder -Driven Fasteners: 1/4-inch diameter fasteners with washers, may be used for attaching tracks in lieu of anchor bolts if first approved by the Engineer for the location. Use washers with all inserts. Powder -driven fasteners will not be Permitted for use on concrete curbs or along the edge of concrete or a concrete joint. the location. Use washers under all bolt heads and nuts. Expansion bolts shall be located at least 4 inches from the edges or corners of concrete. PART 3 — EXECUTION 3.01 INSTALLATIONP E n n n rrnrr A. Install plumb and true. Install necessary accessories for proper installation. B. Anchor top and bottom runner track to ceiling or roof structure overhead and to floor structure below. C. Install studs squarely, in and bottom runner track with firm abutment against track webs. D. Align and plumb studs, and fasten to flanges of both top and bottom runner tracks. E. Provide three studs minimum at corners of stud walls. Locate so as to provide surfaces for attachment of interior and exterior facing materials. F. Members not indicated to be welded together shall be attached with manufacturer recommended screws with minimum one screw at each flange of stud to top and bottom track. Wire tying of framing members is not permitted. G. Provide lateral braciniz and bridainiz in accordance with manufacturer's written recommendations or as required by CBC. H. Intersecting walls and partitions, whether load -bearing or not, shall be connected. L Splices in axially loaded studs are not permitted. J. Splice or butt weld butt joints in runner tracks. No splices are permitted in tracks over lintels, diaphragm sheathing, or diagonal bracing. K. Weld connections by fillet welds or plug welds in accordance with AWS recommended procedures and practices. L. Touch-up field abrasions and welds with galvanizing touch-up material. PROJECT SPECIFICATIONS for BIDDING (Addendum 31 05,1-2010/25/2024 THE RINK SPORTS PAVILION PROJECT COLD FORMED METAL FRAMING CITY OF SANTA CLARITA P-3034A 05 41 00-6 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 Rev 1 M. Studs that frame door openings shall be clibbed to floor with 14 izaize angle clibs. Each clip to have two fasteners into studs and two fasteners into floor. N. Provide additional joists or blocking adjacent to exterior and interior walls, openings and elsewhere as required to provide support for indicated ceiling construction. O. Provide an additional joist under parallel partitions where partition length exceeds 1/2 joist span and around floor and roof openings which interrupt one or more spanning members. h . - �•� •�! N IX WAMi PROJECT SPECIFICATIONS for BIDDING (Addendum 31 05,1-2010/25/2024 THE RINK SPORTS PAVILION PROJECT COLD FORMED METAL FRAMING CITY OF SANTA CLARITA P-3034A 05 41 00-7 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 Rev 1 3.9302 BACKING PLATES Install backiniZ blates and reinforciniz of the various tubes indicated or reauired for the mounting of all items on or in partitions, framed walls, or shafts. Exact position of backing work shall be as designated by the trade whose work will be fastened thereto. The end result shall be that all items attached to or framed in gypsum wallboard surfaces shall be firmly and solidly mounted. 1. Backiniz blates for crab bars. handrails. and cabinets shall be a minimum of 16 gage galvanized steel, four (4) inches in height, and shall span at least two studs. Backing plates for toilet accessories and other items requiring backing shall be a minimum of 20 gage galvanized steel, four (4) inches in height, and shall span at least one stud past point of connection. , as applie 3.034 CONNECTIONS TO METAL DECKING A. Provide premolded neoprene filler strips matching flute profile for non -fire -rated walls and partitions covered on one or both sides up to metal decking. required for fire rating, but in no case over 16 inches on center. Areas above runner one inch of firestopping for a two-hour system. Install required special tracks, angles, fasteners and strips of gypsum wallboard to provide required fire resistance rating. C. Fire -rated top tracks shall be installed in accordance with manufacturer's recommendations and fire rating Mproval requirements. PROJECT SPECIFICATIONS for BIDDING (Addendum 31 THE RINK SPORTS PAVILION PROJECT CITY OF SANTA CLARITA P-3034A 05,1-2010/25/2024 COLD FORMED METAL FRAMING 05 41 00-8 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 Rev 1 „ . - - y A. Welding Inspection: 1. Inspection of field welding operations shall be performed by pecial inspector. 2. The special inspector shall inspect material, equipment, procedures, welds, and welder qualifications. Ate I N 3.05 CLEAN UPP EP n n n T40N FOR TOP GO n T-PII[ A. Remove rubbish_ debris. and waste materials and leizally disbose of off Proiect site. PROJECT SPECIFICATIONS for BIDDING (Addendum 31 05,1-2010/25/2024 THE RINK SPORTS PAVILION PROJECT COLD FORMED METAL FRAMING CITY OF SANTA CLARITA P-3034A 05 41 00-9 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 Rev 1 3.06 PROTECTION A. Protect Work of this section until Substantial Completion. END OF SECTION PROJECT SPECIFICATIONS for BIDDING (Addendum 31 THE RINK SPORTS PAVILION PROJECT 05,1-2010/25/2024 COLD FORMED METAL FRAMING CITY OF SANTA CLARITA P-3034A 05 41 00-10 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 SECTION 06 73 00 COMPOSITE WOOD PART 1 GENERAL 1.01 Section Includes A. Composite Wood.Deek4ag 1.02 Related Sections A. Section 03 30 00 — Cast -In Place Concrete B. Section 06 10 00 — Rough Carpentry 1.03 References A. ASTM D-7032-04: Standard Specification for Establishing Performance Ratings for Wood -Plastic Composite Deck Boards and Guardrail Systems (Guards or Handrails), ASTM International. B. ASTM D-7031-04: Standard Guide for Evaluating Mechanical and Physical Properties of Wood -Plastic Composite Products, ASTM International C. ASTM E-84-01: Test Method for Surface Burning Characteristics of Building Materials, ASTM International. D. ASTM D 570: Water Absorption of Plastics E. ASTM D 1761: Mechanical Fasteners in Wood F. ASTM D-1413-99: Test method for Wood Preservatives by Laboratory Soil -block Cultures G. ASTM C 177: Standard Test Method for Steady -State Heat Flux Measurements and Thermal Transmission Properties by Means of the Guarded -Hot -Plate Apparatus 1.04 Design/Performance Requirements A. Structural Performance: a. Deck: Uniform Load — 1001bf/sq.ft. b. Tread of Stairs: Concentrated Load: 750 lbf/sq.ft., and 1/8" max. deflection with a concentrated load of 300 lbf on area of 4 sq. in. B. Fire -Test Response Characteristics per ASTM E-84. 1.05 Submittals A. Product Data Indicate sizes, profiles, surface style, and performance characteristics. PROJECT SPECIFICATIONS for BIDDING (Addendwn 3) 040- C THE RINK SPORTS PAVILION PROJECT COMPOSITE WOOD CITY OF SANTA CLARITA P-3034A 06 73 00-1 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 Rev 1 C. Coordinate opening sizes and installation with roofing and related Work to ensure fit and installation. D. Pre -installation Meetings: Refer to Division 07 roofing sections as appropriate. Attend the pre -installation and inspection meetings for roofing Work. 1.04 DELIVERY, STORAGE AND HANDLING A. Protect roof specialties and accessories by storing above grade on required skids or supports. Protect from physical damage and do not install bent or damaged materials. PART2-PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Roof Hatches: Babcock Davis. 2. Bilco Company. Lane-aire Model CRH. 4. Dur-Red Products. Equal. 2.02 PRODUCTS A. Roof Hatches: Babcock Davis model BRHU. Provide roof hatches of indicated sizes. Hatches shall be fabricated of galvanized steel, 14 gage curb and cover, 22 gage cover liner, and 1 inch thick insulation in cover and curb. Cover shall operate by a compression spring enclosed in a telescopic case or enclosed torsion spring, with automatic hold -open arm. Provide padlock hasp on inside of unit. Include the following accessories: 1. Roof hatch safety railing: Babcock Davis, providing a permanent means of fall protection for roof hatch openings. Rail system shall meet OSHA Standard 29 CFR 1910.23(a)(3). Railing model, configurations and dimensions shall provide necessary protection and as indicated in drawings. 2. Ladder extensions. Bilco Model 1, "LadderUP Safety Post," Maxam Metal Products, "Spring Balance Safety Post", or equal, on fixed ladders below roof hatches. Device shall be manufactured of high strength steel with telescoping tubular section that locks automatically when fully extended. Upward and downward movement shall be controlled by a stainless steel spring balancing mechanism. Finish shall be hot dip galvanized. Unit shall be completely assembled PROJECT SPECIFICATIONS for BIDDING (Addendum 3) 05,Q910/25/2024 THE RINK SPORTS PAVILION PROJECT ROOF SPECIALTIES CITY OF SANTA CLARITA P-3034A 07 71 00-2 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 Rev 1 2. Cleaner: Aqua Mix Concentrated Tile Cleaner, neutral phosphate -free cleaner, Custom Building Products Tile Lab Concentrated Tile and Stone Cleaner, or Mapei Ultracare cleaner. 3. Sealer: Aqua Mix Penetrating Sealer, fungus- and bacteria -resistant, stain - resistant, and slip -resistant as specified for tile, Custom Building Products Tile Lab Surface Gard, Mapei Ultracare, or equal. M. Sealants: 1. Sealant and primer shall be from one manufacturer, acceptable to tile and grout manufacturers. See Section 07 9200 - Joint Sealants. 2. Ceramic Mosaic Tile: One -Part, Mildew -Resistant Silicone Sealant: ASTM C920; Type S; Grade NS; Class 25; Uses NT, G, A, and, as applicable to nonporous joint substrates indicated, O; formulated with fungicide, intended for sealing interior ceramic tile joints and other nonporous substrates that are subject to in-service exposures of high humidity and extreme temperatures. 2.03 TILE A. Unglazed Porcelain Floor Tile: 1. Size and type: As indicated in drawings. 2. Colors and patterns as indicated in drawings or as selected by Architect. 3. Slip Resistance: Resistant to slipping appropriate to the installed conditions of use, as required by the California Building Code, ADAAG, ANSI 137.1 and TCNA. B. Wall Tile: 1. Size and type: As indicated in drawings 2. Colors and patterns as indicated in drawings or as selected by Architect. C. Trim: I . Integral bullnose at external corners. 2. Provide bullnose where tile projects from jamb. 3. Tile base with wall tile above 4. Bullnose at wainscot, height as shown in drawings. D. Stone Thresholds: PROJECT SPECIFICATIONS for BIDDPTG BIDDING (Addendum 3) 05/2010/25/2024 THE RINK SPORTS PAVILION PROJECT TILING CITY OF SANTA CLARITA P-3034A 0930 13-6 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 Rev I 2. Tolerance: a. Length and Width: +/-1/8 " (3.175mm) b. Square - Not to exceed 1/8 " for 8 foot (2.4m) panels or 5/32 " (3.96mm) for 10 foot (2.4m) panels B. Properties: Resistant to rot, corrosion, staining, denting, peeling, and splintering. 1. Flexural Strength - 1.7 x 104 psi per ASTM D 790. 2. Flexural Modulus — 6.0 x 105 psi per ASTM D 790. 3. Tensile Strength — 8.0 x 103 psi per ASTM D 638. 4. Tensile Modulus — 9.43 x 105 psi per ASTM D 638. 5. Water Absorption - 0.17% per ASTM D 570. 6. Barcol Hardness (scratch resistance) of 30 as per ASTM D 2583. 7. Izod Impact Strength of 7.0 ft. lbs./in ASTM D 256 C. Back Surface: Smooth. Imperfections which do not affect functional properties are not cause for rejection. D. Front Finish: 2. Surface: As indicated in drawi ags.S—u �. 3. Fire Rating: As indicated in drawings. 4. Size: As indicated on drawings. 2.03 BASE A. Marlite Base Molding for 0.090" (2.29mm) thick FRP Panels 1. Color: As selected from Manufacturer's standard color chart. 2. Profiles: a. M 612 FRP Base Molding, 10' length b. M 651 Inside Corner C. M 660 Outside Corner d. M 620 LH End Cap e. M 625 RH End Cap PROJECT SPECIFICATIONS for BIDD `TG BIDDING (Addendum 3) 05/2010/25/2024 THE RINK SPORTS PAVILION PROJECT FIBERGLASS REINFORCED WALL PANELS CITY OF SANTA CLARITA P-3034A 09 77 00-4 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 Rev 1 B. Propriotary Products/System: Composite wall and ceiling panels, including the following: FiberLite, Fiberglass Reinforced Plastic (FRP) Panels. 1. Texture: Smooth, High Pressure Laminate (HPL) 2. Thickness:0.090" 3. Fire -Rating Class: A 4. .Color" As indicated in drawings 5. Size: As indicated in drawings. 6. :Texture: As indicated in drawings. C. Or Approved equal. 2.02 ACCESSORIES A. Moldings: Aluminum coordinating moldings, color as selected by Architect from manufacturer's color chart. PART 3: EXECUTION 3.01 MANUFACTURER'S INSTRUCTION A. Adhesive: Provide panel adhesive as recommended by panel manufacturer. B. Trim and Seam Treatment: 1. Manufacturer: Acceptable to panel manufacturer. 2. _Material and Color: Aluminum moldings, color as selected by Architect. C. Fasteners: Provide appropriate fasteners and accessories as required to properly complete installation. 3.03 PREPARATION A. Comply with the instructions and recommendations of the durable, decorative wall panel manufacturer. B. Site Verification of Conditions: Verify substrate conditions, which have been previously installed under other sections, are acceptable for product installation in accordance with manufacturer's instructions. Verify that site conditions are acceptable for installation of durable, decorative wall panels. Examine back-up surfaces to determine that corners are plumb and straight, surfaces are smooth, uniform, clean and free from foreign matter, nails are countersunk and joints and cracks are filled flush and PROJECT SPECIFICATIONS for BIDDING (Addendum 3) 0542010/25/2024 THE RINK SPORTS PAVILION PROJECT FIBERGLASS REINFORCED PLASTIC CITY OF SANTA CLARITA P-3034A 0977 13-5 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 I Rev 1 A. Manufacturer Qualifications: Minimum 5 years' experience in manufacture of solid plastic toilet compartments with products in satisfactory use under similar service conditions. B. Installer Qualifications: Minimum 5years experience in work of this Section. 1.06 DELIVERY, STORAGE AND HANDLING A. Deliver materials to Project site with manufacturer's labels intact and legible, in sealed containers. Materials shall be kept dry. B. Protect compartments and screens. 1.07 COORDINATION A. Field Measurements: Secure field measurements prior to fabrication, for proper and adequate fabrication and installation of the Work of this section. B. Furnish inserts and anchorage built into other construction for installation of toilet compartments, urinal screens and vision panels. 1.07 WARRANTY A. Provide manufacturer's 25 year warranty against breakage, corrosion, and delamination under normal conditions. PART 2-PRODUCTS 2.01 MANUFACTURERS A. Basis of Design: Scranton Products. (www.scrantonproducts.com) B. Product: Hiny Hinders 2.02 MATERIALS A. Toilet Doors, Panels and Pilasters: 1. High density polyethylene (HDPE), fabricated from polymer resins compounded under high pressure, forming single thickness panel. 2. Waterproof and nonabsorbent, with self-lubricating surface, resistant to marks by pens, pencils, markers, and other writing instruments. 3. 1 inch thick with edges rounded to 1/4 inch radius. 4. Color: Mahogany — Orange Peel B. Aluminum Extrusions: ASTM B221, 6463-T5 alloy and temper. PROJECT SPECIFICATIONS for BIDDING (Addendum 3) 05,4?010/25/2024 THE RINK SPORTS PAVILION PROJECT SOLID PLASTIC TOILET COMPARTMENTS CITY OF SANTA CLARITA P-3034A 1021 16-2 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 Rev 1 B. Coordinate requirements of Section 10 21 16 — Solid Plastic Toilet Compartments to ensure that correct openings are provided in partitions for toilet accessories where required. 1.05 DELIVERY, STORAGE AND HANDLING A. Protect accessories from damage. PART 2-PRODUCTS 2.01 GENERAL A. Unless noted otherwise, Basis of Design: Bobrick Washroom Equipment, Inc. 6901 Tujunga Ave. North Hollywood, CA. 91605-6213, Tel: (818) 764-1000, or approved equal. B. Accessories shall be provided with necessary anchoring devices and fasteners appropriate for surfaces on which items are to be fastened. 2.02 TOILET AND JANITOR ACCESSORIES A. Refer to architectural drawings for Toilet and Janitor accessories schedule. 2.03 HAND DRYER A. Basis of Design: As indicated in drawings.Medel 14DO3 s „,antifaetHt:ea b F staff 1. Wall mounted -vandal resistant. 2. UL Listed 3. ADA Compliant 4. 120V 2.04 MIRROR A. Basis of Design: LED Sidelit Mirror as Manufactured by Bobrick. PART 3 - EXECUTION 3.01 EXAMINATION PROJECT SPECIFICATIONS for BIDDING (Addendum 3) 05,1-2010/25/2024 THE RINK SPORTS PAVILION PROJECT TOILET AND JANITOR ACCESSORIES CITY OF SANTA CLARITA P-3034A 10 28 13-2 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 Rev 0 SECTION 11 52 23 MOTORIZED LIFT PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: Motorized lift. B. Related Sections: 1. Section 05 12 00 — Structural Steel Framing 2. Section 09 22 16 — Non -Structural Metal Framing 3. Section 09 29 00 — Gypsum Board 4. Section 09 51 13 — Acoustical Metal Ceiling 1.02 ACTION SUBMITTALS A. Refer to Section 01 33 00 Submittal Procedures. B. Product Data: For each type of lift, including manufacturer recommended installation procedures. C. Shop Drawings: Include dimensions, method of attachment, structural support, [bracing,] and electrical wiring. D. Samples: Provide finish samples. 1.03 CLOSEOUT SUBMITTALS A. Refer to Section 01 77 00 Closeout Submittals. B. Maintenance data. 1.04 QUALITY ASSURANCE A. Motors for Scissor Lifts shall be certified for use in the United States and Canada by Underwriters Laboratory (UL), Inc. and shall bear UL label. Scissor Lift SL and SLX are US UL Listed to UL 2442 and Canada UL Listed to CSA C22.2 No. 60065-03. PROJECT SPECIFICATIONS for BIDDING (Addendum 3) 10/25/2024 THE RINK SPORTS PAVILION PROJECT MOTORIZED LIFT CITY OF SANTA CLARITA P-3034A 0505 13-1 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 Rev 0 1.05 DELIVERY, STORAGE AND HANDLING A. Deliver motorized lifts in manufacturer's original, unopened, undamaged containers with identification labels intact. B. Inspect motorized lifts for freight damage, concealed or otherwise, upon delivery to project site. Report damage to freight carrier immediately for replacement of motorized lifts. C. Store motorized lifts in resealed manufacturer's original containers. 1.06 WARRANTY A. Manufacturer's 5-year limited warranty. PART2-PRODUCTS 2.01 MANUFACTURER A. Basis of Design: Draper, Inc.; 411 South Pearl Street; Spiceland, IN 47385-0425; Phone 765.987.7999; website www.drgperinc.com B. Source Limitations: Obtain motorized lifts from single manufacturer as a complete unit including necessary mounting hardware and accessories. 2.02 PERFORMANCE REQUIREMENTS A. Seismic Bracing: Motorized lift suspension components and method of installation shall comply with requirements for Seismic Zone: Risk Category III. 2.03 MOTORIZED LIFTS A. Electrically Operated, Scissor Lift: Electrically operated, tight stacking scissor type, lift for lowering and retracting mirror ball from ceiling storage location to position for show or service. Scissor Lift Model SL8 as manufactured by Draper, Inc. to include controls, mounting hardware, wiring, and other components required for complete operation. If installed in a non -plenum space, or if installed in a plenum space with Environmental Airspace Housing and Closure, the entire unit is US UL Listed to UL 2442 and Canada UL Listed to CSA C22.2 No. 60065-03. 1. Basis -of -Design Product: Scissor Lift (SL and SLX). a. Limit Switches: Provide factory set at 18 inches and field adjustable. b. Maximum Lift Extension and Capacity: 1) SL8: Extension 8 feet (2.4 m), Capacity 118 LBS. PROJECT SPECIFICATIONS for BIDDING (Addendum 3) 10/25/2024 THE RINK SPORTS PAVILION PROJECT MOTORIZED LIFT CITY OF SANTA CLARITA P-3034A 0505 13-2 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 Rev 0 C. Approximate Travel Speed: 90 inches in 60 seconds. d. Voltage:120V. B. Operating Mechanism: Three sets of steel stabilizing scissors, positioned on sides and rear of operating pan, and two 3/16 inch diameter cables with 4200 foot-pounds tensile strength per cable, raise and lower operating pan with instantly reversible, thermally protected, lifetime lubricated, 3-wire motor with electric brake specified above. C. Safety Belt: Provide lift with fail-safe inertial safety belt system. D. Operating Pan: 2-3/4 by 20 by 20, 11 gauge steel pan with black powder coat paint finish for attachment of suspended mirror ball. 1. Mirror ball motor Attachment: Bolted to operating pan. a. Provide necessary material support as required for installation. E. Cable Management System: Provide lift with means for attachment of cables to rear scissor to eliminate cord tangles. Include 120V pre -wired power cable. F. Environmental Airspace Housing: Fabricated from steel panels for recessing mirror ball lift in ceiling space used as return air plenum. Provide with universal closure and metal trim to finish ceiling opening. G. Ceiling Access Door: Provide hinged ceiling access door, size and type as indicated in drawings, installed to allow access to mirror ball and mount installed above ceiling. H. Provide lift with 110 VAC, 60 HZ fused, switched duplex outlet to power mirror ball. Outlet automatically energized in down position. 2.04 CONTROLS A. Provide 1 control stations to lower, raise, and stop lift. B. Single Station Control: 3-position, low voltage switch with white cover plate and momentary key switch with stainless steel cover plate. C. Key Operated Power Supply Switch: Key operated switch to control 120 V power to mount operating switch. Provide with 2 keys. PROJECT SPECIFICATIONS for BIDDING (Addendum 3) 10/25/2024 THE RINK SPORTS PAVILION PROJECT MOTORIZED LIFT CITY OF SANTA CLARITA P-3034A 0505 13-3 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 Rev 0 PART 3 - EXECUTION 3.01 PREPARATION A. Coordinate layout and installation of motorized lifts with ceiling construction and related components penetrating or above ceilings such as lighting fixtures, mechanical equipment, ductwork, and fire -suppression system. B. Coordinate requirements for blocking, structural supports, bracing, and ceiling openings to ensure proper installation of motorized lifts. C. Coordinate location and requirements for power supply conduit, and wiring required for motorized lifts and controls. D. Coordinate installation of recessed motorized lifts with construction of suspended ceiling panels specified. E. Coordinate interface and installation of motorized lift controls with provision of motorized mirror ball and access door. 3.02 INSTALLATION A. Install motorized lift and controls at locations and heights indicated on Drawings. B. Install motorized lifts complete with necessary hardware, anchors, brackets and fasteners; according to manufacturer's written instructions and as specified. 3.03 FIELD QUALITY CONTROL A. Test motorized lifts to verify that lifts, controls, limit switches, closures, and other operating components are functional. Correct deficiencies. 3.04 DEMONSTRATION A. Demonstrate operation of motorized lifts to Owner's designated representatives. 3.05 PROTECTION A. Protect motorized lifts after installation from damage during construction operations. If damage occurs, remove and replace damaged components or entire unit as required to provide units in their original, undamaged condition. END OF SECTION PROJECT SPECIFICATIONS for BIDDING (Addendum 3) 10/25/2024 THE RINK SPORTS PAVILION PROJECT MOTORIZED LIFT CITY OF SANTA CLARITA P-3034A 0505 13-4 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 Rev 2 SECTION 27 41 16 INTEGRATED AUDIO -VIDEO SYSTEMS AND EQUIPMENT PART 1 - GENERAL 1.01 SUMMARY A. Provisions of Division 1 apply to this section. B. Section Includes: 1. Provide all labor, materials, transportation and equipment to complete the furnishing, installation, assembly, set up, and testing of the Audio and Control Systems work indicated on the drawings and specified herein. Notwithstanding any detailed information in this Section, provide complete, working systems. General design intent for this project is shown on the drawings and described in the specification. 2. All equipment requiring coordination with other trades must be tested and verified for proper operation. Contractor is fully responsible for the coordination and must resolve all conflicts with AV equipment that connect or interact with other systems. 3. If an operational function is specified that requires hardware or software to complete that specific function, then consider that software or hardware part of this specification. The cost of any omissions of software or hardware necessary to complete all operational functions outlined in this specification shall be borne by the contractor providing this system. 4. Design, engineer and provide complete means of support, suspension, attachment, fastening, bracing, and seismic restraints as required of the Work of this Section_, ; eltt iiig ftitidr-e installed o ..,. 11 -leer-dance with lecal btii dips g 6-5_Use skilled mechanics that can return surfaces to the appearance of new work when modifying millwork. -7-6_Conduit and common back boxes including four square, pull boxes, junction boxes, etc. are supplied and installed by Division 26 Electrical Contractor. Connection panels that install in these boxes are supplied by AV Contractor. 8-.7_Provide Power Over Ethernet switches and injectors where required. 9-8. Provide all cable and wire associated with this specification section and related documents. 40-9. All systems shall be completely installed with all the necessary interconnection, power supplies, patch cords, snakes, portable equipment cables and wiring to provide a fully functioning system. 44-10. The governing overall requirement for this project is a complete and functional system. 42-11. Include work not usually shown or specified, but necessary for proper installation and operation of the system or piece of equipment. PROJECT SPECIFICATIONS for BIDDING (ADDENDUM 32) 10/25/2024 THE RINK SPORTS PAVILLION PROJECT Integrated Audio -Video Systems and Equipment CITY OF SANTA CLARITA 27 41 16-1 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 Rev 1 SECTION 32 80 00 PLANTING IRRIGATION PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, shall apply to all work in this Section with the same force and effect as though repeated in full herein. 1.02 SUMMARY A. Furnish all materials, labor, transportation, services, and equipment necessary to install landscape irrigation as shown on the Drawings and as specified herein. Restore any existing landscaping disturbed during the installation. 1. Work included in this Section: a. Layout. b. Trenching. C. Backfilling. d. Assemblage. e. Wiring. f. System Flushing. g. Sprinkler Head Installation. h. Valve Installation. i. System Testing and Adjustment. j. Maintenance. B. Work related in other Sections: 1. Division 1 Section "Seta-inble Design Reqifemen*foFadditioNal LEED 2. Section 32 90 00 - Planting. 3. Section 32 0190 — Operations and Maintenance of Planting. 1.03 REQUIREMENTS OF REGULATORY AGENCIES A. All local, municipal and state laws and rules and regulations governing or relating to any portion of this work are hereby incorporated into and made a part of this Specification, and its provisions shall be carried out by the Contractor. Anything contained in this Specification shall not be construed to conflict with any of the above rules and regulations or requirements of the same. However, when the Drawings and Specifications call for or describe materials, workmanship, or construction of a better quality, higher standard, or larger size than is required by the above rules and regulations, the provisions of the Drawings and Specifications shall take precedence. 1.04 QUALITY CONTROL A. Manufacturer's Directions PROJECT SPECIFICATIONS for BIDDING (Addendum 3) 10/25/2024 THE RINK SPORTS PAVILION PROJECT PLANTING IRRIGATION CITY OF SANTA CLARITA P-3034A 32 80 00-1 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 Rev 1 1. Consisting of the following minimum percents by weight: 12% Nitrogen 8% Phosphoric Acid 8% Potash 25% Humus 5% Humic Acids 2. Acceptable product - "Gro-Power Controlled Release", as manufactured by Gro- Power (909) 393-3744, or approved equivalent. E. Planting Tablets (20-10-5) 1. Shall be 7 gram, 24-month release, non -burning tablets containing the following percentages of nutrients by weight: 20% Nitrogen 10% Phosphoric Acid 5% Potassium 2.5% Humic acids 2. Acceptable product - "Gro-Power Planting Tablets", as manufactured by Gro- Power (909) 393-3744, or approved equivalent. F. Hydroseeding Fertilizer - for non -prepped slope areas (12-8-8) 1. Consisting of the following minimum percents by weight: 12% Nitrogen 8% Phosphoric Acid 8% Potash 25 % Humus 5% Humic Acids 2. Hydroseeding Fertilizer - for non -prepped slope areas shall be "Gro-Power Controlled Release", as manufactured by Gro-Power (909) 393-3744, or approved equal. 2.05 PLANT MATERIAL A. General Plant Condition 1. Furnish nursery -grown trees and shrubs conforming to ANSI Z60.1, with healthy root systems developed by transplanting or root pruning. Provide well -shaped, fully -branched, healthy, vigorous stock free of disease, insects, eggs, larvae, and defects such as knots, sun scald, injuries, abrasions, or other objectionable disfigurements. 2. Grade: Provide trees and shrubs of sizes and grades conforming to ANSI Z60.1 for type of trees and shrubs required. Trees and shrubs of a larger size may be used if acceptable to the City of Santa Clarita, with a proportionate increase in size of roots or balls. 3. Plant material shall be grown under climatic conditions similar to those in the locality of the project unless approved otherwise by the Owner's Authorized Representative. PROJECT SPECIFICATIONS for BIDDING (Addendum 3) 05,1-2010/25/2024 THE RINK SPORTS PAVILION PROJECT PLANTING CITY OF SANTA CLARITA P-3034A 32 90 00-11 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 Rev 1 4. Label at least 1 tree and 1 shrub of each variety and caliper with a securely attached, waterproof tag bearing legible designation of botanical and common name. The use of plant material larger than that specified on the Drawings may be used, pending approval from the Owner's Authorized Representative, however, there will be no change in the Contract amount if the larger plant material is approved and used. B. Trees and Shrubs 1. Tree and shrub trunks shall be sturdy and well hardened with vigorous and fibrous root systems which are not root -bound. 2. In the event of a disagreement as to the condition of the root system, the root conditions of the plants furnished by the Contractor will be determined by the removal of soil around the roots of not less than 10 plants or more than 2% of the total number of plants of each specie. 3. When container grown plants are supplied from several sources, the roots of not less than 10 plants of each species from each source will be inspected. In case the plants sampled are found to be defective, the Owner's Authorized Representative has the right to reject the entire lot represented by the defective sample. Any plant material rendered unsuitable for use because of this inspection will be considered as samples and will be provided at the full expense of the Contractor. C. Nursery Grown and Collected Stock 1. Nursery grown and collected stock shall be grown under climatic conditions similar to that found in the locality of the site. D. Container Grown Stock Container grown stock shall be in a vigorous and healthy condition, not root bound or with the root system hardened off. F. Hvdroseedina Binder Additive 1. The soil and mulch tackifier shall be a dry, organic powder hydrocolloid formulation. The tackifier shall contain a blend of at least three selected ingredients, two of which shall form at least 65% of the total, which are identified a -.- a. Plantago ovata (Psyllium) - Muceloid content of 85% or ;treater Ecology Control - M Binder by Conwed, or equal. b. Gyamposis tetragonolobus - 3000 cps or greater. 2. The soil and tackifier shall hydrate and disperse in a mixing tank with circulating water forming a homogeneous slurry, either alone or in combination with other material, and shall be pH stable in the presence of fertilizer. 3. Application of the soil and mulch tackifier shall be made at a minimum rate of: a. Flat areas - 80 bounds Der acre. b. Sloped areas (3:1 or steeper) - 120 pounds per acre. G. Fiber Mulch PROJECT SPECIFICATIONS for BIDDING (Addendum 3) 05,1-2010/25/2024 THE RINK SPORTS PAVILION PROJECT PLANTING CITY OF SANTA CLARITA P-3034A 32 90 00-12 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 Rev 1 1. Fiber mulch shall be combosed of wood cellulose fiber and contain no germination or growth -inhibiting factors. It shall also have a consistent texture which disburses evenly and remains suspended in agitated water. It shall have a temporM green dye with the following �prope , anal a. Moisture content - 9.0% + 3% O.D. basis b. Organic matter - 99.2% + 0.8% c. Ash content - 0.8% + 0.2% d. pH-4.8%+0.5% e. Water holding capacity - grams of H2O per 1001150 minimum grams of fiber. Acceptable manufacturer of fiber mulch - Conwed, or equal. H. Storm water retention basin Seed 1. All seed used shall be labeled and shall be furnished in sealed standard containers with signed copies of a statement from the seed vendor certify in that each container of seed delivered is fully labeled in accordance with the California State Agricultural Code and is equal to or better than the requirements of this Specification. 2. Seed which has become wet, moldy or otherwise damaged in transit or storage will be rejected. 3. Seed Mix Ratio Specifications: (See Planting Legend) Seed mixes are available from S&S Seeds at (805) 684-0436, or approved equal. 2.06 AUXILIARY ACCESSORIES A. Tree Stakes and Guys 1. Wood stakes - 2" diameter by 10 feet Lodgepole Pine stake without splits or bowing. Refer to the Drawings for which trees receive wood stakes. 2. Guy and Tie Wire: ASTM A 641 (ASTM A 641M), Class 1, galvanized -steel wire, 2-strand, twisted, 0.106 inch (2.7 mm) in diameter. 3. Guy Cable: 5-strand, 3/16-inch (4.8-mm) diameter, galvanized -steel cable, with zinc -coated turn buckles, 3-inch- (75-mm-) long minimum, with two 3/8- inch (10- mm-) galvanized eyebolts. 4. Hose Chafing Guard: Reinforced rubber or plastic hose at least 1/2 inch (13 mm) in diameter, black, cut to lengths required to protect tree trunks from damage. 5. Flags: Standard surveyor's plastic flagging tape, white, 6 inches (150 mm) long. 6. Turnbuckles - 6" long, galvanized eye/hook type. 7. Wire Clamps - 3/4" galvanized "U" clamps. B. Top Dressings 1. Organic Mulch: Organic mulch, free from deleterious materials and suitable as a top dressing of trees and shrubs, consisting of one of the following: a. Type: Ground or shredded bark. b. Type: Wood and bark chips. PROJECT SPECIFICATIONS for BIDDING (Addendum 3) 05,42910/25/2024 THE RINK SPORTS PAVILION PROJECT PLANTING CITY OF SANTA CLARITA P-3034A 32 90 00-13 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 GENERAL NOTES: 1. A COPY OF THE GRADING PERMIT AND APPROVED GRADING PLANS SHALL BE IN THE POSSESSION OF A RESPONSIBLE PERSON AND AVAILABLE AT THE SITE AT ALL TIMES. 2. ANY MODIFICATIONS OF, OR CHANGES TO, APPROVED GRADING PLANS SHALL BE APPROVED BY THE CITY ENGINEER PRIOR TO IMPLEMENTATION IN THE FIELD. 3. SEPARATE PLANS FOR THE TEMPORARY DRAINAGE AND EROSION CONTROL MEASURE MUST BE SUBMITTED UPON ISSUANCE OF NTP 1. 4. ALL SUBDRAIN OUTLETS SHALL BE SURVEYED FOR LINE AND ELEVATION. THIS SHALL BE SHOWN ON THE AS -BUILT GRADING PLAN INCLUDED IN THE FINAL GEOTECHNICAL AND GEOLOGY REPORT. 5. THE FACES OF CUT AND FILL SLOPES SHALL BE PREPARED AND MAINTAINED TO CONTROL EROSION. THIS CONTROL SHALL CONSIST OF JUTE NETTING AND EFFECTIVE PLANTING, OR OTHER DEVICES SATISFACTORY TO THE CITY ENGINEER. (17.87.020 A) 6. WHERE NECESSARY, CHECK DAMS, CRIBBING, RIPRAP, OR OTHER DEVICES OR METHODS SHALL BE EMPLOYED FOR EROSION CONTROL. JUTE NETTING SHALL BE IMMEDIATELY INSTALLED ON ANY SLOPED HAVING A VERTICAL HEIGHT OF SEVEN FEET OR MORE AND STEEPER THAN 3:1 (H:V) TO MINIMIZE OR CONTROL EROSION PROBLEMS. 7. ALL CONSTRUCTION AND GRADING WITHIN STORM DRAIN EASEMENT SHALL BE PER THE APPROVED PLANS FILL NOTES: B. ALL FILL AND TRENCH'S SHALL BE COMPACTED PER THE PROJECT GEOTECHNICAL REPORT AND AS DIRECTED BY THE GEOTECHNICAL ENGINEER OF RECORD. 9. SUFFICIENT TESTS OF THE FILL SOILS SHALL BE MADE TO DETERMINE THE RELATIVE COMPACTION OF THE FILL IN ACCORDANCE WITH THE FOLLOWING MINIMUM GUIDELINES OR AS DETERMINED BY THE GEOTECHNICAL ENGINEER: 0.a. ONE TEST FOR EACH TWO -FOOT VERTICAL LIFT. 9.b. ONE TEST FOR EACH 1.000 CUBIC YARDS OF MATERIAL PLACED. 9. c. ONE TEST AT THE LOCATION OF THE FINAL FILL SLOPE FOR EACH BUILDING SITE (LOT) IN EACH FOUR -FOOT VERTICAL LIFT OR PORTION THEREOF. 9.d. ONE TEST IN THE VICINITY OF EACH BUILDING PAD FOR EACH FOUR -FOOT VERTICAL LIFT OR PORTION THEREOF. SUFFICIENT TESTS OF FILL SOILS SHALL BE MADE TO VERIFY COMPLIANCE OF THE SOIL PROPERTIES WITH THE DESIGN REQUIREMENTS INCLUDING SOIL TYPES AND SHEAR STRENGTHS. THE RESULTS OF SUCH TESTING SHALL BE INCLUDED IN THE REPORTS REQUIRED BY SECTION 17.86.030 I. 10. NO FILL SHALL BE PLACED UNTIL STRIPPING OF VEGETATION, REMOVAL OF UNSUITABLE SOILS, AND INSTALLATION OF SUBDRAINS (IF ANY) HAVE BEEN INSPECTED AND APPROVED BY THE GEOTECHNICAL ENGINEER. (17.86.030 B) 11. CONTINUOUS INSPECTION BY THE GEOTECHNICAL ENGINEER OR HIS RESPONSIBLE REPRESENTATIVE SHALL BE PROVIDED DURING ALL FILL PLACEMENT AND COMPACTION OPERATIONS. 12. CONTINUOUS INSPECTION BY THE GEOTECHNICAL ENGINEER OR HIS RESPONSIBLE REPRESENTATIVE SHALL BE PROVIDED DURING ALL SUBDRAIN INSTALLATIONS. (17.86.03D B) 13. FILL SLOPES IN EXCESS OF 2:1 STEEPNESS RATIO ARE TO BE CONSTRUCTED BY THE PLACEMENT OF SOIL AT SUFFICIENT DISTANCE BEYOND THE PROPOSED FINISH SLOPE TO ALLOW COMPACTION EQUIPMENT TO BE OPERATED AT THE OUTER LIMITS OF THE FINAL SLOPE SURFACE. THE EXCESS FILL IS TO BE REMOVED PRIOR TO COMPLETION OF ROUGH GRADING. (OTHER CONSTRUCTION PROCEDURES MAY BE USED WHEN IT IS DEMONSTRATED TO THE SATISFACTION OF THE CITY ENGINEER THAT THE ANGLE OF SLOPE, CONSTRUCTION METHOD AND OTHER FACTORS WILL HAVE EQUIVALENT EFFECT). (17.86.030 E) 14. THE GEOTECHNICAL ENGINEER SHALL PROVIDE SUFFICIENT INSPECTIONS DURING THE PREPARATION OF THE NATURAL GROUND AND THE PLACEMENT AND COMPACTION OF THE FILL TO BE SATISFIED THAT THE WORK IS BEING PERFORMED IN ACCORDANCE WITH THE PLAN AND APPLICABLE CODE REQUIREMENTS. (17.86.030 H) 15. THE GRADING CONTRACTOR SHALL COMPLY WITH THE REQUIREMENTS OF SECTION 17.88.01D L AT THE COMPLETION OF ROUGH GRADING. INSPECTION NOTES: 16. THE PERMITEE OR HIS AGENT SHALL NOTIFY THE ENGINEERING SERVICED DIVISION AT LEAST ONE WORKING DAY IN ADVANCE OF REQUIRED INSPECTIONS AT FOLLOWING STAGES OF WORK: 16.0. PRE -GRADE ITEM. (17.88.101 31) 16. b. INITIAL. WHEN THE SITE HAS BEEN CLEARED OF VEGETATION AND UNAPPROVED FILL AND IT HAS BEEN SCARIFIED, BENCHED OR OTHERWISE PREPARED FOR FILL. NO FILL SHALL BE PLACED PRIOR TO THIS INSPECTION. (17.6&D10 G2) 16.c. ROUGH. WHEN APPROXIMATE FINAL ELEVATIONS HAVE BEEN ESTABLISHED; DRAINAGE TERRACED, SWALES AND BERMS INSTALLED AT THE TOP OF THE SLOPES; AND THE STATEMENTS REQUIRED IN SECTION 17.88.010 L HAVE RECEIVED. (17.88.010 G3) 16.d. FINAL. WHEN GRADING HAS BEEN COMPLETED; ALL DRAINAGE DEVICES INSTALLED; SLOPE PLANTING ESTABLISHED, AND THE AS -BUILT PLANS, REQUIRED STATEMENTS, AND REPORTS HAVE BEEN SUBMITTED. (17.88.010 G4) 17. IN ADDITION TO THE INSPECTION REQUIRED BY THE ENGINEERING SERVICES DIVISION FOR REGULAR GRADING. REPORTS AND STATEMENTS SHALL BE SUBMITTED TO THE CITY ENGINEER IN ACCORDANCE WITH SECTION 17S&D10. AGENCY NOTES: 18. AN EROSION CONTROL PLAN/ BEST MANAGEMENT PLAN (BMP) SHALL BE PREPARED AND A COPY AVAILABLE FOR REVIEW AT THE PROJECT SITE AT ALL TIMES. ALL MEASURES OUTLINED IN THE PROJECT BMP SHALL BE IMPLEMENTED THROUGHOUT THE DURATION OF CONSTRUCTION. GEOLOGY AND SOILS NOTES: 19. ALL RECOMMENDATIONS INCLUDED IN THE CONSULTANTS SOIL AND GEOLOGY REPORTS SHALL BE COMPLIED WITH AND ARE A PART OF THE GRADING SPECIFICATIONS. (17.83.010 F) 20. GRADING INSPECTIONS SHALL BE CONDUCTED UNDER PERIODIC GEOLOGIC INSPECTION WITH WEEKLY INSPECTION REPORTS TO BE SUBMITTED TO THE ENGINEERING SERVICES DIVISION. 21. THE CONSULTING GEOLOGIST SHALL APPROVE ROUGH GRADING BY FINAL REPORT PRIOR TO APPROVAL BY THE CITY ENGINEER. THE FINAL REPORT SHALL INCLUDE AN AS -BUILT GEOLOGIC MAP. PLANTING AND IRRIGATION NOTES: 22. ALL CUT SLOPES OVER FIVE FEET AND FILL SLOPES OVER THREE FEET SHALL BE PLANTED WITH AN APPROVED GROUND COVER AND PROVIDED WITH AN IRRIGATION SYSTEM AS SOON AS PRACTICAL AFTER ROUGH GRADING. (17.87.020 D) STORMWATER POLLUTION NOTES: 23. EVERY EFFORT SHALL BE MADE TO ELIMINATE THE DISCHARGE OF NON-STORMWATER FROM THE PROJECT SITE AT ALL TIMES. 24. ERODED SEDIMENTS AND OTHER POLLUTANTS SHALL BE RETAINED ON SITE AND MAY NOT BE TRANSPORTED FROM THE SITE VIA SHEETFLOW, SWALES, AREA DRAINS, NATURAL DRAINAGE COURSES, OR WIND. 25. STOCKPILES OF EARTH AND OTHER CONSTRUCTION -RELATED MATERIALS SHALL BE PROTECTED FROM BEING TRANSPORTED FROM THE SITE BY THE FORCES OF WIND OR WATER. 26. FUELS, OILS, SOLVENTS, AND OTHER TOXIC MATERIALS SHALL BE STORED IN ACCORDANCE WITH THEIR LISTING AND SHALL NOT CONTAMINATE THE SOIL AND SURFACE WATERS. ALL APPROVED STORAGE CONTAINERS SHALL BE PROTECTED FROM THE WEATHER. SPILLS SHALL BE CLEANED UP IMMEDIATELY AND DISPOSED OF IN A PROPER MANNER. SPILLS SHALL NOT BE WASHED INTO THE DRAINAGE SYSTEM. 27. EXCESS OR WASTE CONCRETE SHALL NOT BE WASHED INTO THE PUBLIC RIGHT-OF-WAY OR ANY OTHER DRAINAGE SYSTEM. PROVISIONS SHALL BE MADE TO RETAIN CONCRETE WASTES ON SITE UNTIL THEY CAN BE DISPOSED OF AS SOLID WASTE. 28, TRASH AND CONSTRUCTION RELATED SOLID WASTES SHALL BE DEPOSITED INTO A COVERED RECEPTACLE TO PREVENT CONTAMINATION OF RAINWATER AND DISPERSAL BY WIND. 29. SEDIMENTS AND OTHER MATERIALS MAY NOT BE TRACKED FROM THE SITE BY VEHICLE TRAFFIC. THE CONSTRUCTION ENTRANCE ROADWAYS SHALL BE STABILIZED SO AS TO INHIBIT SEDIMENTS FROM BEING DEPOSITED INTO THE PUBLIC RIGHT OF WAY. ACCIDENTAL DEPOSITIONS SHALL BE SWEPT UP IMMEDIATELY AND SHALL NOT BE WASTED DOWN BY RAIN OR OTHER MEANS. 30. ANY SLOPES WITH DISTURBED SOILS OR DENUDED OF VEGETATION SHALL BE STABILIZED SO AS TO INHIBIT EROSION BY WIND AND WATER. 31. THE FOLLOWING BMP'S AS OUTLINED IN, BUT NOT LIMITED TO, THE "BEST MANAGEMENT PRACTICE HANDBOOK. CALIFORNIA STORMWATER QUALITY TASK FORCE, SACRAMENTO, CALIFORNIA, THE LATEST REMSED EDITION, MAY APPLY DURING THE CONSTRUCTION OF THIS PROJECT (ADDITIONAL MEASURES MAY BE REQUIRED IF DEEMED APPROPRIATE BY CITY INSPECTORS): UTILITY COORDINATION WATER, SEWER, GAS, ELECTRIC old TELECOMMUNICATIONS These utilities ore moinloined by the city of Sonlo Clorito and the persons listed 1I should be Contacted for ony non -emergency ossistonce. IN THE EVENT OF AN EMERGENCY DIAL 911 Araz Valip- Nelson Vasquez Project Manager Parks Administrator City of Santa Clarita City of Santa Clmita CHI (661) 286-4D31 CHI (661) 29D-2219 GEOTECHNICAL REPORT: PREPARED BY: R.T. FRANKIAN AND ASSOCIATES SD27 HUNTINGTON LANE, SUITE A SANTA CLARITA CA, 91355 DATE: JUNE 20. 2023 JOB NUMBER: 20N-037-003 ABBREVIATIONS AC ADA ASPHALT CONCRETE AMERICAN DISABILITY ACT PLC POC PORTLAND CEMENT CONCRETE POINT OF CONTACT APPROX APPROXIMATELY POLY POLYETHELENE B BOLLARDS PROP PROPOSED CBP COMM CONCRETE PULL BOX COMMUNICATIONS PROD PVC PROJECT POLYVINYL CHLORIDE CONC CONCRETE PVMT PAVEMENT CP CONTROL POINT R RECEPTACLE (ELECTRIC) CVT D COMMUNICATIONS VAULT DEPTH RC RCP RELATIVE COMPACTION REINFORCED CONCRETE PIPE DS DRAIN SPOUT REF REFERENCE EG ELPB EXISTING GROUND ELECTRICAL PULL BOX SCO SD SEWER CLEANOUT STORM DRAIN ESMT EASEMENT SDWK SIDEWALK EX EXISTING SPECS SPECIFICATIONS FF FH FINISH FLOOR FIRE HYDRANT STD TG STANDARD TOP OF GRATE H HEIGHT TEMP TEMPORARY ICV IRRIGATION CONTROL VALVE TOP TOP OF PIPE IRPB IRRIGATION PULL BOX W WIDTH MIN AT S MINIMUM NOT TO SCALE TRK VAR TRUCK VARIED LENGTH SIZES PB PULL BOX UNIX UNKNOWN 0 32. EXCESS SPOILS (SOIL AND DEBRIS RELATED TOP HAS EII CONSTRUCTION SHALL BE HAULED OFF -SITE AND DISPOSED OF BY CONTRACTOR. 33. CONTRACTOR TO CONTACT SANTA CLARITA WATER TO RENT A HYDRANT METER FOR THE SOUTH HYDRANT. THE METER IS TO REMAIN IN PLACE UNTIL THE CITY HAS ISSUED THE CERTIFICATE OF OCCUPANCY OR AS APPROVED BY THE CITY PROJECT MANAGER. CONTRACTOR TO PROVIDE THE CITY PM WITH THE METER READING AT THE START OF THE PROJECT AND FOR EACH MONTH UP TO THE REMOVAL OF THE METER. CONTRACTOR WILL NOT BE BILLED FOR THE WATER TAKEN FROM THE SOUTH HYDRANT. 34. THE PHASE I AS -BUILT SURVEY IS "FOR INFORMATION ONLY". PHASE II CONSTRUCTION CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REQUIRED GRADING BEYOND THE CITY OF SANTA CLARITA AS -BUILT SURVEY. APPROVED CONTRACTOR TO CRACK SEAL THE STAGING AREA ASPHALT PRIOR TO APPLYING THE FOR GRADING AND DRAINAGE 35. SLURRY COAT AND STRIPING. 36. REFER TO THE ROUGH GRADING CERTIFICATION FROM PHASE I ­�ASIFI OF. TIE reiTTfN Piscrvs Al ary cn oa c ° a, cW J e �" CITY OF SANTA CLARITA �i,eiso�. N' INI'llS�iRA1LPROS + ", is eins3 - IF zcc ir,��e ff 1TE RINK SPORTS PAVLK)N aia3a s C61869 n 70880 CENTRE PONIIE PARKWAY SEE,r roN (t r oNt v)' SANTA CLAIII CA 9H60 oerloeo sceurecs arc ry e/w/zs: ssT' nNs aaEDFIED DNDsre Trcs DIREATieN a. /nN -T�oN o GENERAL NOTES X clvl c s/zz/za �0 Rca nav aNa caum�Nrry scaurccs r , C N w. ensaucrcn csc r zsse -DATE a c e �TTeN ren cel ees Dnre �m xis a ✓aNINC PRa00ro , , r T T :�.I If f " 1., �"!f 'l.,.i a [u[ry , u sicNn ua[ nND LIFE is uriaD" A ADDENDUM 3 10/26/24 ISSUE FOR BID - 09/23/2024 BLD24-00102 ADDENDUM #3 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCDO0943784 INDEX OF DRAWINGS SIFT SHEET TITLE SHT SHEET TITLE SIFT SHEET TITLE SHT SHEET TITLE ® ® ® ® ® ® ® ®, ® ® ® ® ® 2 4 5 g 7 g 1 12 13 14 15 16 17 1 b-1Qi1. G-101 GFNFRAI 66 - A-190 A-201 A-202 A- A-302 A-401 A-402 A-403 A-404 A-411 A-412 A-421 A-422 A-431 ARCHITECTURE SHEETS - CONTINUED Ground Level Furndure Plan 136 137 138 1 140 141 142 143 144 1 K-09 K-10 K-11 KITCHFN DFSIUN - C.ONTINUFn Food Ser! e RAit,ment Flemtinns Food Seri e Fn�pment Details Food Ser/re Fn�pmeni De{a0s STRUCTURAL SHEETS Structural Na{es Si n,ctural Naies Structural Notes T is I C -rsi . Del T lc C'MU & Can 7 Doran, T plcol Steel Detail Typlrnl Steel D inl Typical Steel Deinls Notes & Le ends nine Fra i Ian Roo Laming an Mechanical Well and lHah Prof Fram a Plan Wall Sedians Wnll Sections Al 9 ©©1 ©200 � L201 LL��22 203 2q-4 Q205T 2 6 Q 0 ©®209 2 0 1 2 213 214 215 216 217 A © 2 1 ©2 3 ©2 6 2 228 229 231 231 232 233 234 235 231 237 238 239 240 242 243 244 245 246 247 248 249 2501 251 2_FFRCFFTi52 253 =001 E-002 - E-045 _ E-100 F-107 FF-106 �E- 1 E-1 0 - -J.O- F- - T T n erg o Site Power Ian tri h �n n Pho ametri r h inilln h In gu ,x or AN' cn heel Index 67 GB-001 CalGreen Bulldin Notes -Sheet 1 of 369 Buildin Elevations GB-002 CalGreen Bulldin Notes - Sheet 2 of 3 0 B ildin Elevations GB-003 CalGreen Buildin Notes - Sheet 3 of 3 7 72 Architectural Abbreviations 73 Sde Plan I74 na cEe s an 75 w din ections 1 Buildin Sedian Gro n n AG-001 SODJ 51DiD S14L 5102 _ Li lgrged Concession Kiosk Power Plan R f owe. PI n Cahn n 40zzan n, eve owes a �F�� tin Plpnn de n e L v Ceiling Ligh i, Ian �n n m nicntion and Ser Tye n r r ti�g yg�,S�e u i I n Wall Seci ons AG-101 Wall Secions Wall Secions A- a h o T a 7g Wall Secions 1 AG- 02 Ground Level Ex in Plan 77 Enlar ed Plan and RCP, Interior Elevations 1 AG-203 Occu anc Table E Less Route Table and ( Women s Restraom Enlar ed Plan RCP'Interior Elevations 147 � 149 1 151 152 153 154 155 156 157 158 159 160 161 162 1 164 5 166 16 168 169 170 171 172 173 174 175 176 177 178 179 18 181 18 18, 18 18. 1A 18 18 18. 19 191 19 19 19 19 S=Q 2 5204_ 5301- S302- S40L Son? S403 A78 AG-204 Site Fire and Life Safe Plan I T an Men s and Staff Restrooms AG-311 Accessibilit Core,an Iniormoiion . 79 Concession Kiosk Enlor ed Plans and RCP nd l r am dic roteci on Pla AG-302 Accessibilit Com Banc Information . 80 fld hen and Concession Enlar ed Elevations AG-303 Accessibility Compliancy Information „ 81 3D Exterior Vie 2 3D Interior View 83 3D Interior View g4 85 Interior aierial Finlshe 86 n erior a eria inis es 87 Interior Material Finishes 88 89 g0 General Notes 91 Utili Pa 9W. ti ity roil e 93 '94 r n,� Coor nn {e Table9 Pora g Lot Plnn H f; 9 Parkin Stairs Enlar ed Plans and Sections -1 n Plan alarm AG-501 1 A-451 A-452 A-453 A-461 A-462 A-471 A-472 A-501 A-502 - ea eer nor e Ions a echoes -1 n AG-502 Ground Level Ponk and Sib La out n n n AG-503 Floor Conti ura{ion Frame Sacibn f Al­� n Addre sable F7e Alarm System Fire Alarm M 541neo s Deta'Is Li htin r I � r re s r h ig g Lure I btln9„F+xtuGe„S.ch Miscellaneotail. - heei 1 of vlisc n'�€f e� o`"�fSeTdi s - ee o Nscehep n�+��Js. Sh �E 5� Mt II n it -Sheet 4 f 5 Ground Level Dasher Board La out Framing Deidls Framingl7etalls Foundation Details - Foundation Details Framing Details Framing Details Rooi Framing Details Roof Framing Details ,rgmlpg�.pe-1 of F a In D i it Rao Frpming e ais Roof Framing Detail, Stair Enlarged Plans Stair DetdJ -1 AG-60 Interior Elevations F-188 24 5 AG-604 C-300 C- 1 -30 C-. 0 -3D5 C-306 C-30S L301 1 L4 2 L403 L404 L405 L501 L502 L601 L602 L603 L004 L611 671 L7 0 L751 L Interior Elevations Awnin Enlgr ed Plans and Sections SSD1 SEE-- S50L S60Z 5701 5702 S7 S S7Dfi - - F-3 - 1 - E-401 - - - Awnin Details Sus ended Ce11in Details and Notes T teal Ceirin Details al C Tin tit Par{lol eilin Plan and Sec Ions Miscellaneous Details A- 04 A-SOSA A-50 B - 5 - A-506 9 3 31 33 35 7 8 3g 40 41 47 43 44 45 46 47 48 49 5 57 5. 54 95 5 57 58 59 fi2 13 84 C ilia D t II and S a er A{ ac men{ Details ermal an Moisture rotec tan see aneo s e g s - ee o ThR_k olsiure Protection Door Details E_501 Electr'cal Indoor - Tit, 24 - A-508 E-509 Elects rnl 0 idoor - Title 74 1 Window T e and Frome Details E_50l E-5Il4 LDS LD 1 A - 1 A - A - A -11 Elects rnl Solar W Rnitery - Title 24 M- 1 M- M- M- M-1 M-1 M- M- P- 1 P- P- - 4 Elect r'rnl Power N� l'ih ion - T"tie 74 LANDSCAPE SHEETS 1 A-510 Exterior Wall Details L_ a d e Construction Schedule �'103 Lgndsca e oast Luc ion ,P an 104 e a or on I f n o s a e Cos ruction PI n105 nlarged andscaoe ons ruction Plan 1D6 Enlarqed Landscape CanPlan ,� 1 Enlarged Landscape Construction Plan 108 Enlarged Landscape Construction Plan Sections Elevations 109 ©©110 Existin G mnasium Wall Exhibit Q1 Ion an De ils Fla{work 12 it la rk 113 r c{i n it rk 114 ruction ll I rk ruction it II 1 n ruction D it it 116 Irri anon N t s 118 Fri ion ayout Plan 1 Irri anon Details qh rn a ion eigils 121 Irri l 122 A-511 Exterior and Interior Wall Details H H T LIGHTI H T Y A-512 A-516 A-517 -5 8 A- 1 A-520 A-521 A- 2 -5 A-530 Exterior and Interior Wall Details nd br Ex{er'or I'ghi'ng Flevat'on Ti Im- 4 r iti f m li n h 1 f Exler or I ghing FlevaPons Stair and Ladder Details Ti - 4 r iii iComplianceh f Screen Wall Gutter, and Parapet Details r n H n AV General Notes and Sheet Index n Ereand x n l it h d I o n er D i II - h e 1 i Mezzanine Level HVA Plan Counter e ai s - S eet 2 of 2 i H an n it GFRC Column Details Schednles GFRC Column Details A -1 G RC Column Detail - it ilia n AV E u ent Roam La gout Key oumn etais PLU M RI Nf SHELLS A - 1 Dasher Board Details Symbols egends and Abbrev'gi'ons A - 1 A-533 Bleacher Details h h 1 f A - n h h i n sin - o d d yqe and Schedule iif rn 11 in - Ti 4 A - 1 T i mi n r n 11 -611 A-621 A- - A-641 A-64 - A-902 A qm A- K- K- K-D3 K-D4 K-DF - inflow e and Sche ule P- P- P-100 P-1 1 P-1 P- P-111 P- P- 1 P- P- P- P- P-d P-707 Ili rn II in n r - Ti 4 it Green Building Notes A - AV Dei ils Room Finish and Toilet Accessor Schedule F - 1 urniture San yr+illb Wall Partition Types -heel 1 Wall Partition T es�heet roue Leve �gn n Signage Schedule - Sheet 1 of 2 Signage Schedule - Sheet 7 of 2 Signage Information Food Sen e F man! Floor Plan Food Sery e F,ialpmen{ Srhed le Food Sery re Drn'n Plnn Gr nd mbin Ian PROTECTION H T a n m n n r n f m Inn �r F- n L753 nl m n FP- FP-11 FP- FP- 1 FP- FP-4 FP- - 1 Overall n L800 0 L1002 A-1 00 -1 A-14 A-150 A-16 Kitchen Enlar ed Plumbing Plan Mezzanine Level Fire Protection Overall Plan Ian in nd and 124 f Level F're Prot,v Overall Plan ngitudina_I Sect'ons Cress Sect ons omatr'r Plan in Plan 125 Waste and Veni Isomeir'c D'agrnms Ianiing e ti s 126 Waste and Vent Isometrs D�agrnms - Kitchen Planting Details 127 128 129 130 131 1 13 134 135 Do InWater D nn Domesfc Water DEnn - Al,hen Fire Sprinkle, Details Natural f ,, 0�an m and Storm 0rdneg, Eder m &G APPENDIX SHEETS Ground Floor Level Floor Plan Plumhin. Deia'Is ' z gain e loos i P uyppy 1 vel Roo Ian fvo nd Level Reflect Ceifmg PI eel Refle {e eirin PI n erns an Food Service Water W ('ns Plain Food Service Electrical Plan Food Service Conduit and Wall Backin;�n Exhaust Hood Plan Exhaust Hood Plan Ik-In r Freezer Plan Plumtina Re1a1s FluDetdie PH C-102 PH C-303 PH C-304 gse ra mg x i or re erence Phase Construction Site Fence Plan (for reference) Phase Finish Pad Grading Plan (for reference) h se e ti ns f r reference isoNc RE EFIN - K-071 K- oan+wr tErz z�caxa TE ILA LA (��TiAzec-Am, a z55 LANs PnrPAnro a _ — — - _ Anne V`rma Assac'�atee inc. - x LANs enreAnrn vNnrn Tar n�nrrTIaN a sf3af:s L. c - Tor, IF LL LL x�a, FO DITE CITY OF SANTA CL-ARITA As svowN THE RINK SPORTS PAVILION 20880 CEMRE DOME PARKWAY 9ANMA CLAREFA, CA B 0 oat, ef2024 rrT. G-101 APPRO UED rCR CONrRaCriONti SHCES OMY� omEcrcR w mEicne oex000 sERATrEr rRRro n+�,eENNA BATE SHEET INNEX umEcrcR OE RECREAriorv,anv cnumuNnv sERurcEs oarE ar Ti i< BLD24-00102 ADDENDUM #3 11nilial Initial Ii itial a 5� �f Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 I IT L F F CITY OF SANTA CLARITA BUILDI GAND SAFETY CLEARED UNDER SCMC TITLE 20 B M,hael Samuel ED, PLAN CHECK ONLY P b 1tl s9 R1W ®Sewer CIEN 1972078.84 CIE E 6411221.32 M � EX. STORM DRAIN PoC (INV 1390.48) CIE F N 197 64.99 L=6.8-J E 641F42.59 M N 1972079.4D n� �-64ti233.73 )� 6" STORM DRAIN (SEE NOTE 2)^, 1m� 6" STORM DRAIN 1.1 (SEE NOTE 2) EXISTING ROOF N �972140.Sf DRAIN OUTLET E fi-11134.73 PROTECT IN PLACE EX GYM OUTER WALL 21 ;1 „INV 1391.E ,,,,,,,, , B� O so OUTER BUILDING J OUTLINE III II I ! J I I 7 I l l I •,II4 - II 6" STORM DRAIN 3.0 I (SEE NOTE 2) � II SEE 1 9 .2 EX DRAIN INLET l" EX. STORM DRAIN 7: _ I .I (INV 13 10) I + l a �II f III ti N 19 4.77� F. 641 3.71 ,^'y 12� 6" STORM DRAIN 2.2 (SEE NOTE @2) I 1 oN 19722B9 85: I I Iw E 641113393 4" SEWER LINE 2.0 17 , , _!�! (SEE NOTE 2) (INV 138B.17) 6 1• - IV • II I 'V'46PBELOW EX; STORM DRAT ALKWAY 3w iu ELEVATION TO TOP OF PIPE. INLET 1T E 1_11NMEM STRUCTURE HAs INVERT 3 m ^ BEEN REMOVED �LEVATION TO wr„�� AND THE PIPE HAs ^DOE VERIFIED W BEEN CAPPED w o w'aO BELOW GRADE r S NT Cltt OF SANTA CLARITA RIF APPROVED TFOR IN 6 GRADING AND DRAINAGE V UNDER TILE 17 - - UNIFIED DEVELOPMENT CODE _3 - T - -`- � / - _' a- - \ BE \ 6' C9NC s T, Br \' CASIT-1F EX. 6" SEWER LINE DATE' m o , GREASE INTERCEPTOR AND INLET PIPE - - - - 6" STORM DRAIN 4.0 (13 _ tg END 6" coNc. cnslNc __ g" WATER LINE \ \ SEE PLUMBING DRAWINGS, SHEET P-111 (SEE NOTE 2) Q% _ ¢ iD" FIRE LINE (SEE NOTE 2) LN"� meES OTE: \ES h PER THIS PLAN PER©6 PLAN II 4" SEWER LINE \ oo (SEE NOTE 2) PROTECT IN PLACE reHNI **En PEO'AaEreOOu sENEsory IHNF-A/acu *x INAGEPER PLUMBING 1 EFCAPPED GASCIE- ++xEE NOE 2 EX. FIRE LINE tmiwIOA EREI DRAWINGS ( -LY z o o EX. WATER LINE )' 1ON1 OF arvr c1 DOE IN TATE LARS ° a,_ AT, ID SANTA PLAIDARpof €ss D�IFFINOL ON CITY OF SANTA CLARITA *E n DA f ' o fW 3. g t A/zs/zowry LA, IF " ISS�iRA1LPROS E A f 1TE RINK SPORTS PAVLK)N (fl,e)s53 - (aa�7s2aa-4o3� zaallrvinel DIECTOI OF [E P3034 /r,"�u"� nor„ C61869 ,� 20880 CENIRE PO PARKWAY r 7ww ( F Nt 1' - BANTA CLARRA, CA MW EEr. fsE aFE xF: c/w/zs P/nns PaEPvaEo UnoEa TIE oiaEcnary a. ORrlOco sERurccs /nry ireEcnon o s 3 ILAI UTILITY PLAN Crvl r - s/zz/za o C 301 RE,a ri[w Alva auuOl✓rry sEaur aFE f f C CFs r OF nt xis cpz L A�1 APPROVED FQP CONS FIrCI O/RE O OF�rGWR lRR/O C/REC]g4 OF REC L1MNE PRA00 A ADDENDUM 3 10/26/24 SHEET 023 OF 263 6 STORM DRAIN 2.1 FOR DETENTION BASIN AND ON (SEE NOTE 2) ELEMENTS SEE SHEET N 1972149.88 E 6411123.38 _ INV. 1392.5 INV. 1392. x 6ITT 17 $ ., POC 5'FFROM FACE OF BUILDING ELECTRICAL ROOM SEE SHEET FP-100 s' CONSTRUCTION NOTES: e.z'_ I - s '" Qi INSTALL 6" PVC STORM DRAIN PIPE. INSTALL 1D"x6" REDUCER. j o Q INSTALL 4" PVC STORM DRAIN PIPE. p05p0 TO APER ARCHITECTURAL PLUMBING DRAWING PS 100 EETS 2 37 Q INSTALL 10- PVC FIRE LINE PIPE. Q INSTALL 12"x12" TRAFFIC RATED GRATE INLET AND CONNECT TO EXISTING PIPE. 4" SANITARY SEWER INV. 1392.2 CONNECTION FROM BATHROOM Q INSTALL 4" PVC SEWER PIPE. INSTALL 6" 22.5- ELBOW. SEE PLUMBING SHEET P-1113 M'I ^ Qs INSTALL 8" PVC WATER LINE. zQ+ REMOVE EX. DRAIN INLET BOX AND PIPE AS SHOWN ON PLAN. t% F 1394.7D Q INSTALL 6" SWEEPING WYE TO CONNECT TO EX. 6" SEWER. Q INSTALL 6" PVC CLEAN OUT FACING UPSTREAM. R� INV. 1392.2 INSTALL 6" BACKFLOW PREVENTON DEVICE DOUBLE CHECK). O ( ) Q INSTALL 4" PVC CLEAN OUT. INSTALL 6" PVC FIRE LINE PIPE. Q CONSTRUCT CONCRETE ENCASEMENT PER DETAIL 3 ON SHEET C-305. OUTER BUILDING Q CONNECT TO EX. 10- FIRE LINE. CONCRETE SHALL BE 500-C-250D PER SSPWC. < YOU INE INSTALL 9' 11.25' ELBOW. I Q J PoC AT 5' FROM Q CONNECT TO E%. 6" WATER LINE. 2y INSTALL 9' 90' ELBOW. FACE OF BLDG Q CONNECT TO EX. STORM DRAIN BOX. O q 1 2t NV. 1392.20 r 2 INSTALL fi"x fi"x 4" TEE. INSTALL 4" x 4" x 4" TEE. x INV. 1392.2D3B I> OUTER BUILDING " it.� Q INSTALL 4" 225' ELBOW. tQ3 INSTALL fi'x fi- WYE CONNECTION. OUTLINE �iX_9_9-C4MM.312E Q 2.5" % 4" REDUCER (TP 13897) tQ1 INSTALL B' 45' ELBOW. O INSTALL 10" 45' ELBOW WITH CONCRETE THRUST BLOCK ® INSTALL 4" 45' ELBOW. PER LACDPW STD PLAN W-21. 0 INSTALL 3" PVC STORM DRAIN PIPE. GENERAL NOTES: I1 W INSTALL 1D' 22.5' ELBOW. 1. CONTRACTOR TO VERIFY ALL EXISTING PoC (GAS) PER 0 INSTALL 6" % 6" X 3" TEE. I PLUMBING PLANS EfINSTALL ATRIUM GRATE IN PLANTER AREA. FIX.... © ROOF DRAIN PER PLUMBING DRAWING P-111. CONNECTIONS PRIOR TO CONSTRUCTION. i SEE LANDSCAPE DRAWINGS. INV. 1392.2 21 IN 6"x6" FLAT GRATE PER LANDSCAPE DRAWINGS. I-5.8' 0 2.5" ROOFDRAIN INSIDE STUD WALL FROM AWNING PER 2. FOR PROFILES OF SEWER, STORM DRAIN, AND FIRE SEE GRADING PLAN FOR LOCATION. ARCH. DRAWING A471. _ ✓ INV. 1392.2 3 zO INSTALL 6" 9D' ELBOW. WATER LINES - - �J F SEWER POC AT 5' z W PIPE IS LOCATED 6'+/_FROM 1394.70 FROM FACE OF 21 21 CONNECT WATER LINE CENTER OF POLE LIGHT BLDG. SEE P-111 INV. 1392.2 INV. 1192.2 a1 NV. 139220 _ BI BUILDING. SEE PLUNBIFI�'PLAN$. PIPEALEENMENTBELEVATI, )) • HAVE BEEN FIELD VERIFIED, �- "SEE PLUMBING P1AN OUTER BUILDIN REFER TO As -BUILT suRVEY. T FOR CONTINUATION i GRADE BEAM FOUNDATION OUTLINE x 19 titre GRADING BOUNDARY =q 3 1 NV. 139220 L2 PROWDE HOT -TAP CONNECTION -- -..-- .?.�..�- _ �• PTO EXISTING GAS LINE 2 17 2 2 ` �L 2 21 Y GA UN[ ,7 n : n in IS n CAUTION! EX. 2" GAS LINE so so: _ - - _ __ 2 N 1972719.62- - PLUMBING PLANS - -- - E 6411287.14-- - - - x EESFlEETIP=111 ____ ____ __ - - __ "-fir TI--'==<= ERE AIN 15' SD EASEMENT m. EX 59" RCP (PIP) L=19.2' �ELE\ d "(TP 138911) �✓ SS 65 95 ISSUE FOR BID - 09/23/2024 BLD24-00102 ADDENDUM #3 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 FS 1393.41 2.1 SLOPE P)I FS 1393.54 F 139 . k 1 4. 4 FI' 1392.91 W BIORETENTION BASIN ELEV = 1390.0 h FS 1392.89 �e i1D FS 1194.95 INV 39159 INV. 1389.00 F FS 1394. B8 FS 1}g3.59 FS 1394.92 n t9 xy FS 1394.8E mot _I -- F 394.52 T 1394.7 FS 1395.ED ty TC 1}95.45 nx x FS 1}93.87ENDFI[E- " TG 1394.75 tx 1 4.95 FS 1}91.72 IFS 13 .98 y FS 1399.48 FS 1 94.95 I FS 1 93.00 F n TC 1 95.45 TC 1395.18 BOW 1394.00 FS 1394.72 FS 1394.95 9 FS 1394.92 xyx tN 1 t 1394.43 " FS 1395.00 1 TG 1394.84 FS 1 94.95 a x m 91 & j; F BOW 119}.94 y ty TOC 1395.45 FS 1394.68 FS 1 ISFI 1'X3'XB" I FS 1393.90 w \ F END PIPE I 1 r.m '� w �" 41' �� `� 41 �- 49.3' 13 3.SD FS 1393.87 SO so 1 49.3' _ ' BW 1393.94 yx - _ u. ,x Fw s u- BW BOW 1393.71 F 01 CURB FS 1393.61 "t - FS 1 95.00 FS 1394.64 WARNING TILE FS 1394.75 • III BW 1�53.6 ya E " FS 1395.00 t lr*I 1 5.04 X FS 1395.00 FS 139 .DD TC 1393.53 _ 'FS 1394.40 �y 5 CUB 4x C yq FS FS 1393.53 iN SS FS 1395.20 it % D ECR FOC 1393.53 �' is TO 1394.75 xD TG 1394.75 „ FS 1394.26 .n FS 1}93.70 BW 1394. B 4S I I I STEP D FS 1395.DO cs i` J 2 yy FS 139 .00 FS 1395.00 FS 1394.04 yy ® 1 (FS 1393.57) 6' ORB F 1393.46 C-307 y FS 1394.58 I„ w _- 1 i ,i ss WARNING 71LE iI T 1393. 2 "y a ED FS 1399.92 6" URB FS 1393. 2 - H I I CUR TC 1393.65� " OR 1 9365 t _ (3 RISERS 9 4" HT) GENERAL NOTES: ING DETAILS, SEE LANDSCAPE ARCHITECTURAL DRAWINGS FS 1393.96 y1 COR 1393.96�'yy 262 n� 3 2. FOR NORTHINGS & EASTINGS, SEE COORDINATE TABLE ON SHEET C-305 COR 139 .71 DD n 7 -307 a „ F1139SO1 BIORETENTION BASIN NOTES: j € c yx FS 1394.96 Q INSTALL UNDERDRAIN PER DETAIL 7 ON SHEET C-305. iII �n 6" C RB FS 1392. T 4D 7.6' a� S 1393.99 INSTALL 6MINUS ROCK WITH FILTER FABRIC ON SIDES AND BOTTOM. DIMENSION PER PLAN. 0 CONSTRUCT CAST -IN -PLACE TYPE G1 DRAINAGE INLET PER CALTRANS STANDARD PLAN D72B, SHOWN ON C-305. ^+ CDR 1393.5 Oy ' III a - - < � ST FI I 3.90INSTALL CONCRETE CUTOFF WALL PER LANDSCAPE ARCHITECURAL DRAWINGS11 r yCOR 1393.67 Si �' / I 5 ,19}.79_ FFE 1395.20 1 6-� CUR TC CDR 1393.J9 I III j FS 1392.B4 f4.3 i PAN LID WITH PAVERS N r I R88 TC COR 119319 m 2� I,aY " CUB FS 392.69 65 4 114 GB 1393.94 GB 1395.08 fl yx F F �_SOl TR 1395.02 ny 13 i.67 l I GB 1393.87 GB 1395.03 116 i I p12y,.; TR 139"" 1y 1 F 13 4.73 (FS 1}93.63) FS 1394.42 Dy FS 1394.69 TO BE PROTECTED IN PLACE FS 139 .16 FS 1394.69 I D� F51 S---I '� i � L � COR 1393.15 ae ^ 0 5 1DI PO CURB J FS 139259 67 As _ - r B E' 307 -307 APPROVED URB_ _. _ - -_ - - - - _ - - FOR \ �39 ) FS 1391.179339 __ _. __ ___ - -.. FS 1394.44' l,j`-- , GRADNG AND LE 1NAGS TINDER TTLE tJ l 'J 'J `J FS 1393.37 f FIRE LANE TURN Z�ROUND UNIFIED DEVELOPMENT LADE i + f5 139 71 TR 1393.US sy BW 139333 f 7D BW 139333 ss s Q BW 19 s\ Tl _ TIs sET of Pw,s am urvinwruz o u IF arvrAc prvN I, 6' 'HE STANPINC OF 11 6" CURB (FS 1392.75) It " RTTEN 1-ssox ON. Tr EXISTIN PAVERS TO BE PROTECTED IN PLACE 71 UPDATE. u.. m. I,EN >D BACKGROUND. 1 - D i K k\ - __ _ -- _ -- SEE �AN.SCAPE �� � \ SONS OF ANv CT pwcS _ _ E ET VFI5II IP °"S PxEP<xE° a,_ Rpof 6ss D� TINN F SANTA RCLARITAE TEA DA f T O CW 9q(f E?RoM/4D/262a MRA1LPROS p` + THE RINK SPORTS PAVLION cEo,ANTA53 P (66,)2a6-403, E P3034 www r,r,a�ua� nor„ s C61869 fn 20890 CENTRE POWlIE PARKWAY T TON ( - T ONt 1) mo Irvine v sT SANTA CiLAWA, CA 9350 ORr/OCO YRuiCfs FTf 4 EXP: a/]D/25zi EET. ANO PIEPAIED INDER TIE IIIEcncN OF. LANiHE ON c s 3 GRADING PLANS s/zz/za crvI o� F C 304 RE,a Ti[w Alva auuOl✓rTv sEaur aTE f f C CFS T OF nt xis cpz L A�1 APPROVCD FQP CONS FIrC l O/RE O OFrGWR lRR/O C/REC]g4 OF REC L1NME PRA00 A ADDENDUM 3 10/25/24 SHEET 029 OF 253 ISSUE FOR BID - 09/23/2024 BLD24-00102 ADDENDUM #3 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 J ❑ ❑ ❑ CONSTRUCTION NOTES: Q SLURRY SEAL TYPE 1 } ��IOo oOl��ll 01 v v' Leave e—S cable Irnm run nn11M,, i—mm_cm ❑ li li �E] ❑ li """`°`"plele,he"nanMfinal STRIPING NOTES: L wnneclipn ham This point --� _ V -I< �i INSTALL 4" BLUE DIAGONAL STRIPING AT 36" MAX OC PER DETAIL 1. Q INSTALL ISA MARKING PER CALTRANS STD PLAN A24C. =66,Idamerer suppcn polem �/ \ � Q PROTECT IN PLACE ACCESSIBILITY R99C SIGN AND POST. lllzauaI porting of fiber cable. ,� a INSTALL 4" BLUE PARKING SPACE STRIPE. blENU,at/INSTALL 4• WHITE PARKING SPACE STRIPE. /LIGHT POLE PI y E%. WHEEL STOP PIL © INSTALL 4" WHITE DIAGNAL STRIPING AT 36" MAX OC PER DETAIL 1. f / ❑7 INSTALL "NO PARKING' PER CAL TRANS STD PLAN A90A. �' �e INSTALL "VAN ACCESSIBLE" R7-8B SIGN. T 4 .A 5 ,/[./; i r� �IIjy///!,II�II �/�`f`\ ./ Q PROTECT IN PLACE EXISPNG PLANTERS. �— ° g' ryp � �: 1.oemoarmreaastraDdFI�rGD4�s�blAhom LEGEND: Gymnasium R'"Pampel Yyall is City Trailer 2. Maint41n a minimum of 1, cl_._ from metl Sueaoe LIMITS OF SLURRY SEAL TYPE spC blIP IGHT, LE IFIP 4 w Rp 1 Ukb d f0y -A air ee 5 CTy 1 H eD m l b th ends 1 p de signal �" 6 g. fum t n b plel tell I al the pe detl wmD l 9 p ane Ic M 13. I,NwI lx p n tlad t IbulM1d O calla II Ut U Bed 450 \, UNIQUE PI s ,s Inswallpwtas needed LIGHT POLE PI CONCRETE PAD PIP for 14 alesmnce Rmlle cable mrpugh solar pla Bore ane se�ore In �`N y 1x Ga•ciry w OMiGe "..= "- I __ PI City Olfce V 1hi, I I , p_ tl tl ld1,,,,,a N,t © D R 0 S, - FEET CITY Of SANTA CLARITA APPROVED FOR GRADING AND DRAINAGE UNDER TITLE 17 UNIFIED DEVELOPMENT CODE BY: DATE: PoTTFN PISTONS GF AN 111 oa cLIFE SPIN LFEp e, oeP FLJse pN CITY OF SANTA CLARITA SS a sue. 11NLI­ LINE P,rss MRA1LPROS =` ia,eiA.. - i e,Tlz`se-apr, ma l I,N.l FF 1TE RINK SPORTS PAVLION P3034 ,naruac nor„ < C61869R>m 70880 CENTRE POr4IE PAPoWAY A— SSFVr Eve ( r oNt �. " m^ SANTA CiLARRA, CA 9tl50 oeraoeo sceurecs arc +�F o/ro/11 FF'. PLANS PnFPAeFo uNIE1 TIE maFCTFFN a. LAN I—TION o PARKIN LOT PLAN G ::P CIV Ic e , 0 p C 308 aEar,�,ama �Mn�rrAscaur arc E ,1 �cs , o �� nIr F° 1 yrse �c�r� aT RED r A� ✓annroc veaoo A ADDENDUM a IGrzsrza Sur r r ;.v of z'.- ISSUE FOR BID - 09/23/2024 BLD24-00102 ADDENDUM #3 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 nPEuEo 1DIARTEo FEE E � ) P() PI AkTING PI L_ V \1 V DETECTABLE WARNING AT 2 ExISnNO COBBLE ED 02 P5 ® 1 WALK TRANSITION (50 SELL/-) E PARKING SIGNAGE TO o o GYMNASIUM EE RE PROTECTED IN PLACE 0 0 BwLDINc P5 0 0 P19 P19 CONCRETE 1 P17 1 DIORETENTION I P1 P17 1 P19 P P8 r Pi 3 P8 P5 P8 1 B P6 ,� ENLARGEMEN n REPLACE PAVEMENT f P6 PB I M1 MARKINGS PER o — — CIVIL DWGS F j i RELOCATED SIGN PER CIVIL DWGS I e I P1 7 I P8 Pl P1 pg Pi I TP19 PROTwTw PLACE P2 iaea.TD P1 � 3 ��P1 1 p N FFE r I s1 P13 c. ° � LJ 1 ( EXISTINGLIGHT POLE - 1 WPROTECT IN PLACE ® r t 4 Q h... I H I 0UPLIGH1, TYP. _ 4 - - ��Pl FOR PAVING PATTERN �� p I� ENLARGEMENT, SEE SHT. L404 ' a P EMENT �' e; SEE SHEET L401 a 0 wo" wr ENLARG E4 come Navin 'wicErF (E F. HYDRANT - I� � j � � PROTECT IN PLACE ® -- ---- — P20 Fr.ISTING RF Ell F I 1q ® 3 E AT&T VAULT RAISE - L � I Pi Q L602 TO GRADE (PROVIDE PAN _ I. i r, LID WITH PAVER INFILL( FE �1395.2 :I 1 4 IN - - - - - IF-) III ENLARGEMENT ENLARGEMENT PROPOSED SEEuMewc owes PROTECT LIGHT POLE PROTECT IN PLACE UPLIGHT. TYP SEE SHEET L402 SEE SHEET L403 qw a I o� ��� ` E� UPUG"T, TVP EDGE o ter- P12 4 I' P20 E EXISTING 1 0, � - � o e STORM EASEMENT -��.�� Ir �i4�F� .. I ( T PROTECT IN PLACE " 8 Jj LOG P20 3- _ A. REFER TO 30D FOR GENERAL Yitic as 11 s �,1 S �- - —os - --.s - - -I-_ •• i L RA NOTES ANDCONSTRUCTION L--------------- SF1 - P11 L��� �J P15 RFEERSC LE P10 V B. REFER TO AND DRAWINGS FOR 1 P12 P14 1 P12 P11 P12 E SF1 P12 YL _ P16 GRADING AND UTILFfIES ps - --- --- - ---'-- - -- - " _ — — C. PROVIDE 18' SLIP DOWELS AT P 0 EIRE AccEss ON / P10 3 INFILL uDS, TIP P10 CLEARANCE P10 — — INTERFACE BETWEEN EXISTING E L602 / `.,` J' L621 % 3 MH LIDS P10 a J PAVING AND PROPOSED PAVING. \ ` SEE DWG. AG 204 D. REFER TO CIVIL PHASE N DWG. — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — P15 ",, 2 PACKAGE FOR DEMOLITION AND SYMBOL LEGEND MATERIAL SCHEDULE REFERENCE CALLOUTS-0EX°TING °°HT POLE — GRADING B OTHERS UNDER PROTECT IN PLACE 2 - I Ceti SEPARATE CONTRACT PA PLANTING AREA (SCORE JOINT P# PAVING - REFER TO 'PAVING SCHEDULE R# RAIL -REFER TO 'RAIL SCHEDULE Mk MISCELLANEOUS MATERIAL -REFER TO T _ (E) PLANTING - PIP ® o® ALIGN EDGES MISCELLANEOUS MATERIALS SCHEDULE' AND ADJUST IRMG 2 Q SGIE fEEf ISOLATION / CONST. JOINT ST# STAIR - REFER TO 'STAIR SCHEDULE' PT# POTTERY - REFER TO 'POTTERY SCHEDULE'_ i R W RIGHT OF WAY CONCRETE PAVING SF# SITE FURNITURE - REFER TO T `' I / CONCRETE CURB W# WALL -REFER TO WALL SCHEDULE' L# LIGHT -REFER TO 'LIGMING SCHEDULE' 'SITE FURNITURE SCHEDULE' CONTROLLER - PIP 1 P15 "A°`A `R" II".r `I" "`D - Il ION CITY OF SANTA CLARITA II DELEGAT01 IS FILE DOILF1 IF ¢¢ 20 oa,uoN iciza Pic �ss;i zes-aoa, 11 VALEN'A ATs, a5s HF SUITE ' _ ee THE PoNY. SPORTS PAVLKKJ oNB sN ONE J: Anil Ve Associates. Inc. 20lEO CENIPE POWIE PAWWAY vvreovc¢ roe cays'T,eucn ccT 44 S - A may IM &ANTA CLARTA, CA BC159 AoiRECCOR of GNBORNCGD SERNC£SS ¢ .a7c m rgNn, [D M. EEC. �T�oNA�Oo,+,wr�;,r�-R��O CA L<NSPREP�,EOUNo E �allo' g�<E LANDSCAPE DAFFECASE OF CONSTRUCTION PLAN L-301 ��H H�� uv r i i RI n2a-nrnn9 Or-)nENnUM in Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 ■ 41111111 LIM115 OF ENLARGED PLAN VIEW ■ I TREE GRATE 4 4 ■ AND FRAME M2 L604 ■I ■ ■I ■ P4 ■ ■ I APPROXIMATE ■ LIMIT OF WORK ■ I TC 1393.59Al 'Al ■ I PROTECT iN PLACE ■ ■ Mom, ■ I T. BOLLARDS AS ff rPLACE ���� ' (E) F. HYDRANT - PROTECT IN CLEAN AND PAIII ���lIWI AND 5 HOSE CONNECTON CAPS ���� _< ��+ �� WT��.M .ells a TW 13PLID I I ® W1 I I 4' ATRIUM DRAIN OUTFACE AT LOWER I PLANTER. SEE 6/L1003 h P17 ■ ® �41 Y Y h i 1 I � X ��R trt SYMBOL LEGEND MATERIAL SCHEDULE REFERENCE CALLOUTS F NOTES: A. REFER TO L300 FOR GENERAL NOTES AND CONSTRUCTION SCHEDULE B. PROVIDE 18' SLIP DOWELS AT INTERFACE BETWEEN EXISTING PAVING AND PROPOSED PAVING. C. REFER TO CIVIL PHASE N DRAWINGS FOR DEMOLITION AND GRADING D. REFER TO CIVIL DRAWINGS HEREIN FOR FINE GRADING, DRAINAGE AND HORIZONTAL CONTROL. E. SEE SHEET L403 FOR GRADING NOTES AND SYMBOL LEGEND. PA PUNTING AREA SCORE JOINT .� P# PAVING -REFER TO 'PAVING SCHEDULE' R# RAIL -REFER TO 'RAIL SCHEDULE' M# o o O MISCELLANEOUS MATERIAL - REFER TO a 0 124 ALIGN EDGES ISOLATION / CONST. JOINT ST# STAIR - REFER TO 'STAIR SCHEDULE' PT# POTTERY - REFER TO 'POTTERY SCHEDULE' 'MISCELUNE0U5 MATERIALS SCHEDULE' SF# SITE FURNITURE - REFER TO -• - = scut rtLT R/W RIGHT OF WAY CONCRETE PAVING CONCRETE CURB VY# WALL - REFER TO WALL SCHEDULE' L# LIGHT - REFER TO 'LIGHTING SCHEDULE' 'SITE FURNRURE SCHEDULE' a - �" CITY OF 3ANTA CLAPoTA oa,uoN icizF A-oEV(t SD Nt r) ED dT� IT, IF P"TV CLRITI""R`� (_s Vzes-ao3, s„'s - .o ��\ Anil Verma Associates. Inc. I= „ S F. St s.as sC"d"2< I IRE EE N THE PoPY. SPORTS PAVLKKJ 208W CENTRE POWIE PARKWAY BANTA CLMtlfA. CA BMW oa / a ^. oT N£iGNBORNCGo SFRNC£SS cc tNiB mnpm,s PREPARED TINDER TIE ADEI-N D ENLARGED LANDSCAPE>o-e;DIFEERFEE EET.AN' OF Ao,+,wr�;,r�-RNT� s%° EDE-% �D„ T„�N CONSTRUCTION PLAN L-001 AAADEF�TTwTA� o s q FU n2a-nrnnP Or)nENnUM A3 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 CERTIFICATION OF INSTALLATION ACCORDING TO THE LANDSCAPE DOCUMENT PACKAGE I/ WE CERTIFY THAT BASED UPON PERIODIC SITE OBSERVATION, THE WORK HAS BEEN SUBSTANTIALLY COMPLETED IN ACCORDANCE WITH ORDNANCE AND THAT THE LANDSCAPE PLANTING AND IRRIGATION CONFORM WITH THE CRITERIA AND SPECIFICATIONS OF THE LANDSCAPE DOCUMENTATION PACKAGE. SIGNATURE- DATE NAME (PRINT) TELEPHONE TITLE FAX EMAIL LICENSE # OR CERTIFICATION COMPANY A I STATE ZIP DESIGN STATEMENT I HAVE COMPLIED WITH THE CRITERIA OF THE ORDINANCE AND APPLIED THEM FOR THE EFFICIENT USE OF WATER IN THE LANDSCAPE DESIGN PUN. 2-14-2023 WARREN ARATA. LANDSCAPE ARCHITECT LIC X 3420 DATE SOIL MANAGEMENT REPORT -SIGNER OF THE LANDSU DESIGN PLAN, SIGNER OF THE IRRIGATION PLAN, OR LICENSED LANDSCAPE CONTRACTOR. THE PURPOSE OF A SOIL MANAGEMENT REPORT IS TO REDUCE RUNOFF AND ENCOURAGE HEALTHY PUNT GROWTH. THE PROJECT APPLICANT OR DESIGNEE SHALL SUBMIT ME SAMPLES TO A LABORATORY FOR ANALYSIS AND RECOMMENDATIONS. THE SOIL ANALYSIS MAY INCLUDE: SOIL TEXTURE; INFILTRATION RATE DETERMINED BY THE LABOBAIORY TEST OR SOIL INFILTRATION RATE TABLE; pH; TOTAL SOLUBLE SALTS; SODIUM; PERCENT ORGANIC MATTER; AND RECOMMENDATIONS. DEPENDING ON THE PROPOSED PROJECT, ONE OF THE FOLLOWING SHALL APPLY: (1) IF SIGNIFICANT MASS GRADING IS NOT PLANNED, THE SOIL ANALYSIS REPORT SHALL BE SUBMITTED TO THE LOCAL AGENCY AS PART OF THE LANDSCAPE DOCUMENTATION PACKAGE; OR (2) IF SIGNIFICANT WSS GRADING IS PLANNED, THE SOIL ANALYSIS REPORT SHALL BE SUBMITTED TO THE LOCAL AGENCY AS PART OF THE CERTIFICATE OF COMPLETION. THE SOIL ANALYSIS REPORT SHALL BE MADE AVAILABLE, IN A TIMELY MANNER, TO THE PROFESSIONALS PREPARING THE LANDSCAPE DESIGN PLANS AND IRRIGATION DESIGN PUNS TO HAKE NECESSARY ADJUSTMENTS TO THE DESIGN PLANS. THE PROJECT APPLICANT OR DESIGNEE SHALL SUBMIT DOCUMENTATION VERIFYING IMPLEMENTATION OF SOIL ANALYSIS REPORT RECOMMENDATIONS 10 THE LOCAL AGENCY WITH CERTIFICATE OF COMPLETION. SOIL MANAGEMENT REPORT NOTE SOIL TEST SHALL BE TAKEN BY CONTRACTOR SUBSEQUENT 10 SITE DEMO AND CONSTRUCTION OF WALLS AND COLUMNS. SOIL ANALYSIS WILL BE PROVIDED WITH CERTIFICATE OF COMPLETION. IRRIGATION LEGEND SYMBOLS DESCRIPTION MFGR. NOZZLE NO. PGI GFM R40. Qf O PRS-D6-PRS30 HUNTER PRO -SPRY FIXED O. H 30 0.24. .47 B' ❑ PRO-06-PRS30 HUNTER PRO -SPRY FIXED 0. H 30 0.67. 1.3 12' 0 V PRO-DB-PRS30 HUNTER PRO -SPRY FIXED Q, H 30 DEW, 1.86 15' RAIN BIRD AB/ GRD RWS - 6 - 1901 30 .25 - EACH SYMBOL R IN BI W G 4 1 REPRESENTS GRADE (2) AT BUBBLERS. INSTALL (2) AT GRADE BUBBLERS AT EACH TREE IN TREE. REFER TO BUBBLER DETAIL FOR ARRANGEMENT. EL TRIC EMOTE PRESSURE REGULATING RCV. SIZE AS NOTED ON PLANS. REFER TO CONTROL VALVE SUPERIOR 950 PRS DETAIL FOR INSTALLATION. SERIES N BALL VALVE NIBCO T-580-70 SERIES. LINE SIZE BRONZE BALL VALVE. SIZE NOTED ON PLANS. REFER TO TO DETAI THREADED FOR INSTALLATION. USE FOR ISOLATING BURIED MAINLINE. CONTROLLER F, EXISTING 48 STATION WALL MOUNTED BACK PLATE 8 EXISTING HYDROSCAPE CONTROLLER ASSEMBLY, 33 STATIONS USED TO BE AUTOMATIC PROTECTED CONTROLLER 'F' EXISTING IN PLACE. (3) STATIONS GAINED FROM REMOVAL OF (3) VALVES SERVICING EXISTING LANDSCAPE THAT IS TO BE REMOVED. #HS7-BPDX-48/HSDX-D3/HSDX-HW CONTROLLER OR #HS7-BPDX-48/HSDX-03/HSDX-HW ® EXISTING AUTOMATIC EXISTING 48 STATION WALL MOUNTED BACK PLATE HYDROSCAPE CONTROLLER 'G' CONTROLLER ASSEMBLY 1" QUICK COUPLER RAIN BIRD. PROVIDE AND INSTALL 1" 44-RC IN VALVE PDX. REFER TO • DETAIL FOR INSTALLATION. SCH 40 PVC (NON -PRESSURE) LATERAL LINE PIPE (1-1/2- AND SMALLER) CLASS 315 PVC (NON -PRESSURE) LATERAL LINE PIPE (2" AND LARGER) CLASS 315 PVC (PRESSURE) MAINLINE PIPE (2" AND LARGER) SCH 40 PVC (PRESSURE) MAINLINE PIPE (1-1/2- & SMALLER) - SCHEDULE 40 PJC WIRE CONDUIT. SIZE AS REQ. SCHEDULE 40 PVC IRRIGATION SLEEVES (SIZE: INSIDE DIA. OF SLEEVE TWICE THE OUTSIDE DIA. OF INSERTED PIPE) NOTE: DRAWINGS ARE DIAGRAMMATIC. ARM EQUIPMENT SHOWN IN PAVED AREASS1AIpN NLVBER AND BUILDING AREAS ARE FOR DESIGN CLARIFICATION ONLY AND SHALL BE ""\ re. SRE INSTALLED WITHIN PLANTED AREAS. ••� UND DESCR PVC PIPE SIZE SCHEDULE HZOTpZONE GPM PIPE SIZE GPM PIPE SIZE 1-4 1/2- SCHEDULE 40 13-22 1-1/4- SCHEDULE 4D 5-8 3/4' 23-30 1-1/2- 9-12 1' MAINTENANCE SCHEDULES: UNDSCAPES SHALL BE MAINTAINED TO ENSURE WATER USE EFFICIENCY. A REGULAR MAINTENANCE SCHEDULE SHALL BE SUBMITTED WITH THE CERTIFICATE OF COMPLETION. A REGULAR MAINTENANCE SCHEDULE SHALL INCLUDE, BUT NOT BE LIMITED TO. ROUTINE INSPECTION; ADJUSTMENT AND REPAIR OF THE IRRIGATION SYSTEM AND ITS COMPONENTS, REPLENISHING MULCH, FERTILIZING AS REQUIRED, PRUNING, WEEDING. REMOVING SPRAY OBSTRUCTIONS, OPERATION OF IRRIGATION SYSTEM OUTSIDE THE NORMAL WATERING WINDOW IS ALLOWED FOR AUDITING AND SYSTEM MAINTENANCE. REPAIR OF AL IRRIGATION EQUIPMENT SHALL BE DONE WITH OEM PARTS. PROJECT APPLICANT 6 ENCOURAGED TO IMPLEMENT SUSTAINABLE OR ENVIRONMENTALLY FRIENDLY PRACTICES FOR OVERALL LANDSCAPE MAINTENANCE. LANDSCAPE IRRIGATION AUDIT SCHEDULES: THE PROJECT APPLICANT SHALL SUBMIT AN IRRIGATION AUDIT REP90RT WITH THE CERTIFICATE OF COMPLETION TO THE LOCAL AGENCY THAT NAY INCLUDE, BUT NOT BE LIMITED TO: INSPECTION; SYSTEM TUNE-UP; SYSTEM TEST WITH DISTRIBUTION UNIFORMITY; REPORTING OVER -SPRAY AND OR RUNOFF THAT CAUSES OVERLAND FLOW AND PREPARATION OF AN IRRIGATION SCHEDULE. ALL LANDSCAPE IRRIGATION AUDITS SHALL BE CONDUCTED BY A CERTIFIED LANDSCAPE IRRIGATION AUDITOR. AT A MINIMUM, AUDITS SHALL BE IN ACCORDANCE WITH THE LATEST STATE OF CALIFORNIA LANDSCAPE WATER MANAGEMENT PROGRAM AS DESCRIBED IN THE LANDSCAPE IRRIGATION AUDITOR HANDBOOK, PREPARED FOR THE CALIFORNIA DEPARTMENT OF WATER RESOURCES, WATER CONSERVATION OFFICE, THE ENTIRE DOCUMENT, WHICH IS HEREBY INCORPORATED BY REFERENCE. AOAafoN P fss�lARes-ao3� 9�35s a HnNs PREPARED ev-� �, i \�� AIH VIINN0 Aseoc ates, Inc. Nr0'' M ^ Flmn GL SuAN 168K / /d� 2< LANs Pa[PAa[o mINIE1�Nm [Doi [c'HON a l\\\-¢� S/30/" \-j no Ea. IESv1EIT F1,N [FizR A/f PPROVfO FEAR CCNS/RI/C/iON ([ SNff/ N[ J AOIRfCTOR Of N£/GNBORNCLO SFRNCfSs A/F CAfIEAN ANO CCMM RE11 YRVIC TTE INSPECTION NOTES THE FOLLOWING ARE REQUIRED INSPECTIONS/ APPROVALS FROM OWNER/ LANDSCAPE ARCHITECT. FAILURE TO OBTAIN APPROVALS OR HAVING UP TO DATE AS-BUILTS UPON CONSTRUCTION INSPECTION BY LANDSCAPE ARCHITECT MAY RESULT IN OWNER SUSPENDING WORK. 1. PRE -CONSTRUCTION MEETING. 2. STATIC PRESSURE VERIFICATION AT POINT OF CONNECTION. 3. MAINLINE LAYOUT AND DELIVERY OF DIGITAL PHOTOS SHOWING AS -BUILT LOCATIONS OF EXISTING UTILITIES. 4. TRENCHING. 5. MAINLINE PRESSURE TEST. 6. IRRIGATION VALVE PDX INSPECTION. 7. INSPECTION FOR RELEASE TO MAINTENANCE PERIOD. 8. FINAL INSPECTION TO RELEASE FROM MAINTENANCE PERIOD. NOTES: a. IRRIGATION PLANS WERE DEVELOPED FROM ENGINEER'S BASE PROVIDED BY OWNER. CONTRACTOR SHALL BE RESPONSIBLE FOR VERIFICATION OF DIMENSIONS OF ALL PUNTERS, LOCATIONS OF EXISTING UTILITIES, ETC. ANY DISCREPANCIES IN MEASUREMENTS OR AS -BUILT CONDITIONS SHALL BE BROUGHT TO THE ATTENTION OF THE OWNER AND LANDSCAPE ARCHITECT PRIOR TO WORK. b. CONTRACTOR SHALL CONTACT DIG ALERT PRIOR TO ANY TRENCHING IN THE RIGHT OF WAY. WATER AUDIT NOTE THE CONTRACTOR WILL CONDUCT AN IRRIGATION AUDIT USING A CERTIFIED IRRIGATION AUDITOR, AFTER THE FINAL FIELD OBSERVATION HAS BEEN COMPLETED AND ALL IRRIGATION COMPONENTS ARE INSTALLED IN ACCORDANCE WITH THE PLANS AND SPECIFICATIONS AND THE IRRIGATION SYSTEM IS ACCEPTED BY THE PROJECT ARCHITECT FOR MAINTENANCE. THE IRRIGATION AUDIT WILL BE CONDUCTED IN ACCORDANCE WITH THE FOLLOWING SCHEDULE. 1. PLACE FLAGS AT EACH HEAD IN THE ZONE. 2. MEASURE SPACING AND MARK MID -POINTS BETWEEN HEADS. 3. PLACE WATER MEASURING RECEPTACLES. 4. TAKE READINGS OF WATER LEVEL IN RECEPTACLES AND RECORD RESULTS. 5. MEASURE HEAD PRESSURE IN EACH ZONE AND RECORD RESULTS. 6. AFTER COMPLETING ZONE ADVANCE TO NEXT ZONE AND REPEAT PROCEDURE. 7. SUBMIT THE RESULTS OF THE AUDIT TO THE PROJECT ARCHITECT. THE IRRIGATION MAINTENANCE SCHEDULE TASKS LISTED BELOW ARE INTENDED AS MINIMUM STANDARDS AND MORE FREQUENT ATTENTION MAY BE REQUIRED DEPENDING ON THE PARTICULAR SITE CONDITIONS. MAINTENANCE TASK FREQUENCY 1. CONTROLLER CABINET - OPEN CABINET AND CLEAN OUT DEBRIS AND REPLACE BATTERY AS QUARTERLY NECESSARY. CHECK WIRING AND REPAIR AS NEEDED AND CHECK CLOCK AND RESET IF NECESSARY. 2. IRRIGATION SCHEDULE - ADJUST SCHEDULE FOR SEASONAL VARIATIONS AND OTHER CONDITIONS WHICH MONTHLY MAY AFFECT THE AMOUNT OF WATER NEEDED TO MAINTAIN PLANT HEALTH ADJUST AS NECESSARY. 3. POC - VISUALLY INSPECT COMPONENTS FOR LEAKS, PRESSURE SETTINGS, SETTLEMENT OR QUARTERLY OTHER DAMAGE AFFECTING THE OPERATION OF A COMPONENT REPAIR AS NEEDED. 4. REMOTE CONTROL VALVES, ISOLATION VALVES AND QUICK COUPLER VALVES VISUALLY INSPECT FOR QUARTERLY LEAKS, SETTLEMENT, WIRE CONNECTIONS AND PRESSURE SETTINGS. REPAIR OR ADJUST AS NEEDED. 5. MAINLINE & LATERALS VISUALLY INSPECT FOR LEAKS OR SETTLEMENT OF TRENCH. QUARTERLY 6. SPRINKLERS VISUALLY CHECK FOR ANY BROKEN MISSIGNED OR CLOGGED HEADS. HEADS WITH INCORRECT WEEKLY ARC, INADEQUATE COVERAGE OR OVERSPRAY AND LOW HEAD DRAINAGE REPAIR AS NEEDED. 7. FILTERS AND STRAINERS VISUALLY CHECK FOR LEAKS, BROKEN FITTING CLEAN AND FLUSH SCREENS. MONTHLY AUDIT SHALL BE IN ACCORDANCE WITH THE LATEST STATE OF CALIFORNIA LANDSCAPE WATER MANAGEMENT PROGRAM AS DESCRIBED IN THE LATEST LANDSCAPE IRRIGATION AUDITOR HANDBOOK. THE LANDSCAPE IRRIGATION AUDITS TO BE CONDUCTED BY A QUALIFIED INDNIDUAL AND THE AUDIT SCHEDULE SHALL BE CONDUCTED AT LEAST ONCE EVERY ENE YEARS IN ACCORDANCE WITH THE REQUIREMENTS OF TITLE 20. DIVISION 1 OF THE LOS ANGELES COUNTY CODE. IRRIGATION NOTES 1. THE IRRIGATION SYSTEM DESIGN IS BASED ON THE MINIMUM OPERATING PRESSURE AND THE MAXIMUM FLOW DEMAND SHOWN ON THE IRRIGATION DRAWINGS AT EACH POINT OF CONNECTION. THE IRRIGATION CONTRACTOR SHALL VERIFY WATER PRESSURE PRIOR TO CONSTRUCTION. REPORT ANY DIFFERENCE BETWEEN THE WATER PRESSURE INDICATED ON THE DRAWINGS AND THE ACTUAL PRESSURE READING AT THE IRRIGATION POINT OF CONNECTION TO THE OAR. IN THE EVENT PRESSURE DIFFERENCES ARE NOT REPORTED PRIOR TO THE START OF CONSTRUCTION, THE IRRIGATION CONTRACTOR SHALL ASSUME FULL RESPONSIBILITY FOR ANY REVISIONS NECESSARY 2. ALL ABOVE GRADE BUBBLER HEADS SHALL BE SET PERPENDICULAR TO FINISH GRADE UNLESS OTHERWISE SPECIFIED. 3. PIPE SIZES SHALL CONFORM TO THOSE SHOWN ON THE DRAWINGS. NO SUBSTITUTIONS OF SMALLER PIPE SHALL BE PERMITTED BUT SUBSTITUTIONS OF LARGE SIZES MAY BE APPROVED. ALL DAMAGED AND REJECTED PIPE SHALL BE REMOVED FROM THE SITE AT THE TIME OF SAID REJECTION. 4. ALL EQUIPMENT INSTALLED IN VALVE BOXES SHALL BE INSTALLED PER DETAIL DRAWINGS WITHOUT CUTTING SIDE WALLS OF THE VALVE BOX. CUT VALVE BOXES WILL BE REPLACED WITH NEW VALVE BOXES AS INSPECTED BY THE OWNER'S AUTHORIZED REPRESENTATIVE AT THE CONTRACTOR'S OWN EXPENSE. 5. IRRIGATION AND SPRINKLER EQUIPMENT NOT OTHERWISE DETAILED OR SPECIFIED SHALL BE INSTALLED AS PER MANUFACTURER'S RECOMMENDATIONS AND SPECIIFICATIONS. 6. ALL MAINLINE PIPE SLEEVING SHALL BE 2X THE DIAMETER OF PIPE TO BE SLEEVED. 7. ALL MAIN AND LATERAL LINE PIPING UNDER PAVING SHALL BE SLEEVED. 8. IT IS THE RESPONSIBILITY OF THE IRRIGATION CONTRACTOR TO FAMILIARIZE THEMSELVES WITH ALL GRADE DIFFERENCES, LOCATION OF WALLS, RETAINING WALLS, STRUCTURES AND UTILITIES. THE CONTRACTOR SHALL REPAIR OR REPLACE ALL ITEMS DAMAGED BY THE CONTRACTOR'S WORK. IRRIGATION CONTRACTOR SHALL COORDINATE THEIR WORK WITH OTHER CONTRACTOR'S FOR THE LOCATION AND INSTALLATION OF PIPE SLEEVES AND LATERAL THROUGH WALLS, UNDER ROADWAYS AND PAVING, ETC. 9. DO NOT WILLFULLY INSTALL THE IRRIGATION SYSTEM AS SHOWN ON THE PLANS WHEN IT IS OBVIOUS IN THE FIELD THAT UNKNOWN OBSTRUCTIONS, GRADE DIFFERENCES OR DIFFERENCES IN THE AREA DIMENSIONS EXIST THAT MIGHT NOT HAVE BEEN CONSIDERED IN THE ENGINEERING. SUCH OBSTRUCTIONS OR DIFFERENCES SHALL BE BROUGHT TO THE ATTENTION OF THE OAR. IN THE EVENT THIS NOTIFICATION IS NOT PERFORMED, THE IRRIGATION CONTRACTOR SHALL ASSUME FULL RESPONSIBILITY FOR ANY REVISION AS A RESULT. 10. ADV (ANTI DRAIN VALVES) UNITS AS SHOWN IN THE DETAILS ARE FOR TYPICAL INSTALLATION ONLY AND NAY NOT BE REQUIRED ON ALL HEADS. PRIOR TO INSTALLATION THE CONTRACTOR SHALL VERIFY WITH ON -SITE GRADES. IF THERE THIS SET OF PLANS AND 11 F NITIN `E FELL AN THE IS AN ELEVATION OF 24' OR MORE BETWEEN THE HIGHEST AND LOWEST HEAD ON A SYSTEM THE ADV'S SHALL BE INSTALLED PER THE DETAIL. ALUARFALLI AN SAME MHONI WALTHEN PERMISSION FROM SHE 112. REFER TO SPECIFICATIONS FOR STANDARDS OF OF MATERIALS AND WORKMANSHIP. 12. FLUSH ENTIRE SYSTEM PRIOR TO INSTALLATION OF ALL NOZZLES."EN13. Pan PROVIDE 3 ADDITIONAL STATION WIRES TO EACH END OF ANNUNE RUN. APovAL RE u11HATINN RE TIE P1.111ANI TH a ALI DATE CITY OF SANTA CLARITA _l��yZ�iT�S �iv7 IRRIGATION NOTES I L-700 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 TREELEGEND SYMBOLS BOTANIC NAME COMMON NAME SIZE SPACING OTY REMARKS 0 Flat.- ---as. (PR) California Sycamore 24" box Per plan 1 Multi trunk Located in LID Planter OCercis conodensis (CC) Eastern Redbud 36' box Per plan 14 Multi -trunk Lagerdroemia indica x fauriei Natchez Crape Myrtle 48' box Per plan 5 Standard 'Notchez'(LI) 36" box Per plan 9 Standard GROUND COVER LEGEND SYMBOLS BOTANIC NAME COMMON NAME SIZE QUANTITY REMARKS MP Myoporum porviiolium - 'Pocificum' Creeping myoporum ZIA 1 qal. 982 SF pH S.O-].D. Install at 3D" O.C. TURF Pro Spodafeld Supreme by Sbver Seed Go. Bermuda Hybrid Blend Sod 75 Sf Match Adjacent Existing Turf Grass ` Acnilln m;IINorliam Common Yartox I�LC/Ac A�PCY hydroued LID mix for co �Dgete LID Ey s triticoidn 'Rio' Creeping Wild Rye 5 Lb Ac x.lnin bid -retention ar provide v MI% EschaLlplxla colifornko Horde.. colifarnkum Coldornia Poppy rnia Barley 2 LC%Ac 8 LC/Ac seed in confornw xitn the CA state seetl bn of the Dept of Nuhlenbergia microspermo Little Little Seed MuAy 2 Lb/Ac Agfuulture. Each smd Exg ahall be LastAen'n glabrolo Melica imperfttb Yelbx Rged Lastten'm Small Floxeretl Melica 0.5 Lb/Ac 2 Lb/Ac delivered to the site ataletl and aMary mprked as to sptt'es, purity, percent Deschampsio bngota Pbntag0 erttla Hoirgrass Dotseetl Plantain 1 Lb/Ac 4 Lb/Ac germination, Ottler's qupranteer, and dotes of Int. The container sill be Sisyr' hi lam ue E etl s bbeled b 61 rc11. the omxuM of O Jancas patens Coliiornia Grats Rusn 1 gal. 1D purc live aced (PLS) contained. SHRUBLEGEND SYIAC0L ROTF.NICALNAME COML10N NAME SIZE SPACING QUANTITY PAVING SETBACK WATERUSE SOIL PREFERENCE O MC Muhlenbergio copilbris Pink Muhly 1 Rol. 24' o.c. 165 Lox DH 5.5-7.0 ®18' O EG Erigeron gbuca - Sea Breeze Seaside Daisy 1 gal. 18" 0, 56 12' Lox pH 5.0-7.0 O GS Grindel"w stricta - Venulosa Coastal Gum Plant 1 gal. 18' a.c. 16 12' Lox pH 5.0-7.0 G HW Hnpernucca -1 0., Lords C-1, 15 gal. per pin 13 60' Lox pH 6.1-6.5 O HA Hele-exe arbutifdi, - Davis Gob Davis Gold Ty,, 15 gal. 6O" o.c. 24 48" Lox pH 5.0-7.8 G, LC Leymus condensates - Conan Prince Canyon Prince Wild By, 1 gal. 36" o.c. 27 24' Lox pH 5.5-7.5 ® CV Calrntemon vimin,lix - Little John Little John BotUI,brusn 1 gal. 36" o.c. 49 36" Lox pH 5.6-7.5 (D RC Rhamnus c,Iif,rnica - Semiex improved Seaviex Coffeeberry 5 gal. 36' o.c. 8 48" Lox pH 6.1-6.5 O OE Oleo europgeg - 'Little 011ie Little 011ie D.gd Olive 5 gal. 30' O.C. 9 24' Lox pH 5.D-7.8 ® SC Solidago caliiornica C.Iiihmia Goldenrod 1 gal. 24' o.c. 18" Lox pH 6.1-7.8 ® VL Verbena libcina - De La Miles Lilac verb.m 1 gal. 20' o.c. e,LR� 24" L. pH 6.1-7.8 0 EO EqueHum species Horsetail 5 Rol. 36' o.c. 31 48" Lox pH 6.5-7.5 ® AL Leucade - 'Gold Strike' Gold Strike Cone Bush 5 gal. 24' o.c. 49 IS' Lox pH 5.5-7.13 ® SB Scirpus cdif.m- California Bulrush 5 gal. 3D' o.c. 51 24' Lox pH 5.0-9.D SOIL TESTING 1. SEE SPECIFICATIONS. 2. CONDUCT ON -SITE SOIL TESTS AT LOCATIONS SHOWN ON DRAWINGS WITH THIS SYMBOL: CONDUCT 2 TESTS PER LOCATION: 1) SAMPLE TAKEN FROM FINISH GRADE SURFACE IL TEST 2) SAMPLE TAKEN FROM AN 18" SOIL DEPTH 3. FOR IMPORTED SOIL, CONDUCT 2 (TWO) TESTS PER SOURCE. EXISTING TREE PROTECTION NOTES 1. CONTRACTOR SHALL NOT ALTER GRADES AT THE BASE OF TRUNKS OF EXISTING TREES TO BE PROTECTED IN PLACE. FINISH GRADE SHALL BE ADJUSTED TO COVER EXISTING EXPOSED ROOTS AS MUCH AS POSSIBLE WITHOUT ALTERING SURFACE DRAINAGE. 2. NO CONSTRUCTION EQUIPMENT SHALL BE STORED UNDER DRIP LINES OF EXISTING OR INSTALLED TREES. EXCESSNE COMPACTION SHALL BE AVOIDED IN THESE AREAS. FINISH GRADE AREA UNDER CANOPY OF TREE SHALL BE TAPED OFF TO PREVENT EQUIPMENT FROM RUNNING UNDER TREES. AREA UNDER CANOPY SHALL NOT BE USED FOR STORAGE OF ANY MATERIAL AT ANY TIME. 3. ROOTS 2" AND DIAMETER AND SMALLER THAT ARE ENCOUNTERED WHILE TRENCHING SHALL BE CLEANLY CUT (AFTER APPROVAL BY CITY ARBORIST) WITH LOPPERS OR A FINE BLADED SAW TO AVOID BREAKING OR TEARING THE ROOT BACK CLOSER TO THE TRUNK. WHEN CURING, DO NOT TEAR THE OUTER BARK COVERING THE ROOT. AREAS AROUND LARGE ROOTS, (LARGER THAN 2' IN DIAMETER) ENCOUNTERED DURING TRENCHING SHALL BE HAND WORKED. URGE ROOTS EXPOSED DURING TRENCHING SHALL BE PROTECTED BY COVERING THEM WITH MOISTENED BURLAP. THEY SHALL BE COVERED WITH M06T BURLAP THE DURATION THE TRENCH IS EXCAVATED. CONTRACTOR 6 RESPONSIBLE FOR MAINTAINING M06TURE IN BURAP THE ENTIRE TIME THE ROOT 6 EXPOSED. THE CONTRACTOR SHALL TAKE DIGITAL PHOTOS OF ROOTS THAT ARE PRUNED/ SEVERED FOR OWNER'S RECORDS AND TO SUBSTANTIATE PROPER METHODS OF WORK. THESE PHOTOS SHALL BE COPIED ONTO A CD AND FORWARDED TO THE OWNER'S AUTHORIZED REPRESENTATIVE SUBSEQUENT TO COMPLETION OF WORK. 4. ANY ADDITIONAL TREE REMOVAL MUST BE AUTHORIZED BY THE PUNNING DEPARTMENT PRIOR TO REMOVAL. CALL THE PUNNER NOTED ABOVE FOR MORE INFORMATION. 5. PROVIDE TREE PROTECTION FENCING AS PER CITY OF GOLETA STANDARD DETAIL. 6. PLANTING AREAS THAT ARE DISTURBED BY TRENCHING AND EXCAVATING SHALL BE BROUGHT BACK TO FINISH GRADE READY FOR PUNTING. GRADE SHALL BE COMPACTED AND DEVOID OF ANY ROCKS 1" DIA. AND URGER WITHIN 6" OF SURFACE OR ANY DELITERIOUS MATERIAL. CONTRACTOR SHALL ENSURE THAT PROPER FLOW LINES ARE CREATED TO ENSURE THAT WATER DOES NOT POND AT TREE BASE. 7. ALL EXISTING UTILITIES AND HARDSCAPE ELEMENTS (CURBS, SIDEWALKS, STAIR, PLANTER WALLS, ETC) ARE TO BE PROTECTED IN PLACE UNLESS OTHERWISE NOTED. CONTRACTOR TO REPAIR AND/OR REPLACE ALL HARDSCAPE ELEMENTS DAMAGED IN AREAS OUTSIDE THE LIMIT OF LANDSCAPE WORK, OR NOTED AS PROTECT IN PLACE TO THE SATISFACTION OF THE OWNER OR OWNER'S REPRESENTATIVE AT NO COST TO THE OWNER. GENERAL PLANTING NOTES 1. REFER TO PUNTING PUN, DETAILS, AND SPECIFICATIONS FOR ADDITIONAL PUNTING INFORMATION 16. AT LOCATIONS WHERE EXISTING PAVING/SUBS ARE REMOVED AND INSTALLATION OF NEW 2. THE CONTRACTOR SHALL BE RESPONSIBLE FOR MAKING HIMSELF FAMILIAR WITH ALL UNDERGROUND UTILITIES AND STRUCTURES. THE CONTRACTOR SHALL TAKE SOLE RESPONSIBILITY PUNTING AREAS 6 INDICATED, CONTRACTOR SHALL REMOVE THE TOP 24 INCHES DEPTH OF SOIL BELOW BASE AND REPLACE TO A 24 INCH DEPTH WITH TESTED AND OAR AP ROVE IMPORTED PUNTING SOIL. FOR ANY COS INCURRED DUE TO DAMAGE OF SAID UTILITIES OR STRUCTURES 3. DO NOT WILLFULLY PROCEED WITH PUNTING OPERATIONS AS DESIGNED WHEN IT IS OBVIOUS THAT UNKNOWN OBSTRUCTIONS ANDGRADE DIFFERENCES EXIST THAT NAY NOT HAVE BEEN 17. FINISH GRADE IN ALL PUNTER AREAS SHALL BE 2 INCHES BELOW FINISH SURFACE OF SURROUNDING HARDSCAPE AND/OR UTILITY BOXES, EXCEPT WHERE NOTED KNOWN DURING THE DESIGN PROCESS. SUCH CONDITIONS SHALL BE IMMEDIATELY BROUGHT TO 18. AFTER IRRIGATION SYSTEM INSTALUTION AND FINISH GRADES HAVE BEEN ESTABLISHED, PERFORM THE ATTENTION OF THE OWNER AUTHORIZED REPRESENTATIVE. THE CONTRACTOR SHALL ASSUME FULL RESPONSIBILITY FOR ALL NECESSARY REVISIONS DUE TO THE FAILURE TO GIVE SUCH WEED CONTROL PER PUNTING SPECIFICATIONS NOTIFICATION PRIOR TO BEGINNING WORK 1" POST PUNTING TREAT ALL PUNTING BEDS WITH PRE -EMERGENT HERBICIDE. CONTRACTOR IS 4. WHERE IT 6 OBVIOUS IN THE FIELD THAT CONDITIONS DEVIATE FROM WHAT IS INDICATED ON THE RESPONSIBLE FOR ALL WEEDING UNTIL FINAL ACCEPTANCE PUNS, IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO NOTIFY THE UNDSCAPE ARCHITECT 20. LOCATIONS OF ALL PUNT BEDS AND TREES TO BE STAKED AND APPROVED BY UNDSCAPE OF THESE DISCREPANCIES. IN THE EVENT THIS NOTIFICATION IS NOT PERFORMED, THE CONTRACTOR SHALL ASSUME ALL RESPONSIBILITY FOR ANY NECESSARY REVISIONS ARCHITECT PRIOR TO PUNTING 5. VERIFY AND NOTE LOCATION AND DEPTH OF ALL UNDERGROUND UTILITIES PRIOR TO START OF 21. TREE LOCATIONS SHOWN ON PUN NAY REQUIRE ADJUSTMENT IN THE FIELD. WHENEVER WORK. PERFORM WORK IN A MANNER WHICH WILL AVOID POSSIBLE DAMAGE. HAND EXCAVATE FEASIBLE, TREES SHOULD BE PUNTED A MINIMUM OF TEN (10) FEET FROM ALL UNDERGROUND AS REQUIRED UTILITIES AND OUT OF DRAINAGE FLOW LINES AND THREE 3 FEET FROM SPRAY HEADS. SHOULD THIS NOT BE POSSIBLE, CONTACT THE UNDSCAP RCHITECT FOR A DECISION ON TREE 6. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY COORDINATION WITH SUBCONTRACTORS AS PUCEMENT REQUIRED TO ACCOMPLISH PUNTING OPERATIONS 22. INSTALL ROOT BARRIER IF CENTER OF TREE TRUNK IS WITHIN 5' OF ANY CURBS OR SIDEWALKS 7. IF CONFLICTS ARISE BETWEEN THE ACTLWL SIZE OF AREAS ON THE SITE AND THE PLANS CONTACT THE GENERAL CONTRACTOR FOR RESOLUTION. UNLESS OTHERWISE DIRECTED, THL 23. SCARIFY ALL TREE PITS BEFORE PUNTING. VERIFY THAT ALL TREE PITS ADEQUATELY DRAIN CONTRACTOR SHALL ASSUME THE MORE EXPENSNE OF THE TWO OPTIONS BEFORE PUNTING TREES 8. PUNT QUANTITIES LIBELED ON ALL PUNS ARE FOR IN-HOUSE REFERENCE PURPOSES ONLY. 24. DELNER TREES AND SHRUBS AFTER PREPARATIONS FOR PUNTING HAS BEEN COMPLETED AND THE PUNT SPACING SHOWN ON THE PUNTING LEGEND SHALL TAKE PRECEDENCE DURING BIDDING AND CONSTRUCTION PHASES. THE ONUS IS UPON THE CONTRACTOR TO CALCUUTE PUNT IMMEDATELY. IF PUNTING IS DELAYED MORE THAN 6 HOURS AFTER DELIVERY, SET TREES AND SHRUBS IN SHADE, PROTECT FROM WEATHER AND MECHANICAL DAMAGE, AND KEEP FINAL PUNTCAPE QUANTITIES.ANY EIISCREPANCY SHALL BE CALLED TD THE ATTENTION OF THE BY COVERING WITH MULCH, BURLAP, OR OTHER ACCEPTABLE MEANS OF ROOT RETAINING 9. PROVIDE TREES, SHRUBS, AND PUNTS OF QUALITY, SIZE, GENUS, SPECIES AND VARIETY SHOWN 25. ALL TREES TO BE DOUBLE STAKED UNLESS OTHERWISE NDTED. 48" BOX SIZED TREES AND AND SCHEDULED FOR UNDSCAPE WORK AND COMPLYING WITH RECOMMENDATIONS AND REQUIREMENTS OF ANSI Z60.1 *AMERICAN STANDARD FOR NURSERY STOCK". PROVIDE HEALTH/, URGER ARE TO BE EITHER GUYED OR DOUBLE STAKED UPON DIRECTION FROM THE OWNER'S AUTHORIZED REPRESENTATIVE VIGOROUS STOCK, GROWN IN A RECOGNIZED NURSERY IN ACCORDANCE WITH GOOD HORTICULTURAL PRACTICE AND FREE OF DISEASE, INSECTS, EGGS, LARVAE, AND DEFECTS SUCH 26. TRIANGLE SPACE SHRUBS AND GROUNDCOVER UNLESS INDICATED OTHERWISE ON PUNS, ALIGN AS KNOTS, SUN -SCALD, INJURIES, ABRASIONS OR DISFIGUREMENT. HEIGHT AND WIDTH SHOWN ARE MINIMUM SIZES AND EQUALLY SPACE PUNTS IN ALL DIRECTIONS 10. ALL TREE § SHRUB MATERIAL SPECIFIED MUST MEET STANDARD INDUSTRY SPECIFICATIONS FOR THE CONTAINER SIZE INDICATED. IF CONTRACTOR CANNOT LOCATE MATERIAL OF ACCEPTABLE 27. WHENEVER A SHRUB AREA ABUTS A PARKING STALL, PROVIDE A 18' PUNT -FREE "CLEAR ZONE" FROM FACE OF CURB SIZE AT THE TIME OF INSTALLATION SUBMIT PROOF OF NDN-AVAILABILITY FROM A MINIMUM OF 5 SUPPLIERS TO THE UNDSCAPE ARCHITECT FOR REVIEW AND SPECIES SUBSTITUTION. 28 DO NOT PUNT ON TOP OF TREE ROOTBALLS UNLESS DIRECTED BY UNDSCAPE ARCHITECT DOWNSIZING OR SUBSTITUTION OF PUNT MATERIAL WITHOUT PRIOR APPROVAL OF LANDSCAPE ARCHITECT WILL NOT BE ALLOWED p9 INSTALL 3 INCH LAYER OF SHREDDED WOOD MULCH IN ALL NEWLY PLANTED AREAS UPON COMPLETION OF PLANTING. MULCH TO BE "FOREST FLOOR" T1/2"-1 1/2' SIZE) BY AGUINAGA 11. PROVIDE MATCHING FORMS AND SIZES FOR PUNT MATERIAL WITHIN EACH SPECIES AND SIZE AS GREEN. REFER TO SPECIFICATIONS FOR ADDITIONAL INFORMATION DESIGNATED ON PUNS. FURNISH ALL PUNT MATERIALS FREE OF PESTS, DISEASE, AND DAMAGE 30. LANDSCAPE ARCHITECT AND CITY OF SANTA CLARITA URBAN FORESTRY SHALL HAVE THE 12. CONTRACTOR SHALL SUBMIT FOR APPROVAL, PHOTOS OF ALL BOXED TREES AND SHRUB, OPPORTUNITY TO INSPECT AND APPROVE ALL SPECIMEN AND BOX (24' BOX AND URGER) GROUNDCOVER, AND VINES. SEE SPECIFICATIONS FOR FURTHER DETAIL MATERIALS AT THE NURSERY PRIOR TO PLANTING 13. A REPRESENTATNE SAMPLE OF THE BOTANICAL NAME TAGS FURNISHED BY THE NURSERY STOCK 31. LANDSCAPE ARCHITECT AND CITY OF SANTA CURITA SHALL HAVE THE OPPORTUNITY TO INSPECT SUPPLIER SHALL REMAIN ATTACHED TO THE PUNTS UNTIL FINAL INSPECTION ALL PUNT MATERIALS AT THE JOB SITE PRIOR TO PLANTING 14. PRIOR TO PUNTING, PERFORM AGRONOMIC SOIL TESTING AND SOIL AMENDMENTS PER 32. UPON COMPLETION OF PLANTING THE CONTRACTOR SHALL ARRANGE FOR A SUBSTANTIAL COMPLETION INSPECTION BY THC UNDSCAPE ARCHITECT. CONTRACTOR SHALL CORRECT ANY RECOMMENDATION BY SOIL UBORATORIES. REFER TO NOTES BELOW AND SPECIFICATIONS DISCREPANCIES FOUND PRIOR TO FINAL INSPECTION AND ACCEPTANCE OF THE PROJECT. 15. THE CONTRACTOR SHALL HAVE SOIL SAMPLES TAKEN FROM NUMBER 3 AREAS IDENTIFIED IN THE DRAWINGS. THE SAMPLES SHALL BE TESTED BY WALUCE UEORA RIES, EL SEGUNDO, FOR SOIL FERTILITY AGRICULTURAL SUITABILITY, N-P-K, H EC SOIL TDICE RE (SILT CLAY, SAND) 33. LANDSCAPE IRRIGATION SYSTEM SHALL BE DESIGNED AND N4INTAINED TO PREVENT SPRAY ON STRUCTURES. (Title 31, SYSTEM HALL BE AND SOIL PREPARATION RECOMMENDATIONS. THE CONTRACTOR MAY BE RED ESTED TO AMEND THE SOIL TO CONFORM TO THESE RECOMMENDATIONS. ANY AMENDMENT HOWEVER, WOULD BE REQUESTED OF THE CONTRACTOR ONLY UPON WRITTEN RECEIPT OF CHANGE ORDER FROM THE 34. ALL TREES SHALL BE INSPECTED BY THE CITY ARBORIST FOR APPROVAL OR REJECTION PRIOR TO PUNTING. OWNER. THE RESULTS AND RECOMMENDATIONS OF THE SOIL TESTING LABORATORY SHALL BE SUBMITTED TO AND APPROVED BY THE OWNER. THE APPROVED RECOMMENDATIONS FOR 35. CONTRACTOR SHALL SUBMIT A PHYSICAL SAMPLE OF THE FOLLOWING INERT MATERIALS FOR AMENDMENTS AND BACKFILL SHALL BE INCORPORATED INTO THE UNDSCAPE PLANTING AREAS PRIOR TO THE START OF CONSTRUCTION AND SHALL BECOME PART OF THE APPROVED PUNS REVIEW BY LANDSCAPE ARCHITECT AND CLIENT PRIOR TO INSTALUTION - MULCH, DECORATNE GRAVEL. cEOTvozT,ARFA Huri wc& nsssocl su Avv,Povco raa caysTavcnoN. IT,PIT alnns aalanalo Al: _ �:f II oilEcnO on p��c iciprvnaovnuiHow�v ioa6lAil oai ciao ar a REvisory PEvis[o ev pppaov[O By oAT[ -" As sl,awry CITY OF 3ANTA CLARITA od tl a (RFEIe,sss •` " oa,uoI iciza Arc ass";i"zea ao3, s„'s ' - I ." ��\IA1 II THE FINK SPORTS PAVII �^. »ww.n ,a^va^.Tam ON ([ sr, Nt rJ Anil Verma Associates, Inc. "r'Ir0FFI 20WW0 GNIIPE POWIE PARKWAY vveovco rae cavnevcn ccT 44 S rw.n St Svcs tsBb �'sC"d"2< I IIALII BANfA CLAItlfA. GA BC189 oraccToa or NcicHeoaHcco scawccs ATc m • c" PLANTING LEGEND AND NOTES ANs vreevAAeo under+ TIE owecT�on ay. Inns aalPnalo unolR THI owlcTion u ^\ >meq�; NOE aTxs"EL PL-800 ✓<-RRm ,uTKCNNa o caun+�N,Tr s-Rvccs �_ BLD2 4-00102 ADDENDUM �F3 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 305 SF LID MIX ` fi SHRUB (HA) I 10 JP I f (TYP.) 16 SHRUG (VL) If 0 0 11 SHR(NC) I 17 SHRUG (AL) (TYP-)0 �B 0 (TYP.)UB SHRUB (EG) 1 TREE (CC) (TYP.) — — — ❑ ❑ ❑ LEI mP') z - 1 TREE (PR) 26 SHRUB (EG) I cryP') (7YP.) I 1 SHRUB (OE) 5 SHRUB (MC) I of s • / I (RIP.) • 2 SHRUB (HW)'v TYP.) SHRUB AL (TYP.) v -c Irr I � l ll e ° I � II a <^ [M1 I 34 SHRUB INC) (TYP.) 11 SHRUB (NC) 1 TREE (LI) U)/I 11 (TMP.) i (TMP 4B"%) _ 1 TREE (LI) (TYP. 36" BOX) 11 SHRUB (VL) x 91 SF GROUNDU eER (MP). f ' (TYP.) mPJ I [ 84 SHRUB(EG) 2 SHRUB (HW) d .. r I (TYP.) 4 SHRUB (EG) 4 TREE (LQ I I I 6 SHRUB (OE) SP ` ff� f I 31 SHRUB (SB) (TYR.) (TYP. 48" BOX) (RIP) ly ILIC� ' ® 1 S(HW) ( 0 R EE (CC) 3 TRHRUB - - - - - - - - - - - - (TYP-) (TYP.) y I 1 SHRUB H1 _ 31 SHRUB (NC) d o 19 SHRUBB (VL) 40 SHRUB (CV) (TYP) (TYP) I . r x Ig, k (TYP.) SHRUB (HW) I �I 14 SHRUB (AL) (TYPJ (TYP.) 20 SHRUB (SB) 7 TREE (LI) I Y 1fi SHRUB (GS)c TMP 1 TREE (LQ - - (TYP. 36" BOX) _ _ _ _ - - - - - - - --(TYR.) (TYP. 36" BOX) SOIL TESTING 9 SHRUB (H4) a (TYP) s 1. SEE SPECIFICATIONS. 1SFO GROUNDCOVER (MP) x 54 SF GROUNDCOVER (NP) q 90 SF GROUNDCOVER (MP) SHRUB ( ) (TYP.) P. SHRUB (CV) 5 SHRUB (RC) y 2. CONDUCT ON -SITE SOIL TESTS AT LOCATIONS r s x \ ` SHOWN ON DRAWINGS WITH THIS SYMBOL*.. YMBOL: x 3 I (TYP.) (TMPJ a 20 SHRUB (EO) I � . rzsr CONDUCT 2 TESTS PER LOCATION: 21 SHRUB (NC) \ v x (TY•P) H 1 SHRUB HW) 3 SHRUB (HN 1 SHRUB (HW) 7 SHRUB (LC) ( ) 1) SAMPLE TAX N FROM ((TYP.) P.) TYp P.) ' (TYP.) , ( 2) SAMPLE TAKEN FROM AN I 16'GSOLLE DEPTH 3 TREE CC x x , o 4. �?'" "i „ 3. FOR IMPORTED SOIL, CONDUCT 2 (TWO) TESTS PER (TYP.) _� - _ o ° _ _ _ .. ° 19 SHRUB (H4) SOURCE. iI - ol�= A — _ - (TYP.) , 15 SHRUB LC P. 1. REFER TO L800 FOR PLANTING LEGEND AT (N) NI PLANTING AREAS ` x 34 SHRUB (MC) 13 SHRUB (VL) 'S SHRUB (LC) 6 SHRUB (VL) 7 SHRUB (VL) 4 SHRUB (VL) 11 SHRUB (EO) i6 AND SHEETS L10D1 THRU L1002 FOR THAT WERE PREVIOUSLY �y ------ cro (TYP.) �o ________ (TYP) _______ -'__ ______( _' _____ ___ 7 TREE (CC) _- ----_( -'----_____ 15 SHRUB (NC)-- F 3 1 (RC) 45 SF— — ( ) ) PAVED, REMOVE (E) SOIL TO.P. TYR. TMP. TYR. (TYP-) GROUNOCWER MP (TYP. YPICAL PLANTING DETAILS. A 24" DEPTH AND REPLACEk -� _ __ __ nnnnnn��, �mmifsmnn VNTH APPROVED IMPORT SOIL I �` SHRUB C\ (TYP.) (TYP.) (TYP.) 75 st TURF NOTES \ \ — — — — �°' 1 — — — — — — — — — — — — — — — 79 SIF GROUNDCOVER IMP) Q D (TYP.)----------------- z\ Ix 1. REFER TO SHEET LB00 FOR PLANTING NOTES AND LEGENDS. Ir 2. REFER TO SHEET L1001 FOR TYPICAL PLANTING DETAILS. n E P�LANTING P © 0 5 n ]U 3. CONTRACTOR TO PROTECT AND PRESERVE IN PLACE ALL EXISTING SURVEY MONUMENTS. I T j— ` - IP ANY MONUMENTS DISTURBED SHALL BE RESET BY A LICENSED LAND SURVEYOR AND THE AND ADJUST IRRIGAPPROPR/ sv4L FEET 4. REFER TOMCIVTE ORNER RECORD THE COUNTY. ILDRAWINGS FOR CLOSEST CONNECTIONFORTTRE"L SUB DRAINAGE TIE-INS. c ,� I - 1tt D ""R`D a - 0" CITY OF 3ANTA CLARITA oa a AARSPS "I iss;�Azes-ao3, s„'s - .o �T\ EE THE FINK SPORTS PAVLON oN(t SA PER Y) Anil Ve Associates, Inc. I ' "r'IA' '10BBO CENTRE POWIE PARKWAY 44 S NN.n A. S.as 1NB sC"d"2< I I BANTA CLAWA. CA BMW A— oT N£iGNBORNCGo SFRNC£SS A]c m np m, d 41NI EEC. «Ns PREP<AEo HOER .„E oRE ,aN ❑ PLANTING >o-e� DARECICA OF �VVSTOO �o,+,wr.N; 1AADV OR �7o<E�� -% ��� THI PLAN TV L-801 PARDOo is RI n2a-nrnn9 Or)nENnUM On Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 EXISTING AQUATICS /COMPLEX 3e �e UVU2� AOO EXISTIN 4 V ` `1ROTARV I GARDEN I$\', EXISTING PATI- IFIRE � ACCESS LANE TOTES V E 9Y otNERBER PNa` EXISTINGIBUILDING: 1. GEORG DATA (VALHO SANTA CUIRITA SPORTSCOMPLIX GYMNASIUM _ oRIcwAL DATA (1es>) A CONSTRUCTION TYPE TYPE V NONRATED CONCRETE PRECAST WITH PANELIZED WOOD ROOF CONTRUCTION. I4 EXISTING B. OCCUPANCY. A3 BASKETBALL C SOILFIRESREPOR ERS. YES ' PROPOSED COURTS D. SOILS REPORT. NO.KBA BYER EXISTING THE PLAY CS19 971 AND ASSOC SAWACACAA SROVAL O No 46710 COMPLEX GYMNASIUM— US PAVILION SPINAL COMPACTION REPORT. N0.1 RT 9 COMPLEX GVMNASIUM ROBERTSTONE AND ASSOC. LIMIT OF WORK JANUARV2B,10B0 ua__ EXISTING SHADE F. BUILDING AREA 21 Z075 SF. CITYOFSANTACLARITA .I - - °® ® I�-STRUCTLEE JI°® . v ACTIVITIES CENTER I" t o o I t o o G. BUILDING HEIGHT. 22 0 1 EXISTING SHADE . PARAPETHEIGHT. APROXIMATELV 30" F 2. EAST WALL 4,400 SF w/ No openings STRUCTURE / FLTRURE PARK EXPANSION AREA 1 (� PROPOSED BUILDING: YQ G-102 ;,.� T J" 1. THE RINK SPORTS PAVILION — i A CONSTRUCTION TYPE TYPE II-B IF, v B.000THAN CK. A4 MAIN OCCUPANCY ACCESSORVR2, B, S1 AND MEZZANINE TOB RERVCONSYCOTION FENCE CFIRESPRINIdERS. VES PERCBC 0033.11 1 I I �� PROPOSED PER PHASE IV PACKAGE (BY OTHERS) D. SOILSREPORT. STAGING AREA TO BE REMOVED BV CONTRACTOR PRIOR TO OCCUPANCY E. BUILDING AREA24,043 SF. oF. BUIL1 ING STORYIGHT. 1. OUTORV ROOF FLIAE 1 EXISTING TRASH 30UTSIDEROOFIJNE 10'A" ENCLOSURE 3. HIGHEST PARAPET. 32'-4" 7 t/1 G. ROOF TYPE CLASS B PER CBC TABLE 15051 PARNINGAREATO BE H. FOR MORE INFORMATION REFER TO SHEET AG 203 (TYPE OF CONSTRUCTION RESTORERTO n CIVIL ORAIAWNG MNGS SITE PLAN SCALE 1"=40'-0" A6101 A201 z z PROPOSED DISPOSAL FOR EXCESS CUD` oA.E s5 CITY OF SANTA CLARITA As sHowN P De/�D/2Daa (a THE RINK SPORTS PAVILION pawa a+) ass-wai a ='+ rv0Ss0 CENTRE POINTS PARKWAY " �rJ: Anil l/�m7�A33®Gi�t�3 Inc/n� sANTA CLARITY, CA 91350 ". °oRn�° sERv�°Es °�.E �� AG-101 Runox A- ccuMuxi�v ssRvic un rs rcx mu xxxiuw., ur arcxxrvxx xxo own A 1ojzsjz.a SITE PLAN BLD24-001 02 annrKini m °ea Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCDO0943784 E%R kA E%IT kA(TUVE L D ISTANCEI NOTES. SATE RENTAL 910P EXITDOOR ANALYSIS(CBC 100532; ROUTEE=56'-2" F122 IRE RISER RM 1. REFER TO SHEET AG FOR OCCUPANCY _ OR ANALYSIS (CDC 1005 32; CALCULATION. OCC�B �IpTH PROVIDED \\' =424 REQUIRED \`2 REFER TO SHEET A511 FOR FI RE RATED WALLS. FACE OF (E) BIDG (GYM) OR WIDTH PROVIDED=]2" \3EVERV ROOM OR SPACE WHICH IS USED FOR ASSEMBLY, N z N00'.3 12 \ ROUTEB RN SEL DISTANCEI N00'.1 DININGCUPANRI LOAD F SIMILAR PURPOSESSPACE POSTED m ( OCCUPANT LOAD OF THE ROOM OR SPACE POSTED IN A o o ASSUMED PROPERTY LINE 1 FAMILY ryRE5IR00M� 0 EEL 0310 z STAIR 30LFa505 3 ROUTE D3 889 4 [ROUTE B2 GEC pASHEDAIR ELSINDICAT SEN5 RE0�M - MA NTASNDEDOBV THE OWNER OR TOHOE OWNER US PLACE NEAR THE AIN EAT REXIT o g ICI 1 OOCC B LF' S0 1 Noo'. 211 2 2 FWI R1z( SAFiED OL RE&ER AG ENTI BU IOLDI NG CO DE 1004 9 F RE CODE 10CE, FOR THE - 2 1W ++ OCC A-0"� r NTENDED CONFIGURATIONS POSTED SIGNS SHALL BE 'S AUTHORIZED LS N 04 9 m LOOS - -I - - - ELECwN _ _ �. r.......... 1 109 •'•-]"TOTAL 0'-]"TOTAL • . . • - SPORTS EQPMT STORAGE OUT100 126 • __ C Li V00'.2 _ • • •.•m •. _ _______ ua•�y,I • • �OO 10 • 62 62 62 6 :•4 OHECE Z WL � •� aouifrA Ro_. F 30 110 :•• �gA"3 (41'4) 'Ro4� WOMBJSREMPOOM P! 10 OCC.B OUT 50 e, °0 FROMMEZZANINE ''� G''I N00'.5 �5 ��•�, �' STORAGE2 I.'•••T3 FROMMEZZAIJINE qc5 �'ii pJ N00.5 STORAGE1 ea JANITOR TICKETING E Ij� Q' `pl N00.4 1 104 C J� RRNVELDISTANCETO 111V COMMON PA1N OFTRAVELI IOISTANCE TO COMMON _ - OCC', B "(b) OCC'.B? 3 ROUTE S2=80'-0" PATH OFTRAVELI pom OUT 50 O0050 ROUTE51 =01 W" I V00.1 N00.3 5 EXIT EXIT DOOR ANALYSIS(CBC 100532; - DJ BOOTH 280 x02=56 REQUIREDF 101 EXIT DOOR WIDTH PROVIDED=72 •••rEA (13'2') ••`W I� OCC'. B'B) EXII(TRAVEL DISTANCE) ROUTE A=102'-11" ROUTE D =154' 3" 80 ouLEI ..:...... _ NTRV 116A LILI •• •••• - DEIX AREA 116C OCC' A-4 "(e) O0050 V00'.5 OCC COO AA "(e) O�IF'. F11n OLF. 15 N00'. 98 UB CIRCULATION ARE - OBC 2022 CODE REQUIREMENTS: I116B � M AIN OCCUPANCY EXIT TRAVEL DISTANCE PER TABLE 10172 MATE CHANGING BENCHES O. 15 OF SIPRINI0ERED. 118 I V00'. 77 - :¢ OCCUPANCY'. OCC (e) • 1 A&5-1 =250'0"MAX B =300' 0" MAX OF 15 . V00'. 21 • 'D LCHED TOE )S �Ro'4 COMMON PATH OF EGRESSTRAVEL-300"MAX /\ F° ':•• IICNI CAC 10172.2 - - - T�., - - - - - - - - - I- - - - • - - - - - - - �6- - - OCZZANINE CUPANCY-4000"MAX o ROLLER SPATE RINK/ °c� • PICKLEBALL / VOLLEYBALL / WF 4IVATE PARTY SEC110N 3AWETBALL COURT ll . 122 J OCC'.FA0 c () ' � 128 OCC A 4 (a) OIF'. IS R 0 36 • I I OLF. 50 V00.23] . $c^ 4 o I p I qc I .•Lt• I I w W' uiEo a UEun I _ �• ....... • •...... ���'�• III Eaz �.� IIIIIIIII I I I W` o � e• KITCHEN & CONCESMON - - aoS 119 L---�--- --- -�---- ---------------------------------------� asz EXII ----32 ------� _ OUT A2 oLF zo0 5 ANA ANALYSIS (CBC 100532; N00.5 U124W SEATING121 AREA AS TIH MAN uIRED REPRFACED =Tz" EXITDOOR LEGEND amg I� IXIT DOOR ANALYSI S(CBC 100532; OCC B'p) OCC A-0"(a) EXIT ExlTaz rrRAVE DI .•••••••••••> _-GRESS PATH OF TRAVEL 5 x02=1" OLF, 50 voo.l OLF. 15 Noo. 4e GROUND LEVEL EXITING PLAN 1 ROUTEC 13' a EXIT DOOR WIDTH PROVIDE =36" SCALE VS-1'-0" AG202 1201 ROUTECz 115TPNCEI ROUTE C3=102'A" -6RE55 POINTS EXIT RRAVEL DISTANCE) ROUTE F=53':8" VUMBER OF COCJPANTS FSD =IRE SETERATION DISTANCE P CITY OF SANTA CLARITA As sHowN QB/zo/2Daa s5 THE RINK SPORTS PAVILION Pawa x4se xPh. (aes ,+) B-EER, Anil Vemie Associates inc 10 20860 CENTRE POINTE PARKWAY SANTA CLARITA, CA 91350PNE �. �� °�__N oF. AG-202 Runox nxc ccuw/uxiLL ssRvic un rs rcx mu n.Puw., ur arcx.rvrz .xo own A 1ojzsjz�a GROUND LEVEL EXITING PLAN °s2 BLD24-001 02 nnnonlnL mn Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 —\ — — — `\ ----- —_ _----- F... Fou (44'4 /si 82'-2"TOTALTRAVEL 1 (84'4 TOTAL - DISTANCE TO TRAVEL DISTANCE ' COMMON PATH OF TO COMMON PATH 90MGE2 ]RAGED OF LEAVED 202 IDF/ EQUIPMENT OCC'. Si RACK, REFER TO OIF'300 S IT BET AV V005 '. 90RAGEI 201 OCC'. Si OFF'. 300 V00'.4 - - - - - - - MEZZANINE LEVEL EXITING PLAN PIS -10 A6203 PLUMBING FIXTURE OCCUPANT LOAD PLUMBING FIXTURE REQUIRED w OCCUPANT LOAD TABULATION WAITING REA CODE COMPLIANCE oc PA Y B - ANIJ MEZ N E LEVEL A. CODE COMPLIANCE THIS PROJECT SHALL COMPLY WITH THE FOLLOWING CODES 2022 EDITION CALIFORNI A BUI LDI NG CODE TITLE 24 OCR 2022 EDITION CALIFORNIA GREEN BUILDING STANDARDS CODE (CALGREEN CODE) TITLE 24 OCR 2022 EDITION CALIFORNI A MECHANI CAL CODE, TITLE 24 OCR 2022 EDITI ON CALIFORNIA PLUMBING CODE TITLE 24 CCR 2022 EDITION CALIFORNIA ELECTRI CAL CODE, TITLE 24 OCR 2022 EDITI ON CALIFORNIA ENERGY CODE, TITLE 24 OCR 2022 EDITION CALIFORNI A FI RE CODE TITLE 24 OCR 2022 EDITION LOS ANGELES COUNTY FIRE CODE AMENDMENTS 2022 PLEA72- NATIONAL FIRE ALARM CODE 2022TITLE19 CCR PUBUCSAFETY, STATE FIRE MARSHAL REGULATIONS 2022 SANTA CLARITA MUNICIPAL CODE TITLE LMUEEG RCCM NAME CC'CKPANCY CLF AREA CCCLPANT OAD FCR -GRESS 101 AT BCOTH B*(b) FO 213 SF 5 102 VESTIBLLE1 0 59 SF 0 103 WCMEN'S RESIRC 0 398 SF 0 104 CWVITCR B*(b) 50 335E 1 105 VESTIBLLE2 0 45 SF 0 ING MEWS RESIRCCM 0 278 SF 0 107 FIRE RISER AM SOO 83 SF 1 108 STAIR -1 0 109 B_EC AM 100 119 SF 2 110 CFFICE B-DO 50 230 SF 5 III TICKETING B*(b) FO 1C8 SF 3 TYPE OF CONSTRUCTION 112 SKATE REVTPLSF(DP B 150 4165F 3 113 LOCKERS B FO 211 SF 5 114 FAMILY RESIRCC 0 58 SF 0 N. TFEFNIIPEFTs 115 STAIR -2 0 53 SF 0 —AN IIIU1ANc 116A EVIRY OTC '(A) 15 158 SF 11 I 111ITIHIT111HEE TIPEIrI 116B CIRCILATICN AREA OTC -PI) 15 1150 SF 77 A FIEISIINEFEI. IESISEITI0NIIII.1.1I 116C DECK AREA PEP '(A) 15 145E SF 98 s -AISYNKEAREGINCREADE NET LEE 11E1) 0_6TCMER LINE PEP -(A) 15 725E 5 °NZEI 117 ROLLER SKATE RINK/ PICKLEBPLL/VaLEYBALL/ BASKETBALL O] RTNANINI A4*(c) 50 118N SF 237 T ( KINCEN 71-1°I1- w TFOLT AREANCFEosEI PELE1.A. asoFEI11 PIT FELT Al. ucFEasEI 118 SKATE CPDKG11TG PENCILS A4 *(e) 15 308 SF 21 o ARTUALNI IF NTIIIEE I ATE11-11ANINE1EIEI TI INLITALIEN EELoM 119 KITCYKN&OTCESSICRY KID A-2 SOO 973 SF 5 �� (Pa D. M 1-1111 121 SEATING AREA PEP*(a) 15 7335E 49 LaLa TLTA2'23-" EIIANINE sH 122 PRIVATE PERTLY SECIECN PEP-G) 15 1149 SF 77 11 ASEceEcnoNmr uoT usEo 124 LTTILITV B *(b) 50 235E 1 125 STO S1 SOO 22 SF 1 E NTI(III TAeO®iI 125 IFICRTS ECDPMT STCRPGE S1 SPY 965E 1 127 BLEA(FLiERS PEP-V) 5.05 12425E 247 z ZD1 STCRACE-I SI 3ID a = 5TCRACE-2 Sl SOO 13ES S= 5 a LEGEND 23081 SF 864 UN CONCENTRATED, TABLES & CHAIRS '(b) - CONCENTRATED USE AREA *(c)-SKATING RINK *(d) - CALCULATED 18" PER PERSON RA 373'-0" BENCH / 18" - 249 / 2 - 124 OLF UNCONCENTRATED, NO FIXED SEATS *f s FEE IEHTPRIEIATNI IEIU11EIENTIIF ITEIIIIIAII(IIIIILE121111D Eso IHFE SEREEPTENIIATERIEI ,FIXN vex vtxR�° ry ()- VIATER CLOSET"'ER " RF P CCU AN Y GROUP TABULATION III PRE Pw ILNL� LE, .na E R _ IIPPRE1E.E.ENIATERIEI TFmFL TAFLE.111 EA(SO 1111PIRILBEm FI FNFLEFo, OVER 400 ADD 1 FIXTURE OVER 660 FOMUITR NTI(INLTPULE 1) FOR EACH ADD T ONAL500AaNFIXTURE ADDITIONAL B ONAL20ORE FOR B EFE�a a�TION,� aEoUPRERPERTABLEa ., PROVIDED FIXTURES exgiA N21=EaF TH.mcc io°31) FAMI LY RESTROOM. E'Is P2" NPEIIE1111N. Nec 11T.V PROVIDED 1 WC AND LAVATORY iwoB WExI�T 000ASFsx"wLeEAalaAUNcEo ToccomPLv xcE�see ceeeaL�ma ooa0. EGRESS UNIYFEl.ULA THE LNSILESALLENLLMPLIEIRCT TFE�LFL,PEIsERILN�,,FEFE1TL�IUL%INFELISIIIEA ONWARD EGRESS TRAVEL DISTPNCE RCUTE SEGMENT 102'-11" RQTTEA 34'-6" RQTTEB 53'-3" RQTTE B2 78'-9" RQTTE B3 73'-4" RQTTEC 73' -11" RCUTE C2 102'-6" RCUTE C3 154'-1" RQTTED 56'-2" RCLREE 53'-8" R(D-TTEF 31'-3" RCUTE S1 39'-4" R(DUTE S2 Nt,rawns.—R) IFEEEFTolaI IEcrloNTAeLEmfl2.Lo—LE.EAFAITo1) sexCHANCING BENCHES FMF ,N IF woos R) PN mL sepm mpm EzuNNE AREA TOTAL LIERG TI IN TIT 1111 cm i NE—INE¢ps IF)-1.: NIN-1 XN,1IN THAN1,N) THEAEFa oFE n7AzAPNNEAEEAAN AIIEEEIIYTI THE PAN IIIU1ANIYNI FEE EEMEATIN IN EIUE, NN oSENIN..I Toro Loxa aFlo a si To. F of 1—TANIE SEE I IIIurse P CITY OF SANTA CLARITA As seowN " 915 THE RINK SPORTS PAVILION oe/Do/zoza Fawa (aea ,)20860 .�11i/Ve//19aAssociates, Inc.10 CENTRE POINTE PARKWAY SANTA CLARITA, CA 913so mi OCCUPANCY TABLE, urvs PRCP"R[° Lx°crs me °Ixccn°N IF. a rw<am, swuurvrer, v EGRESSROUTETABLEAND AG-203 rcx mu n�iuw., ur arcx�rvvr �xo own A 10/25/2ma MEZZANINE LEVEL EXITING PLAN °s2 BLD24-001 02 Annonlnnnn Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCDO0943784 PERFORATED METAL 3 TONE STAINED CEILING 24"X48" WITH USING PLYWOOD VENEER MAPLE WOOD FLOOR. SOUND ABSORBER LINING WITH PAINT STRIPING A WILLIS CONSTRUCTION NUDO TEXTURE: Sand Blasted TEXTURE: Embossed COLOR: Light Concrete Gray COLOR: Almond (675) MARLITE TEXTURE: Pebbled COLOR: Natural Almond (P118) 4 5 GFRC COLUMN AND LINTEL FRP PROTECTION SHEET PAINTED GYPSUM BOARD DUNN EDWARDS, ANTIQUE PAPER COMPOSITE WOOD SEAT ON CAST IN PLACE CONCRETE BLEACHER 8 2 TONE THICKENED HPL w/ STAINI FSS STFFI INSFRT DASHER BOARD zoom SOLT WHIZ ARMSTRONG 1.111hOL't 11C1lttassic DAR59 DAR74 DA•44 TECTUM � f CeIYLrLilrc.nC 1-1 I1L Main Carpet REFER FINISHES REFER FINISHES • � FROM KITCHEN FROM RESTROOM SURGE DASH FLASH MATERIALS MATERIALS DAR24 DAR25 DAR34 BOARD BOARD PERIMETER CARPET FLOOR TILES LUX -WAVE 3114 ACOUSTIC RECEPTION & KIOSK COUNTER CONCRETE J BY EF CONTRACT MDF 3D-WALL PANEL CEILING PANEL HALF -ROUND TAMBOUR PANEL w/ WITH SEALER (Mezzanine i HPL (High Pressure Laminate) PANEL Storages 1 & 2) P s5 iess a )�2ee-a°3 `""� AnilC/�//19�ft33®G%�t�9 Inc.10 CITY OF SANTA CLARITA As sRowN oe/�o/2oaa oA.E1-1 THE RINK SPORTS PAVILION 20860 CENTRE POINTE PARKWAY SANTA CLARITA, CA91350 Pawa �. rvs h: INTERIOR MATERIAL FINISHES rcx mu n"iu•., ur arcx"rvrz "xo o"n AG-602 °8R Runox A-ccuMuxi1v ssRvic un rs A 1°jzsjz.a BLD24-001 02 AhhFNIrll IRA Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCDO0943784 nn O3 n ENTEAILE sOVE W�SHkLBE NATA LED OVER`"196'0" CURB U. N O. OR SHQ r 5J'� �" �" 5JT� 4 2' fi"1 1 1 2 F 2 4 -10 3'3"2'-9" 9'-3" 15 10 1 1 EV 6 5" EV 15'-03/326 1" 1' '2' 1 FAMILY 3 11 BLEACHERS 2 $ A RESTROOM A522 A522 R522 R441 A441 A521 T'-95W" Q LOCKERS B 127 1� 6 2 A MEWS WOMEN'S Q 114 A R302 FIRE RISER RIM 8 4 58 SF STO R302 1242 SF R522 R522 R522 A20 12 4 RESTROOM RESTROOM Rszz Rszz R4o4 Asz1 Rsz1 107 1 1os 7 3 103 211 SF 1zs M a3 SF A41z Asz1 Asz1 13 22 SF -------------- - - -- - 2%MAX A611 2]8 SF 1 398 SF R411 FVI O O O 11 I I_ I_ I SLOP',TV O __ -{ ELEC RM 12 119 SF S RE - STAIR-1 S. MAL _ m m SHOP _ m II 108 ��I 'I R301 c r A4 s'0� s%1(�1(�1 s%� 0 P9 416SF 9-999/4m 112 0 1 �J �J� �J 4, A 619 / 2 I OFFICE I m 110 20 _ TICKETING 11 2 SF 3- / DECK AREA 111y i� 4�7_ 1u 11sc A- 108 SF M = P1 i / / A431- 53SF 1459SF F P2 - F 8"DIA GFRC REFEf7-. SPORTS = j j X z P Tb OETNL 12 STORAGE O S>q" A 1� / 5 �- A202 I I 4431 1 5 o I _ TOM=� / FOR ALCOVE Qd NITOR R523 R523 a 14 "". 012" z rvmou/ CLEARAIJCES Q,'9& 104 1 c DOES OOTH R-003 _ _ ROLLERSKATE 3/A� VESTI UB LE1 24 13 _ J r r 2% MAX RINKI - ' 101 12 SLOPE, W 1 1 6 2 _ EMRV I 1 -_ -_--, _--, PCKLEBALLI 213 SF R523 R523 116A i _ VOLLEVBALLI e {- 59 SF 1 58SF BASKETBALL COURT - - B B1 1 12 i _ 11804 SF SKATE I a _ R521 R521 Avi21 I B CHANGING AB1 B - i Azoz BENCHES A4I2 JI 8'-6 A462 14'-61/8' I - / - 308SF CIR AU CULAE I IONI _ 113'-`1,8" wODER - 116 7 P 150S AICE FOR LE o _ Rz�. l -- _ I OF REFERS m PB SHEEP6/AG33'� o r z m I C h - - - - - - - - - - - A4I2 L a° 1 R4oa 1 s U OME .= q A 4`2 Rsz1 FOR ACCESSIBLE Vgyp �� 11 9 6 2 11 7 3 ` OF REFER TO TZ SF Aszo Aszo Asz` Aszo Azo Rszo PRIVATE PARTY I SHEET`/Ac303 _ SECTION - — — - 1149 SF m 1 SEATING AREA - @� -; - - aI io R 5fi_O TAP o� 1a I 0 1 - _____ _ -31/4" /8 � 3 - 1/4" T 8 4 �'-6' A _ 4-` -0-0" 5-81/2 1-312" 8'-01/2" 1'-51/2'8 12'-0" 5'-0' 3-6 3330SF 11 3 6 5 0 3 6 33'_0" 3.6" 5'+0" 8'_0" ry 16'_0" 24,_6„ A520 A520 METAL STUDIM OIH SEE LEGEND 1 5 9 4 7 11 1 1 10" METAL STUD Aszo Aszo KITCHEN& REFER Rs1z �Wb A201 R523 R523 R523 A451�g Rosa ® 8" METAL STUD FOSHEET CONCESSION FOR UTILITY ® 6" METAL STUD WA512 KIOSK wATERHEATER 119 WALLSUPPORT 124 23 SF GROUND LEVEL �� 3' 4' ° 8' 16' RN 4" METAL STUD 973 SF SCALE'. 1H"=1'0 A110 R201Im% B���E 25"METAL STUD ® 8" CMU P CITY OF SANTA CLARITA As sHowN THE RINK SPORTS PAVILION oe/�o/2oaa Pawa a ies20 +7 ems- 03, Anil l em7eA33®Giate3 Inc 20860 CENTRE POINTE PARKWAY SANTA CLARITA, CA91350 eoRn°co s[xV�ccs onr[ 121711 �µs PRCPnR[° °n'°crs me °ireccn°n °s. U GROUND FLOOR LEVEL A_110 Runox nxu ccumuxiLV ssRvic un rs rcx mu sxxiuw., ur arcxxrvrz xxo own A 1o(zs(zma FLOOR PLAN °ft¢ BLD24-001 02 annrKinl Inn Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 ROOF/OVERFLOW DRaN 0 V/ 30" x30" ACCESS ROOF HATCH O T19fi'-0" O n O O 53'-0" 45'-0" I 45'-0" I 53'-0" 2'-I B K302 1 K404 A K302 A 201 - l 11 --- IDF/EQUIPMENT RACK REFER TO �' ox � SHEEP AV 2I1 I I -- I o P � STORAGE-2 I 202 I 1365 SF --J I _ --�' I a-. STORAGE-1 2' 6 _I y � I;NEOF SOFFIT � _ I11 0. 1069 SF 1 ,SHIP-FDDER AVJUNCTIONA-031 A BV RETION FER TO SHEEP AV 21 UP ' a P2 SPACE FOR SOUIR EQUIPMENTFUTURE P 12'-73/4" - A 11 I 1 - 8'-6" r 14 6 OPEN TO BELOW - 1 � K4T1 1 - - - - I I - - - - - - - - - - - - - - - -� A A TO- - - P - - - - - - - - - I - - - - - - - _ rt � JJ C - - K412 Y a WED METAL DECK A 153'-13/4" ABOVE REFER TO STRUCTURAL DRAWNc, S202 1"THK CFRC PANEL TYPICAL - I POSTORACE ABOVE 1 A 2 7'-31/4•' A472 15�21/4" ROOFDRAN/ ovERFLoweeaN Kg2 - - - -j- -� - —(:� i 2 A l_-------------- A4I1 SQE LEGENDGRAIN --) ROOF/OVERFLOW ROOF/OVERFLOW DRAIN *METALO1H " METALSTUD LEVEL �� a' 4'0 a' 16' jMETkgUDMEZZANINE 4"SCALE 25VAR 1B"=1'0 K1z0 K202 SCALE ® 8" P CITY OF SANTA CLARITA As sRowN oe/�o/2oaa TA, s5 —TAasa-wai THE RINK SPORTS PAVILION Pawa Anil Velma Associates, Inc. 20860 CENTRE POINTE PARKWAY SANTA CLARITA, CA N— �. x 6 sn ns h. eoRn°co s[xV�ccs onr[ MEZZANINE LEVEL �µs PRCP"R[° °n'°crs me °ireccn°n °s. M A-120 Runox "xc ccumuxiLV ssRvic un rs rcx mu sxxiuw., ur arcxxrvrz xxo own FLOOR PLAN °ea A 18(zs(zma BLD24-001 02 annrKinl Inn 1 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCDO0943784 SHEET NOTES SHEET NOTES z a 5 (CONTINUATION) 205'-0" EORTHERMALAND.OBTuRE B. Roof GUTTERS SNAIL BE PROVIDED WITH MEASE TO PREVENT THE ACCUMULATION OF TPPROTECTIONDEAlFS IS INSTALLED, THE LIAEHING E MM) N0. 2B LEAVES AND DEBRIS IN THE GUTTER (RESIDENTIALCORROSION RESISTANT CTHAN OW4 CO DE 13111 AND LNG CO ]YEROF OONBEEIETANTMEAL THAN ONE SURFACE 4. MEMBRANE POOLING 6HAILBE APPLIED U G) MINERAL SURFACED ET COMPLYING OJITHAETM OVER THE EQUIPMENT CUPS,. PROV DE CA DE (GI4 MM) RUNNING THE 6TRIP ALL AROUND THE CUBE. VALLEY M3753 BUILDING CODE Ayp =0 i` O Raoa O (SEE PLUMBING DRAW AFOR A R N LOCATIONS) ROOF PLAN �� 8' A' 0 8' 16' SCALE ME -1'-0" R140 EAR SCALE P `""° `R""R`° °" - CITY OF SANTA CLARITA As sRowN oe/�o/2oaa oA.E s 20 (ae,+) zae-%D3, ° �,5 THE 20000 RINK SPORTS PAVILION CENTRE POINTE PARK WAv Pawa ry a - rv11) Anil Velma Associates, inc SANTA aARITA, CA OYas012-1 ". °oRn�° sER�,°Es o".E �µs FEE— U °°°Ea _ E,N,,,,N �� A-140 Runox A- ccuw/uxiTv ssRvic un rs rcx mu nxiuw., ur arcxxrvrz xxo own A 1oj,sj,rPa ROOF PLAN BLD24-00102 Af nmmIM°84 " NT 4'-0" E'-o" 4s-o" 4s-0' E'-o" y_0. a wHEPEVALLEVLweHINe SHALL BE NOT LEES THAN B A PIPE PENETRATION cncE cnwAN¢ED SHEET IN ovERNOTEss P ANO TIP STANDING SEAM WHERE OCCURSREFER R302 R302 TO OETNL 2 / /ti505D I I ROOF GRAIN/ MECHANICAL I MODIFIED ROOF SYSTEM W/ I METAL ROOF REFER I MINIMOM]2-POONO Q24K NONPERFORATED CAP (SEE PLUMBING a� o Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCDO0943784 CEILING TILE R MORE MEIN GLASS AWNING GFRC SOFFIT ACCESS w DE I T-BAR CEILING BVARMSTRONG KITCHENZONE24"X24"PANELS A4oa I SUSPENSION SYSTEnl118 ( D ) 45'-6.1 45'-6.1 53'-6. � ExPosEO sTRucTURE A �404 CONTINUOUS 6"WIDE � A neovE WITHI HR RRE OPEN sL�0 A X302 PRooF SPRAv 1HR 5�8"TFOGVP DD SUBSTRATEVPBD WTH HI GH NRC DI RECTA //j(TECTUM, L UNDER ATTACH ACOUSTICAL CH LNG PANEIS----------- - - - - - - - °o - _ -------� 411 CLG HT-8'2 CL HT=14'9" P4 0 o I 301 J GYJ BD CEILING A 5 CONTROLJOINTS, 3 cLG�HT) P2 R505B TVP@ RECESSC-0EGHT TVP R505B 8-'% CLG HT=B'-2" FIXTURES SHEET NOTES ---------- I REFER TOAVDRAWINGSFOR SPEAKERS LO CATIONS AND ADDITIONAL 2'X2 I INFORMATION. ACOUSTICAL 2. REFERTO ELECTRICAL DRAWINGS FOR CEILINGTILE ADDITIONAL INFORMATION. RETRACTABLE BASKETBALL MOTORIZED0 HOOP,TVP 3. REFER KITCHEN CONSULTANT DRAWINGS FOR LIGHTING FIXTURES IN THE KITCHEN / GODDESS ION AREA. 4. REFER TO SHEET A501, A502 A503 AND X504 FOR TYPICAL CEILING DETAILS. B A301 S. THE MEANS OF EGRESS ILLUMINATION LEVEL SHALL BE NOT LESS THAN 1 GOO CANDLE AT THE WALKING SURFACE. ALONG EAT ACCESS STAIRWAYS, EAT STAIRWAYS AND AT THEIR REQUIRED LANDINGS, THE ILLUMINATION LEVEL SHALL BE NOT LESS THEATRICAL LIGHTING: THAN 10FOOTCANDLESATTHE WALKING o MOTORIZED LED BAR SURFACE WHEN THE STAIRWAY IS IN USE AS REQUIRED BY BUILDING CODE 1000 2 1. o PAR LED WASH — — — — — — — — — — — — — — — — — — — � wsER PROJECTOR SEE SHEET A160 FOR CEILING PLAN I cFRc SOFFIT I EMERGENCY UNIT, A SSEEI ECTRICAT DRAWwcS,T P A A CLEO SOFFIT OPEC SOFFIT A GUTSSAWNING— GROUND LEVEL REFLECTED CEILING SCALE'. 1S"=1'0 R150 1201 t'Vk--RN °' 4' ° °' 16' � 3AR SCALE P s5 ies+7 Anil Velma Associates, Inc. �µs PRCP"R[° °n'°crs me °ireccn°n m rcx mu s.xiuw., ur arcxxrvrz xxo own CITY OF SANTA CLARITA As sRowN oe/�o/2oaa oA.E THE RINK SPORTS PAVILION 20860CENTREPOINTEPARKWAY SANTA CLARITY, CA 91350N. Pawa ". /a-1SD °s2 n�rJ: eoRn°co s[xV�ccs on r[ GROUND LEVEL REFLECTED CEILING PLAN Runox "xc ccumuxiLV ssRvic un rs A 1ojzsjzma BLD24-001 02 Annonlnl Inn Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 SHEET NOTES SHEET NOTES 1 2 3 4 5 1. REFER TO AV DRAWINGSFOR SPEAKERS (CONTINUATION) LOCATIONSAND ADDITIONAL 193,0„ INFORMATION. S.ULLTHE MEANS BE NOT LESS REEF IE TOMINATIO OTCANNE AT T THAN( E00 TCCESS TITHE 1 2. REF ER TO ELECTRICAL DRAWINGS FOR 611EFACE. ALONG EXIT ACCESS ORAL INSURFAE SJAE%I 53'-0" 45'-0" 45'-0' 53'-0' ADRIFT ON AL I N FO RMATI O N. STARDRA DO LANDINGS, EXIT ATAIRNAYE AMAT ON IR LE RM 3. SHEET AL AND 6HAELBE NOTLESS THAN10 FOOTCANREE6 AT LEER SSTHUNIOFOINATIONESAT EMERGENCY U NIT, AREFER 04FOO ING TAIL A504 FOR TV PICAL CEI LING DETAILS CEILING THE AS REQUIR RFACEWHEN CODE1IRWAVI6IN 116E AS SURFACEOVBUILDING THE CO RDAY 1 3'-4"2'-8' SEE ELECTRICAL A R404 A DR;IINGS,TYP 4. FOR SOP T REFER TO DETAIL 2/ASOSA 4/A- OSA OR LOCATION REFER O AV SIT A FIRE PROTECTION: SPRINKLER HEAD GENERAL LIGHTING: GENERAL LIGHTING CURVED GYP BY CEILING o DOWNLIGHTS IN ALCOVE @ z THEATRICAL LIGFRING: A403 O UV WASH MOVING HEAD HYBRID 0 MOM( NG HEAD/BEAM WASH O MOON FLOWER EFFECT O MIRROR HEMISPHERE MOTORIZED LED BAR PAN LED WASH /\ LASER PROJECTOR, REFER TO SUM Im _ DEAIL2/A505B FOR MOUNTING, YP CI OVER G P BY CEILING — CONTUNEAR COVEUGHTNG ® MIRRORBALL SPEAKERS: SP1-LOUDSPEAKER sPL-LOUDSPEAKER _ SM SUBWOOFER OUTLINE OF RINK BELOW I COMPRESSION STRUT& 2' X 4' PERFORATED SPLAYWRES@12'0 OC MEAL CEI LING TYR BOTH DIRECTIONS , TYR REFER TO DEAIL MEZZANINE LEVEL 13/A503,TYR � RN REFLECTED CEILING PLAN �� 8' P' G 8' 16' SCALE 1M"=1'0 A100 A202 SCR SCALE P `""� `R""R`° °" - CITY OF SANTA CLARITA As sHC �.E a s 5 THE RINK SPORTS PAVILION oe/�o/2oaa Pawa x 4 -`n nsh, a+) ass-wa1 a,%i menne Associates Inc 10 20000 CENTRE POINTE PARKWAY SANTA CLARITA, CAR91350 �. eoRn°co s[xV�ccs onr[ �µs PRCP"R[° °H°crs me °lreccn°n °s. M MEZZANINE LEVEL A-160 Runox "xc ccumuxiLV ssRvic un rs rcx wu sxxiww., ur arcxxrvw xxo own A 1ojzsjzma REELECTED CEILING PLAN °!ti BLD24-00102 AnnFriniIM lllllll • � iliillllll ,�� IIIIIII .��� IIIII ' "' lllllllll 11111111111l1111111111 Iiiiiiiiiii■iiiiiiiiil p,llllll1111111111111111p11111111111111111111111p�� — 'w'illllllllllllllllllllll"� 1 Ifl11111111111111111111119�i1111111111111111111�1i 11111111111lIIIIIIIIII�d� .1 �111111111 I I �� ���� • ����■. i � �I�.■■ ��®� ' ®,.■. �� III �IIIII I1111 III illllll 111111111l1111111111 i1l1111111�111l111111 111 111111111111111111111 111111111111111111111 .����:.� _ � I ������ I 1111111111111111®1111 ������ ��nl���,�� �_�■����_� J ir� iilliii!!i■lililiii!!1 �„���I�� Ifl� IIIIIIIIIIIIII®111111"�'° i►iiii��l�■�� �Illlll��ii■����I��In — ���■�� ��dl��iioii.1111�1II1I1111111111111i���11111®1l111111111I�III, ��■ili��IIIIIIliu�111�11111�111111111�!illi■��NIIIIII�11111�11' -i■�nl�� ��������®' II I r III ii IIIII liiiiii IIIIIIIII (IIIIIIIII.. �������� ■■�nl����� ■■�■■I���I�� ����� ������� ��� 1111111111111111111 11 ���®�■. �������' 1111 �11111111111111111111�1111111111111111111111 °�����■�i� ■■�a�� ■��®I. iiiiii i1!!1!l1111!!1!!!!!1 � Cl lulu i�l N�' ii ill :�__� 1111I1!! �� II11111111111 lII�■■■■■■■■■■■■■■■■■■■■■■ ■■■■■■■■■■■■■■■■■■� 11 (IIIIIIIII ® IIIIIIIIIIIIIIIII�IIllilllllllllllllllllallllllllllllllllllllll�ll�lllllllllll�ll Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCDO0943784 CONTROL JOINT EO EO A TCH O O OR.1 I0 SAFETY SAFETYRAENGS I I KALWALL PANEL, SCREEN CEMENT PLASTER ACCESS ROOF I WI NOOWTVPE WALL (PRIME AND PANT) HATCH NTW STANDING SEAM METAL ROOF STACKED STONE VENEER DASHED LINES INDICATE _ _ _ _ _ _ _ _ _ _ - TO PARAPET I� ADHERED MANUFACTURED GUTTER &DOWNSPOUT 32 4 ELDORADO- BEVONS, TVP METAL FASCIA GFRC GLASS AWNING ON 12" SS FRAME TOP OF SCREEN WALL - - - - - - - - A 21/2"T� 266 HUM Elunu 101' " HVAC EDUI P PAD LEVEL - _ TOP OF PARAPET n V R50] EIONTo EROFSDACCKKER ROOSAND A PER MFR TVP ll R508 ❑❑ ❑ ❑ GROUND LEVEL FIBER CEMENT PANEL STONEVENEER FIBER CEMENT PANEL HOLLOW METAL FOR TVP BASE, FIBER CEMENT PANEL 38"x18"allMST 'VINTAGE WOOD" REMOVABLE STONEVENEER BASE, REFER TO 'VI NTAGE WOOD" DOOR, TVP REFER TO DETAIL LOUVER FOR TOILET WOOD TEXTURE BOARD COVER FOR CLEAN BASE, REFERTO TVP DETAL12JR520 WOOD TEXTUREBOARD 8/R505D, SI EXHAUST, DRAINABLE (FACTORY PAINTED) OUT ACCESS, TYP TYP DETAIL 12JA520 (FACTORY PAINTED) BLADE TYPE, TYP A WEST ELEVATION SCALE 18"=1'-0" R201 A110 30_0 ON3 OINCT EO O I KALWALL PANEL CEMENT PLASTER METAL FASCIA GFRC WI NDOWTYPEN (PRIME AND PAINT) STANDING SEAM STACK STONE VENEER DASHED LINES INDICATE GLASS AWNING ON METALROOF ADHERED MANUFACTURED GUTTER&DOWNSPOUT HDC HSSFRAME _ _ _ _ _ - _ _ _ - T°PARAPET � 32'-4" V "ELDORADO ZORVAK BEvoND,TYR A AA 12" 211 90NEVENEER 505D A508 5 BASE, REFERTO R508 TYPOETAL ' HVACEOUIPPADLE/EL I� 12EA520 _ -_- 10 2 8 A511 520 A 520 A520 BEAD OF BACKER RODS AND EIASTOMERIC A SEALANT PER MFR TYP GROUND LEVEL n e4ASIGNAGE SEEA903 TAROT - - 0' o" r COUNTER& 4 ALUM STOREFRONT 1 4 STACK STONEVENEER STONE VENEER FIBER CEMENT PANEL B070M OF NICHIHA"ILLUMINATION" 6 A508 A509 R508 OPP ALUM STOREFRONT ADHERED MANUFACTURED ALUM STOREFRONT SVSTEM, WINDOW TVPEV BASE, REFERTO MONITOR TO (FACTORY PAINTED) SIM SIM SVSTEM, WINDOW TVPEW "ELDORADO-ZORVAK" SVSTEM, WINDOW TVPEW ALUM TVP DETAIL 12/R520 A505D FINISHG A OFCI FOR TVP BASE LPANEL, STOREFRONT wALwnu PANEL, wwoow WINDOW TVPER STONEVENEER BASE REFS A REMOVABLE SVSTEM A WINDOW TYPEN RECESSED INTERACTIVE MENU MONITOR NETER TO DETAIL TYP TO TVP DETAIL 12JA520 COVER FOR CLEAN WNDOWTVPE-S Ty - BASIS OF DESIGN: 6/A505D, S M OUT ACCESS, TYP FOR TVP BASE ALUM STOREFRONT DIGITAL TOUCH SYSTEMS 4650T-46"PCAP IB ENTPANEL INTERACTIVE SCREEN, I2 TOUCH POINTS WOOD" SYSTEM, WINDOW TYPEP EAST ELEVATION I " 1 6/E 0 0o M AIL EAST �❑j RECESSEDOPENING: iO"x32" WOOD TEXTURE BOARD SCALE'. 1&"=1'-0" A201 A110 A SEE DETALW9/As11 (FACTORY PANTED) P CITY OF SANTA CLARITA As sBowN DB/�o/2oaa oA.E THE RINK SPORTS PAVILION 20860 CENTRE POI NTE PARKWAY Pawa s5 iess )�2ee-a°3� x6 sr rvs h. An%i Velma Associates inc 10 SANTA CLARITY, CA 91350 �. �� 12-1 PREP"RE° °�B,° N oF. A-201 Runox A- ccuw/uxiLL ssRvic un rs rcx mu nxiuw., ur arcxxrvrz xxo own BUILDING ELEVATIONS A 1ojzsjz�a BLD24-00102 ADDENDUM #3 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCDO0943784 STANDINGSE — — — METALROROOF R505C DASH EO UNES IN ICATE CEMENT PUISTER (PRIMEANO PAINT) GUTTER&DOWN BEYOND,TYR Pour SCUPPER OVERFLOW SCUPPER BUILDING NAME AND LOGO SEEA904 _ _ _ _ _ TO PARAPET n 9 32' 4" CITY LOGO, REFER TO A 21/2 "0 12" SHEET RA04 — — — — TOP OF SCREEN WALL n — ' A z METAL FASCIA 266" A 51] GFRC EXPANSION JOINTS, PROVIDE CONT - — HVAC EQUIP PAD _LE/EL n — — BEAD OF BACkER RODS AND EUISTOMERIC --------------------------------- ---------------------- ----- ------------------------------------- ------- --- ____ ____ ______ ________ 19' 6�� �I P GFRC BASE DEFY I Rim ��l�P7 ��I...��.I���I..��I.. LJWIL �_��wI� 'LJ•I tj FRO MEZZANINE LEVEL GROUND LEVEL IBE CE ENT 'VINTAGE w00DANEL GUER CEMENT ON ADO-ZORVAK ER FORTVP BASER OARO (FACTORY PANTED) s�5R SB6vIN CI oowT ASRRRUREBY FIRE CODEso��rz" AsroNEVENERABASE EO FIBER CEMENT PANEL PROPERTY ADDRESS STACKED STONEVENE Vv00D TEXTURE MIENS CT P D RELENT TO HOG HSS FRAME DETAILS/R5051), SIM SEE A90a REFER TO TYR DETAIL 12LA520 SOUTH ELEVATIOA SCALE 18"=1'0 A292 A110 I I METAL FASCIA DASHED LINES IN GUTTER & DONM: 6EvoND, TVP 2" A z1rz"ram GFRC EXPANSI ON JOI NTS PROM BE CONT BEAD OF BACKER RODS AND EIASTOMERIC SEALANT , PER MFR, TVP TVP GFRC BASE DETAIL REFER TO IOFF520 STANDING SEAM METAL ROOF SCUPPER,TVP CEMENT PUISTER OVER FLOW, TW (PRIME AND PANT 0 PARAPET TOP OF SCREEN WALL 6+6 zEVEL HVAC EQUIP PAD L FIBER CKWOODANE� EN P ALUM EOWNDOW ASYSTEM LUMAT„VNNDOW STAG 'FIBERCE � ADHERED M UFAENEER STONE VENEER BASE DMANUFACTURED WOOD TEXTURE BOARD TYPE REFER To TVP DETAIL "ELDORADO-ZORVAK" (FACTOR PAIN TRANSLUCENT PANEL 12"'20 FORTVP BASE, REFER TO D TE aL slAsosD,slM A NORTH ELEVATION �B� SCALE 1A"=1'-0" R202)1110 `,ws PRePnRen er. a ogre^�)"Bee-aoai n vi�.ss Anil VelmaAssocistes Inc RUnoN ANc ccuMUMrY sERvlc c.1 rE rcx mu nxiawr, ur arcxxrvrz xxo own A � B L D24-001 02 GROUND LEVEL o+o CITY OF SANTA CLARITA As seowN oe/�o/2oaa THE RINK SPORTS PAVILION a. Pawa 20860 CENTRE POINTS PARKWAY sANTA CLARITY , CA 91350 BUILDING ELEVATIONS A-202 IT nnnanini inn ffa Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCDO0943784 A NOTE 1. GYP SUM BOARD INSTALLATION SHALL BE FRAMED WITH4"X20 GHAT IA"OC METAL STUD WITH STUD BRACING TO STRUCTURE. 2 PROVIDE TRACKS, STIFFENER CORNER ANGLES, ANCHORS AND FASTENERS AS REQUIRE D FOR COMPLETE INSTALLATION. 3. FOR DETAILS OF HANGING STUD AND BRACE TO UNDERSIDE OF DECK, REFERTO STRUCTOMLDMYIPC0 4. FOR MORE INFORMATION ON METAL STUDS REFERTO SECTION092216 5. GFRCSUPPORT SYSTEMS SHALL BE CONNECTED SUPPORTED DIRECTLY FROM STRUCTURAL SAME TYPICAL MEL, ROOFING • STANDING SEAM METAL ROOF BATTEN D PANELITEE SEAM MTL ROOF PANEL • BREATHABLE VAPOR BARRIER MEMBRANE •5/3 PLYWOOD SHEATHING • DUAL26" (:5 2') THK POLYIso FOIL FACED INSULATION BY STAGGEREDLV PLACED (R-30 MIN. FULLY ADHERED MECHANICALLY FASTENED CONTINUOUS BENT • BUILDING PAPER OF METAL DECK, SSD PLATSSD B D WPM DRANK VE 12"THKFORE RETARDANT PLYWOOD To. DECK ----- -- 0R STEEL Rsn off �I I SIM � - DowlNSPouTI II sPD I I I BUILT-UP ROOFING • MODIFIED BITUMEN ROOF SYSTEM W/ WALK PADS SBS CAP SHEEF •5/3 PLYWOOD SHEATHING • DUAL 26" (:5 2') THK POLVISO FOIL FACED INSULATION BD STAGGEREDLV PLACED (CED MIN). FULLY- ADHERED, MECHAINICALLY FASTENED • BUILDING PAPER 0/ METAL DECK, SSD 508 M ALA METAL ROOFING • STANDING SEAM METAL ROOF BATTEN SIM FANLIKE SEAM MTL ROOF PANEL • BREATHABLE VAPOR BARRIER MEMBRANE LIGHT FIXTURE, AED •5/3 PLYWOOD SHEATHING • DUAL26" 1:52� THK POISO FOIE 5�8"THK GVPAUM BOARD FACED INSULATION BD STAGGEREDLV PLACED (CAD MIN. FULLY ADHERED I MECHANICALLV-FASTENED • BUILDING PAPER OF MEAL DECK, SSD CONTINUOUS BENT STEELBEAM. SSD PLATE, WD WP KFE RETARDANT PLYWOOD B 0 EAVE - - - 2'. 6" 2' 6" B 0 EAVE CENTRIAMETALPANEL = METAL STUD FRAMING, SSD CENTRIAMETAL ` PANEL j 2'-51/4". - 1"THKGFRCWALL GFRC MFR HSS DOWNSPOUT, APD . _ FRAME SUPPORT --� A OFF MEN IT I FRAME SUPPORT r A 505C STACKED STONE i - BO GFRC SOFFIT VENEER _ '-8 1"THKGFRCWALL li STEP DUCT, 1/4"JT. WTH "'. - &SOFFIT SEALANT 1'-1 GLASSAWNING� GYP BY SOFFIT I I TO BEAM � --_ — METAL STUD FRAMING G AWNING CORNER HSS BEAM, SSD 4 BKEY, TVP R508 Opp GFRC ST, ENT SOFFIT FIBER CEMENT ALUMINUM GVP BY SOFFIT, ENT PANEL STOREFRONT LIGHT FIX TURE,AED SYSTEM R-191NAULATION, P HSS BEAM, SSD ' I R505i I STAXKEY STONE J II I SKATE VENEER SEATING AREA li — ---------�I BENCHES 6" HIGH CONC 121 6"HIGH CONC 118 CURB, AAD CURB, SSD GROUNDLE/EL GROUND LEVEL _ v o,-0„ — STEEL BEAM, SSD CEMENT PLASTER ACCESSHATCHLADDER, FINISH � SEE ROOF SN METAL STUD FRAMING,TVP MECH CH FIND ,AMD I TRANSLUSCENT PANEL HSS BEAM, SSD R-10 MIN LOT NSULATION, TVP 58"THK SUSPENDED GYP BY SUBSTRATE WITH HIGH NRC ACOUSTICAL CEILING PANELS BASIS OF DESIGN. TECTUM METAL STUD TAKING SSD DUCT, SKI 6°WDE BLEACHERS 12T V' V ROOFDRAINS, SPY BUILT-UP ROOFING • MODIFIED BITUMEN ROOF SYSTEM WALK PADS SBA CAP SHEET T 0 WALL — 22' 6" — llo METAL DECK WITH LI GHT WEIGHT CON;, SSD STEEL BEAM 55D —' wnC CUP PAN LEVEL DO SAVE n 11 1" WP MEMBRANE OVER FIRE RETARDANT PLY R-10 MIN GATT NSULATION, TVP OFRCMFRHSSFRAM suPPORT 5 R508 sIl — R-10 MIN BATT INSULATION , TVP — FIBER CEMENT — CASTIN BLEACHER, SSD T 0 BLEACHER 50 V 6' 0" — FIBER CEMENT 0/ CMU — CONC PAVERS, SLID r GRADE BEAM, SSD GROUND LP4 WALL SECTION @ WALL SECTION @ SEATING AREA WALL SECTION @ KITCHEN rf� BLEACHERS EE�3:) SCALE PE -1'-0" R401 1302 SCALE 11"=1'0" R401 R301 SCALE 1Q"=1'0" R401 R302 P °" - CITY OF SANTA CLARITA As sHowH �.E oe/�o/2oaa s (K,s G)e--wa1 � THE RINK SPORTS PAVILION 20800 CENTRE POI NTE PARKWAY Pawa x6 sr rvs h. Anil VeaneAssociates inc 10 SANTA CLARITA, CA 91350 �. °oRn�° sERv�°Es o".E �µs PREP"RE° °°°Ea TnE B,BB,, YN KF. �1 A401 Runox nxc ccuw/uxiTv ssRvic un rs rcx mu nxiuw., ur arcxxrvrz xxo own A 1oTISTI�a WALL SECTIONS °ea BLD24-001 02 annanlnl Inn 1 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCDO0943784 A NOTE 1. GYP SUM BOARD INSTALLATION SHALL BE FRAMED PHTH4"X20 GHAT 10"OC METAL STUD WITH STUD SPACING TO STRUCTURE. 2 PROVIDE TRACKS, STIFFENER CORNER ANGLES, ANCHORS AND FASTENERS AS REQUIRE D FOR COMPLETE INSTALLATION. 3. FOR DETAILS OF HANGING STUD AND BRACE TO UNDERSIDE OF DECK, PEFERTO STRUCTOMLDMYIPC0 4. FOR MORE INFORMATION ON METAL STUDS PEFERTO SECTION092210. 5. GFRCSUPPORT SYSTEMS SHALL BE CONNECTED SUPPORTED DIRECTLY FROM STRUCTURAL SAME TYPICAL METAL ROOFING MEFALROOFING • SEAM METAL ROOF BATTEN • STANDING SEAM METAL ROOF BATTEN PANELITEE METAL ROOFING PAAEIFE SEAM MTL ROOF PANEL SEAIM MTL ROOF PANEL • STARING SEAM METAL ROOF BATTEN BREATHABLE • BREATHABLE VAPOR BARRIER MEMBRANE • 5�8" PLYWOOD SHEATHING • BREATHABLE VAPOR BARRIER MEMBRANE PANELITEE SEAM MTL ROOF PANEL • BREATHWOODSPOTHING ER MEMBRANE • PLYWOOD SHEATHING •FDUAL2ACED I" ULATI THK POLVISO FOIL26 FACEDIOR30MIION BD STAGGEREDLV 5 • 5�8" PLYWOOD SHEATHING •BY STAGI=R2')THKPOLEISO0FOIL MIN)FACED FULLY ADHERED BY STAGGEREDLVPLACEDSTENED (RED MIN). FULLYADHERED DU THKPOLVI FOIL FACED •DUALJFTION CONTINUOUS PLACED ICAL MIM. FULLEDAOHEREO, MECHANICAPEROF ETAL MECHANICALLY FASTENED NSULATB Y L PLACED BENT PLATE, SSD BUILDING PAPER O/METALDECK SSD CONTINUOUS BENT PEROF -BUILDING PAPER OF METAL DECK, SSD FULLYADHEREEDLV MECHAwcALLv-FAsrENEO MECHANICALLY , STEEL BEAM, sso CONTINUOUS BENT PLATE sso PLATE, sso STEEL BEAM, sso • BUILDING PAPER o1METALOECK, SSD STAGGERED DIAGONAL WP MEMBRANEOVERKE FIRE STEEL BEAM, SSD .__�. A BRACE SUPPORT, REFER TO SHEET ]/A503 - A R DANT GOD, A -- - - — ---- �I _ TO DECK OR STEELL ^------ Rfi1] OH I - 1 .. - T.o.DECK OR STEEL - - - - OR DEC z ORSTEEL R51] OH I SIM I SIM I _ I I @ A51] r BUILT -UPROOTING a 4 I 2 fi' 2_0 I I -- BOEAVE _ DO OF IT �I LK PADS BOOFTHING 1 'AVE n CAP �I MONBPOSTKATGGEREL ILA -----1-THK GFRC WALL • UAL26�:5FACED FRAME SUPPORT 2'x4'PERFORAT� METALCEILING CENT METAL PANEL I V GFRC MFR IT SS PLACED IRDO MIN FULLV-ADHERED, 1 THK FRCWLV SOFFIT GSSEMBLL& _ N GFRCMFR HSS FRAME SUPPORT 5 A5050 FR 11 WALL PORT MECHANICALLV-FASTERED TAL R-10 WALL • BUILDING PAPERO/METAL DECK, SSD R-18 WALL INSULATION 1"THK GFRC WALLIr I -1 1 INSULATION -------------- R-19 WALL INSULATION I RooF GRAIN, SPY I I TRANSLUSCENT PANEL BO GFRC SOFFIT - - 12-e�" i i BOGFRC SOFFIT - 12'-e� BO GFRC SOFFIT 12'-e� GASSAWNING� GASSAWNING I - - - ^ _ TO0R MEZUWINE1E/ELn V --- _iLLl •i .T-.: v i MEZUWINE 1EVELn V V FT CMU WALL, S00 j - STACKED 90NEVENEER -_ RfiW CMU WALL, SSD ALUMINUM FIBER CEMENT PANEL _ STOREFRONT SYSTEM \ FIBER CEMENT PANEL 6 WOMEN'S '. 8"HIGH CONC CURB A5050 I _ _ i OFFIOCE RESTROOM 103 I I I I 19 - GROUND LEVEL - DLEIL I = I GROUND LEVEL - L -ceouNO oETEL_� CONC SLAB, SSD o'-o� coNc SLAB SSD CONC FOUNDATION, SSD CON C FouNDATION, sso WALL SECTION @ SEATING AREA E r2- WALL SECTION @ WOMEMS RESTROOM ('_3� SCALE PE-1'-0" A402 R302 SCALE PE-1'-0" A402 A301 SCALE 1Q"=150" R402 A301 P CITY OF SANTA CLARITA ns sHowN oe/�o/2oaa �.E s5 (aes ,)e -wa, THE RINK SPORTS PAVILION 20000 CENTRE POINTE PARKWAY Pawa x 4 -`V+ rvxh. Anil yenna Associates inc 10 SANTA CLARITA, CA91350 �. °oRn�° sER�,°Es o".E �µs PREP"RE° °n'°Ea TnE B,BB,,°° oF. �1 A402 Runox A- ccuw/uxiTY ssRvic un rs rcx mu nxiuw., ur arcxxrvrz xxo own A 1ojRsjR�a WALL SECTIONS °s2 BLD24-001 02 Annonlnl Inn 1 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCDO0943784 A NOTE 1. GYP SUM BOARD INSTALLATION SHALL BE FRAMED PHTH4"X20 GHAT IA"OG METAL STUD WITH STUD SPACING TO STRUCTURE. 2 REQUIRE TFOR COMPFFENESTALL ERANGLES, ANCHORS AND FASTENER6 A6REQUIRE DFORCOMPLETEERCORATION 3. FOR DETAILS OF HANGING STUD AND BRACE TO UNDERSIDE OF DECK, PEFERTO T STPUCTOMLDMYINC0 4. FOR MORE INFORMATION ON METAL STUDS PEFERTO SECTION092216 METAL ROOFING • STANDING SEAM MEAL ROOF BATTEN 5. GFRCSUPPORT SYSTEMS SHALL BE CONNECTED SUPPORTED DIRECTLY FROM PANELIFEE SEAM WL ROOF PANEL STRUCTURALBEAMS TYPICAL • BREATHABLE VAPOR BARRIER MEMBRANE •58" PLYWOOD SHEATHING • DUAL26" p 52) THK POLYISO FOIL FACED INSULATION BY STAGGEREDLV PLACED IXHAusr FAN, sM0 (R 10 MIN). FULLY -ADHERED, MECHANICALLYFASTENED BUITT -UP ROOFING • BUILDING PAPER 0/METAL DECK , SSD -MODIFIED BITUMEN ROOF SYSTEM W/ WALK PADS SBA CAP SHEEF STEEL BEAM , SSD •5/3 PLYWOOD SHEATHING (=LATI THKY FOIL- • FACED IN STAGO YADHEREDLV PLAC-0INSULATIONFU FULLY )Rao MIM.TENEDADHERED, p f� _r MECHA MECHANICALLVR01 FASTENED Asn off 3 BUILDING PAPER o/MEFALDecK, ssO Asn off I _ M ----� B 0 EAVE - �' TOPOF PARAPEF_ L 1616'-6" I I 1" _______ CENTRIA q METAL PANEL A517 4^ MEN HSS FRAME SUPPORT, TVP I I WALLASSE WALL ASSEMBLY �� R-18INSULATION MTCHEN ROOF LEVEL --- -13�-z -ti STAGGEREDolAcoNAL - BRACE SUPPORT, REFER TO SHEET ]/A 503 IXPOAED MEAL DECK CMU WALL, SSD R604 R502 SIM � ROT OF CEILING _ TIES CBWGBVARMSTRONG ETCHER ZONE OR X 24" PANELS WTH PRE UDEXL 15M SUSPENSION SYSTEM STACKED STONE VENEER''I OVER CMU WALL 6" METAL STUD @',, 6" OC R-18 WALL INSULATION KITCHEN & CONCESSION KIOSK GROUND LEVEL GROUND CONC SLAB, SSD CONC FOUNDATION, SSD WALL SECTION @ KITCHEN SCALE 1a"-1'_0 R403 A110 METAL ROOFING • STANDING SEAM METAL ROOF BATTEN PANELIFEE SEAM WL ROOF PANEL • BREATHABLE VAPOR BARRIER MEMBRANE • 58" PLYWOOD SHEATHING •DUAL26" �: 52) THKPOLnso FOIL FACED INSULATION BD STAGGEREDLV PLACED (R30 MIM. FULLV-ADHERED, MECHANICALLYFASTENED • BUILDING PAPER 0/METAL DECK, SSD STEEL BEAM, SSD WP MEMBRAIE OVER FIRE RETARDANT ELWOOD Asn I --- offOH B O OF EAVE I I — - ----- CENTRIA METALPANEL CORO MEN HSS FRAME SUPPORT 1"THK GFRC WALL &SOFFITASSEMBLY BO GF RC SOFFIT I r _ _ V 12'_8" GLASSANMING I I I' n ALUMINUM STOREFRONT SYSTEM MEFALSTUB FRAMING, TVP [_;�214' PERFORATED MEFAL CEILING 1U3 THKGYPBD SOFFIT T 0 BEAM n 0' 8" ENTRY 1oA WALL SECTION @ ENTRY �� SCALE 1a"=1'-0" A403 1110 P SANTA CLARITA ns sHowN �.E oe/�o/2oaa s5 ies+7 THE RINK SPORTS PAVILION 20860 CENTRE POINTE PARKWAY Pawa Anil Inc. SANTA CLARITA, CA 91350 ". 1 121711 PREP"RE° °n°Ea nE °IRE"EN oF. ° A 403 Runox nxc ccuw/uxiTv ssRvic un rs rcx mu nxiuw., ur arcxxrvrz xxo own A 1o/Es/E�a WALL SECTION °s2 BLD24-001 02 Annonlnl Inn Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCDO0943784 BUILT-UP ROOFING ^'^�'^VH<�/\\ -MODIFIED BITUMEAP SHE SYSTEM W/ ✓�- ✓�- ✓�- ✓�-/V 1 WALK PADS D S CAP SHEET A /A • SM" PLvwooD SHEATHING I•FACEDIP(=s PI NEDSTAGGERHKPOLYISO D ARGOT HATCH SHIP Y FACEOINSUUITION ULLYAGGEREOLv FAIR ACCESS 30 x54 vI/ PLX A (R-30MIN). TENEDAOHEREO, MECHANICA PER O/ MENED MEFAL ROOFING •BUILDING PAPER O/METAL DECK, SSD O PARAPET wALL .sTAN01NG SEAM METAL ]/B"THK CEMENT PLASTER STEEL BEAM, SSD 3 ROOF BATTEN PANELTEE GALVANIZED STEEL SAFETY _TOSCREENWALLn SVSTEM OF METAL UITH O/ SEAM MTL ROOF PANEL ROOF HATCH RAILING WITH -2U' 6" V BIDG PAPER FINISH, PAINT -_ T.O. DECK •BREATHABLEVAPOR SELF CLOSING SAFETY GATE PERFORATED METALROOR G - OR STEEL BARRIER MEMBRANE (SAFETY YELLOW COLOR) METAL PANEL • STANDI NG SEAM METAL ROOF BATTEN PANEUTEE METAL STUD FRAMING, TYP �`^ - SEAMMTLROOFPAINEL - \�/ 'SRE PLYWOOD SHEATHING • BREATHABLE VAPOR BARRIER MEMBRANE x •DUAL2H (52�THK METAL STUD R504 1 OLVISO FOIL -FACED FIXED LADDER (SAFETY FRAMING • 5M" PLYWOOD SHEATHING - •DUAL2B"(=5z')THKPOLnso FOIL FACED INSGGEREUILATI BD vELLow coLofA CEMENT PLASTER INSU ITIONBDSTAGGEREDLEPUICED(R-30MIN). _ TO sTAccEREDLV PLACED FINISH FULLY- ADHERED, MECHANICALLY -FASTENED 2'-0" 2B'-0. MECHANICALLY FULL FASTENED' • BUILDING PAPER O/METAL DECK SAID e CATWALK 48"x58"CRATED ROOF FRAN& _ _ _ _ TOW GYP BD CEILING, PANT • BUILDING PAPER O/METAL WALKINAEW/5 TO GUARD OVERFLOW 22'-0" V DECK, SSD - - - - - - (SAFETv vHlow coLofA DRAIN, SEC TRANSLUCENT PANEL 504 Hss BEAM, SAID -I' I � I Tos AND I I i METAL STUD FRAMING LIGHT FIXTURE, SED J I I _" BO PANEL ALIGN WTH FALSE 25 -2" 6 6 HVA_CH]uIPPAD_LEVELn BEAMBEvoND I - V4 - -- �`I METALROOFING .-. k I A404 `? -� 19-0 • STANDING SEAM METAL ROOF BATTEN METAL STUD WPMEMBRANE OVER 1ATHE PAN EUTEE SEAM MTL ROOF PANEL FRAIMING, SSD ��--------�� J CEMENT PLASTER e FIRE RETARDANT PLYWOOD • BREATHABLE VAPOR BARRIER MEMBRANE I FINISH, PAINT • 5/8" PLYWOOD SHEATHING GYP BD SOFFIT, PAINT - •DUAL26"((=52') THKPOLEISO FOIL FACED - / / HVACECUIPPAD LEVEL _ BOEA1 n INSULATION BD STAGGEREDLV PUKED 'I, 10'-0" 11' 1" I (R 30 MIN). FULLY ADHERED, CENTRIA MECHAINICALLY-FASTENED STEEL BEAIM, SAID METAL PANEL • BUILDING PAPER OF METAL DECK, SSD /`. METAL STUD FRAMING, SAID METAL VEILING ED 1' 33/4 METAL CEILING SHIP LADDER GFRC MEN HSS FRAME SUPPORT 1"THK GFRO WALL& SOFFIT ASSEMBLY SECTION @ HIGH ROOF rf-� SECTION @ ROOF HATCH (j) BOGFRCSOFFIT 1� CONTINUOUS s"wIDE 12' 8" SCALE'. 12"=1'0 Aa04 '-0" 404 A302 SCALE 12"=1AA301 OPEN SLOT TRANSLUCENT PANEL 5/8"THK GYP BD NOTE. A SUBSTRATE WITH HIGH G NRC ACOUSTICAL PANELS - _ BO PANEL/T 0100ALLnII Y I. GYP SUM BOARD INSTALLATION SHALL BE FRAMED WITH 4"X20 GAAT IB"OG 4" FIBERGLASSBATT \\ METAL STUDPVITH STUD BRACING TO STRUCTURE. NSULATI ON(FOR SOUND FI BAR CEMENT PANEL ATTENUATION) REFER TO EXTERIOR 2 PROVIDE TRACKS, STIFFENER CORNER ANGLES, ANCHORS AND FASTENERS AS WALL DETAILS ON R517 REQUIRED FORCOMPIETE INSTALLATION. BLEACHERS =--) SHEET A 510 1 NZT ------T-- _ _TOSCREENWALL 3. FORDETAILSOF HANGING STUD AND BRACE TO UNDERSIDE OF DECK, AFERTO R-19 WALL INSULATIONI� - 26 sTRUCTURALDRAwwOS. PERFORATED METAL PANEL 4. FOR MORE INFORMATION ON METAL STUDS REFERTO SECTION002210. TOBLEACHER Bp" V I I METAL ROOFING 5. GFRC 6UPPORT SYSTEMS 6HAlLBE CONNECTED 6UPPORTED DIRECTLY FROM CONC BEAIM, SAID • STANDING SEAM METAL ROOF BATTEN STRUCTURALBEAMS TYPICAL PANELTEE SEAM MTL ROOF PANEL TO DOOR - I I • BREATHABLE VAPOR BARRIER MEMBRANE q' 2" • 58" PLYWOOD SHEATHING • DUAL 20" 1=5 2') THK POLYISO FOILFAC GRATED WALKWAY20 INSULATION BD STAGGERED PUKED GACUkV. WHERE CAST -IN -PLACE CONC I I (R30MIN FU IFFY ADHERED GRATED WALKWAY 20 GA OCCURS BLEACHER, SSD _ - I I MECHANICALLYFASTENED GALV. WHERE OCCURS HATCH FLASHING _ �___ _I_ _ _J • BUILDING PAPER O/METAL DECK, SSD 2X2 ALUM ANGLE HOLLOWMETALDOOR, @ EACHSIDEWTHSEIF SEE DOOR SCHEDULE o TAPPING BOLT AND CEP @ EA TAPPING STEEL BEAM, SAID WOOD NAILER VMTH SELF TAPPING HVAC EOUI P PADLEVEL� NEOPRENEWASHERS ROOF HATCH CURB — BOLT AND NEOPRENE _ GROUND LEVEL - 19'-8' �� OVER FIASHINc LE/ELAT TOP WASHERS OVER I� � FLASHING 0'-0" V BUILT-UP ROOFING 20 GA GALV. SHEET • MODIFIED BITUMEN ROOF SYSTEM W/ METAL FIASHI NG _ METAL ROOFING WALKPADSSBS CAPSHEET ROOFING - 6"X 18 GA METAL •5/8"FLM ODSHEATHING SECURED TO _ ALL EDS@16"O.0 • DUAL 2U"(=5 2') THK POLEISO FOIL HSS AT CORNERS FACED INSULATION BD STAGGEREDLV METAL STUD WALL WALL SECTION @ BLEACHER PLACED (R30 MIN). FULLYADHERED, BRACED TO STEEL BEAM SLOPED DECK INDEX ANICALLYFASTENED MERE OCCURS SCALE 12"=1'-0" R-0o4 A110 .BUILDING PAPER o/METAL DECK, ssD PERFORATED - ceuNc PANEL a/4" PLYWOOD SHEATHING a/4" PLYWOOD SHEATHING 5/8"GYP BD ALIGN W/FO. BEAM- �/ .. VDU X 18 ROOF BEAM SECTION @ SCREEN WALL r4_-� TYR ROOF HATCH CURB 5 TYP ROOF HATCH CURB 6 SCALE 12"=1'-0" A O4 A301 SCALE 1"-1'0 A494 R-094 SCALE 1"-1'_0" R-094 A404 oA.E s5 SANTA CLARITA As sHowN P oe/�o/2oaa s THE RINK SPORTS PAVILION Pawa (KG)A ­—, 200001ENT1E POI NTEPARKWAY x6 sr N4 h. Anil Velma A33®Giate9 /Be. 10 SANTA CLARITA, CA 91350 r °oRn°oo sER�,°Es °�.E �µs PREPARE° °n'°Ea TnE E'NB °° °T. �� A-4O4 Runox nxc ccuw/uxiTK ssRvic un rs rcx mu nxiuw., ur arcxxrvrz xxo own A J-P WALL SECTIONS BLD24-001 02 annrKinl Inn °ea Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCDO0943784 LEVEL n 0' 0" INTERIOR ELEVATION JA:) SCALE 1/4 - 1 0 IT, A4H A411 12"124"FORCE IINTLE 1"x24"PORCHAINTLE r �w, v-s" a'-s"mm - M cRouNDLEVEL o TA-oa as" me. TA-oT PF-oz PF-oa INTERIOR ELEVATION SCALE 1/4"=1'-0" R411 A411 E INTERIOR ELEVATION K`C_� SCALE 1/4"=1'-0" A4H A411 12"x24" 6"x36"PORCELABILE TA-11 GYPED WOMEN'S RESTROOM PLAN rif'� SCALE 1/4"=1'-0" A411 A110 I1A '11.- "oT .oTILE x1° ooA�°ENxx TxM m WOMEN'S RESTROOM RCP �� SCALE 1/4"-1'-0" A411 A150 NOTES A �. PRovmea�e"Knows srnwLEss STEEL covE BASE THRoucnouT IN THE RESTRooMs JANITOR AND KITCHEN AREA REFERTn DETaLaLAa11 ANOvnslz 2 FOR TOILET SHEETA621 FO U IESSCHED ACCESSORIES AE ESSO LE 3. REFERTO PLUMBING DRAWINGS FOR PLUMBING FIXTURES SCHEDULE. 4. REFERTO SHEETAG302MDAG303 FOR ACCESSIBILITY COMPLIANCE INFORMATION. ONTALJ INTS OFLINOSE RIMS ATSwE CORNERS SHALL LINE UP WITHNTsOF rRI WALL TLES.NTSOF THE FLOOR TILES SHALL U NE UP JOI NTs OF THE WALL ILEA. PORCELAINTILE unurvwALLBEHIND PaNTED"xE» . Tau=":AEo�AE 1'1HA1Eo aoox ZF= IEx XEETN:x 11 ED L° 12" 24" TuusET mIa BED VDLc FxTHIE,s PORCEwN TLE wox xwx - o ITT - ox1 VARIES ceouND TEXrL x�,xED TA-06 TA-06 TA-06 TA-06 TA TA-06 0 0 _ ., a -.. _ TA03 TA-03 TA-03 TA OE TA-03 TA03 coNriauaanoxs INTERIOR ELEVATION TYPICAL KITCHEN BASE 3 TYPICAL COVE LIGHT 4 SCALE 1/4"=1 0" A411 n411 scnLE a"=vA" A411 SCALE a"=v-o" na11 oA.E s5 - CITY OF SANTA CLAD As sRowN P oe/�o/2oaa a THE RINK SPORTS PAVILION Pawn oaso NTRE POINTE PARKWAY x6 sn ns h. .�f/i/Ve/09eA33®Giate9 Inc To SANTA CLARITA, CA 91350 �. eoRn°co s[xV�ccs on r[ �µs PRCP"R[° °N°crs me °ireccn°N °s. M ENLARGED PLAN AND RCP A��� Runox "xc ccumuxiTV ssRvic un rs rcx mu sxxiuw., ur arcxxrvrz xxo own A 1ojzsjzrPa INTERIOR ELEVATIONS WOM EN RESTROOM BLD24-00102 nnncnlni inn °ea Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCDO0943784 IIIh�I��� 'llll� IIIIIIIIII� IIIIIIIIII� . IIIIIIIIIII� INTERIOR ELEVATION ❑A� SCALE 1/4"-10 Aa'z A411 PF-03 PF-03 PF-03 8"x38" 12"x24" PORCEUUNTILE PORCEUUNTILE II II - GROUND LEv TA-�s Tags Tao4 0'-0" INTERIOR ELEVATION ❑C-,F SCALE 1I4"-1'-0" A-012 A411 ❑ ❑ .. 1224 x24PORCELAIN TILE A mm 1 r'mm H _ cRouINDI�T� Taos PF-o� o' o" INTERIOR ELEVATION � SCALE 1I4"-1'-0" ❑Ea 12 1412 oaA 4-12,24PORCELAINTILE TA Dz Tajo GROUND LE/EL n 0' 00" INTERIOR ELEVATION rG—`F SCALE 1I4"-1'0 A 12 A412 PPRo�Eo FOR ooNs.R�o.x N a �E�s oNxr7: A 12" x 24" BOT OF CEILING PORCELAIN TILE uGROUND LE 0'-0" INTERIOR ELEVATION ❑B-� SCALE 1/4"-10" Aa12 A412 BOT OF CEIIJNO Ta01 Q 8" _ 12"x24" TA-09A PORCEUU N TILE TA-09C a r @ GROUND LE/EL n 0' 00" INTERIOR ELEVATION ❑D-� SCALE 1I4"-1'-0" A-012 A412 Q12"x24"PORCEANTLE QUARTZ APRON QUARTZ PANEL PLUMBING COv _ GROUNDL EL o' 0" INTERIOR ELEVATION rF--� SCALE 1I4"-1'-0" A-012 A412 I 12" x 24" PORCEILUN TILE TA-os GROUND LE/EL n Taoz TAFEB— o' 00" L INTERIOR ELEVATION (--:� SCALE 1I4"-1'-0" A-012 A412 P sg o �rA 11 IN A�u s,. s xµs PR�AREo ar: \ Anil Velma Associates, [�w9amelman9u 24'-41a ENLARGED PLAN SCALE 1I4"-1'0 -012 A110 ENLARGED RCP SCALE 1I4"-1'0 A 12 A150 LIGHT RxruRE, A sED GYP BD CEILING (FTD) ENLARGED RCP K-3 -� n �DET�L31A411 A IUS STAINLESS STEEL UGHOUT IN THETOR AND KITCHEN AREA3TA411 AINDVRs122REERTOSHEETA621 FORTOILET ACCESSORIESSCHEDULE 3. REFER TO PLUMBING DRAWINGS FOR PLUMBING FIXTURES SCHEDULE. 4. REFER TO SHEETAG302 AND AG303 FOR 5. HORIZONTALJOINTS OF BULWOSETRIMSAT OUTSIDE CORNERS SHALL LINE UP WITH JOINTS OF WALLTILEs. B. TO NTS OFTHE FLOOR TILES SHALLUNE UP THE JOINTS of THE WALL TILES. ENLARGED PLAN K4-� SCALE 1I4"=1'-0" A412 A110 CITY OF SANTA CLARITA THE RINK SPORTS PAVILION 20860 CENTRE POINTE PARKWAY SANTA CLARITA. 'AN... INTERIOR ELEVATIONS I A412 MEWS AND STAFF RESTROOMS nnnonlnnnn s2 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 I NOTES: 1. REFER TO EQUIPMENT DRAWINGS FOR KITCHEN EQUIPMENT LAYOUT AND LIGHTING FIXTURES IN THE KITCHEN. 2 REFERTO DIIONAL RICAL INFORMATION 1 FOR ADDITIONAL INFORMATION. 3. REFER TO SHEET A-621 FOR ROOM FINISH SCHEDULE. ENLARGED PLAN �� ENLARGED RCP SCALE 114"-10 A-02, A„o SCALE 1/4 =, 0 A42, Aso P CITY OF SANTA CLARITA As sHowN s s5 THE RINK SPORTS PAVILION 2oa a Pawa n a sH n11): ies+7 Anil Leann Associates Inc. oaso CENTRE POI NTE PARKWAY SANTA CLARITA, CA913s0 ". eoRn°co s[xV�ccs oar[ �µs PRCP"R[° °N°crs me ° ,,—N °F. m CONCESSION KIOSK A421 Runox A- ccum 11 ssRvic cn rs rcx wu sxxiww., ur arcxxrvw xxo own A � 1oj�sj�ma ENLARGED PLAN AND RCP °ft¢ BLD24-00102 nnnrKini inn Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCDO0943784 I @Illy FkN W GROUND LEv - o' o" INTERIOR ELEVATION SCALE 1/4"-1'0 A422 A421 ACCESS ROOF HATCH C 13' 2" e� KITCHEN ROOF LEVEL n INSULAC-0 TGYP WALL LADDER T- FRP GROUND LEVEL n 0' 0" INTERIOR ELEVATION rB� SCALE 1/4 - 1 0 IT A422 A421 SEEM CEWIND OW, INTERIOR ELEVATION rc— � SCALE 1/4"-1'-0" A422 A421 AAs1e ILLUMINATED SIGN ROLLING COUNTER SHUTTER ACCESS ROOF HATCH C - KITCHEN ROOF LEVEL 13' 2 - (CLOSE POSITION) pTCHEN ROOF LE VEL 13 INSULATION GYP WALL - 2 TONE THICKENED HPL w/1 HIGH STAINLESS STEELINSERT LADDER ` GYP BID PANTED FRP 6 FI x3,8"RADIUS _ IILIII TOP OF FEC TILE COVE BASE T CO IDLER TYPICAL - - - - - - - - - GROUND LEVEL 20" - - Irl - GROUN LEVEL -0' FLOATING CONDIMENT GUNTER INTERIOR ELEVATION INTERIOR ELEVATION SCALE 1/4"-1'-0" A422 A421 SCALE 1/4"-1'0 A-022 1421 FRP AIR CURTAIN PASSTHRUWIINDOW ROLLNG CURLERS UTTER (CLOSEPOSITION) GROUND LEVEL GROUND LEVEL 2'-0" - 0, STAINLESS STEEL SEE A 518 COUNTER&SHELVING 6"HIGH x3�8"WNIUSTILEI COVE BASE TYPICAL INTERIOR ELEVATION INTERIOR ELEVATION =G SCALE 1/4"-1'0 A-022 A421 SCALE 1/4"-1'-0" A422 A421 �.E µ PR�AREo ar. a �s"sTi ry a =" rv�n: Anil Velm_Associstcs inc RUnoN ANc ccu 1y sERvlc c.1 rE rcx au nxiaar, ur arcxxrva xxo own A B L D24-001 02 F ACCESS UNDER TO ROOF FRP 0 0 cROI vD LEVE -0'0" INTERIOR ELEVATION �� SCALE 1/4"-1'-0" t422 A421 A CITY OF SANTA CLARITF THE RINK SPORTS PAVILION 20860 CENTRE POINTE PARKWAY SANTA CLARITY, CA 91350 KITCHEN AND CONCESSION ENLARGED ELEVATIONS I KEEN. 1ojzsjz�a A-422 nnnoninnnn s2 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCDO0943784 GUARDRAIL REFER TO DETAIL o/As1s, Ty MEZZANI NE LEVEL A 1/4"PLATE@DECK EDGE TW REFERTO STRUCTURAL - - - - DRAWNGS - GROUNDLE/ L - 2 CROSS SECTION -STAIR 1 J) SCALE1/4"-1'-0" A431 1 PE DIAPIPE(15 0 D.MAX ), PANTED COATED- BLACK, TYP HANDRAIL/ < cuaFDeAL REFER TO DETAILIO/A516, TYP MEZZANINE LEVEL A 0 LONGITUDINAL SECTION - STAIR SCALE 1/4"-10 A431 I AA 3+i1, 10' v' PLAN - STAIR 1 MEZZANINE LEVEL SCALE 1/4"-1 0 R431 A120 mw HT1411 O C, PLAN - STAIR 1 S2 GROUND LEVEL SCALE 1/4 -1 11,2 DIASTEELPIPE MEZZANINEL (15 0 D. Mal _ MEzznNwESEVEL _ PANTED-BLACKTYP ox — m z __ 9 --5—_sF OPEN - 1 HE RATED - ----- -- ---- - -- A n CEILING REFER - — -- — - - - To DETA L sTOR s/As05A _ z s" As1s GROUND EL _ GROUND DEL LocWR(L 1)cooeowATE 0 0 WNGwALL SIZE AND LOCATIONUNOER TA LO UTIGN DINAL SECTION - PLAN - STAIR 2 PLAN - STAIR 2 CROSS SECTION - STAIR 2 STAIR 2 MEZZANINE LEVEL GROUND LEVEL SCALE 1/4"=1 0" A431 SCALE 1/4"=1 0" A431 SCALE 1/4"-1'-0" A431 A120 SCALE 1/4"-10" A431 A110 NOTE. REFER TO SHEET AsaFOR sTAIRDErALs. � oAA 0 OFMAXSPAINTEPEOs' y o.O. Ma,) PAINTED- BLACK TYPl/ DJ BOOTH LEVEL 2'-q" V GROUND LE/EL E A431 LONGITUDINAL SECTION - DJ BOOTH PLAN - DJ BOOTH SCALE 1/4"=1'-0" A431 A411 SCALE 1/4"-1'0 A110 oA.E s5 CITY OF SANTA CLARITA As sRowN P oe/�o/2oaa iess THE RINK SPORTS PAVILION Pawa +72oss0CENTREPOINTEPARKWAY n,rJ: Anil l/em7iA33®Giate3 Inc SANTA CLARITA, CA 91350 ". eoRn°co s[xV�ccs onr[ �µs PRCP"R[° °n'°crs me °ireccn°n °s. m STAIRS A431 A11,11- A,Runox n_ un rs rcx mu nxiuw., ur arcxxrvrz xxo own A 1°(zs(zma ENIARGEO PIANS AND SECTIONS BLD24-00102 nnnanini inn °ft¢ Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCDO0943784 HANGING STUDS / 3/8" HILTI KWIK BOLT II REF ER TO STRUCTURAL REFER TO DETAIL A503 FASTENER WITH 21/2"EMBED DRAWINGFORTVP TOPICAL B$HHH,,�ACE, REFER TO BOTTOM OF METAL DECK HANGING STUCS, TVP DETAI L� 4 TIGHT TURNS I N 1 1/2" A 503 A. SPLAY WIRE SPLAY WIRE J 13LHU MIN 12 GA GALV HANGER WIRE MTLSTUD GYP BD, SEE @ 4 FT OC ON LINEAR CARRIER STEEL STRAP -1" W X2" L X FRAMING FIN SCHED DIRECTION OR AS REQ D BV CODE 12 GA MINIMUM PERFORATED CEILING SELF -TAPPING SHEET MTLSTUD, _ PANELS, SEE RCP ON METAL SCREW SSD SHT. A-160 BOTTOM OF METAL CORNER BEADCORN -P - � -- 1"W X2"LX12 GA CEILING CLIP _ CEILING h g. .......� Y CEILING B. HANGERWIRE 3 TIGHT TURNS IN 11/2 HEIGHT GYP BD, SEE HEIGHT VERTICAL HANGER WIRE FIN SCHED GVP BD CEILING NOTE. BRACING WIRE ANCHORS TO THE STRUCTURE SHOULD BE INSTALLED IN (PAINTED), SEE USE SUCH A MANNER THAT THE DIRECTION OF THE WIRE ALIGNS AS CLOSELY AS SCHED A POSSIBLE WITH THE DIRECTION OF THE FORCES ACTING ON THE WIRE SEPARATE ALL CEILING BRACING WIRES AT LEAST 6" FROM ALL THE UNBRACED DUCTS, SOFFIT TO PARALLEL PERFORATED PIPESCONDUITS ETC CEILING PANEL DETAIL - HANGER WIRE CONNECTION rf', DETAIL SECTION - GYP BD CEILING r3'� SCALE. 3"=150" A5W SCALE. 12 -1 0 IT A504 A404 SCALE. 3"=1'-0" A504 A402 I MTLSTUD&CONY ALINE OF WALL @6A WHERE OCCURS q GYP BD, SEE FIN SCHED TRACK, REFER TO _ DETAIL 8/S103 MTLSTUD w/ACOUSTIC INSULATION TYPICAL; 41/8' FACE OF WALL BASE &FLOOR STUD FI NISH PER FINISH x X X TOP OF BEAM SS� SCHEDULE �"'� - - - - FLOOR _ - - - - - - - - - - ff3x 12" REBAR, REFER TO FI NISH MTLSTUD & DETAIL 6/A502. TVP L4x2xl2 GA x 0'-6" SP @ 16"O.0 REFER TO COLD DECK, SSD CONY TRACK, HANGER WIRE TIE TO f3 REBAR DETAIL 5/A504 1/4311 REFER TO HANGING STUDS DETAIL 8/5103 WITH THREE WRAPS AROUND REBAR SIMILAR T TYPICAL AND ONE WRAPAROUND WIRE EDGE OF REFER TO DETAIL A503 STRUCTURAL BEAM COLD DECK D STRUCTURAL TVPICAL�CE, REFER TO STRUCTURAL ULIAIL / ALL STUD SP@16"OC. SSD A 503 TOP J 1,1 SUSPENDED CEILING SYSTEM, _ __ z1/8 PLYWOOD REFER TO SHEET A501 FOR -- -- I' STANDARD DETAILS > �-,,/---tBr ---�,,/- VENEER ADHERED _� a X NPRGVP BOARDACT, SEE FINISH SCHEDULE �/ 1" 13/4"1" _CEILING X HEIGHT CEILING____/ CEILING LINE 6A HEIGHT I; 01 - PANEL ASE PRCP ON WHERE OCCURS r - SHT. A160 AND DETAIL W -- CORNER BEAD _ (3) ff12 SDS L4 2' 1 EGA x 0-6" SP @ SEALANT w/BACKER ROD, TVP A L4x2xl2 GA x 0'-6"SP@ i �i "O.0 REFER TO SLIT POST WHERE OCCURS Bpi 16' O.0 TAILS/A504 1 GFRC CLADDING, REFER TO S ILAR DETAILL 2' (4) fk12 GAS SP AS SHOWN (MIN END B Lj i MIN \/ DI ST AT BRACE =11/16") r i' -- 1/8" PLYWOOD VENEER ADHERED - SOFFIT TO ACT CEILING PANEL 7 A - -- - ------ -- - <\/ OVER GYP BOARD, TVP - - - - - - - m ) SCALE 3"=1'-0" A504 LED MODULEUG T FIXiURE,SED (4)12GAS SP AS I � � DMODULESEDUGITT LED LIGHT / SHOWN (MIN END DIST �;1--- XiURE, FIXTURE ATBRACE=11/16') U /'j SED CORNER Lit c e C L4;:2:12 GAx0'-6" o BEAD, TVP SP@16"OC. STUD WALL n WHERE. c OCCURS _ (3) f 12 SOS - OR 2x 300fk MAX BLOCKING 53/8 11/4" 53/8" 1114" 53/8' 15. � SECTION B-B A LED COVE LIGHT 4 BEAM CLADDING WITH LED 5 BEAM CLADDING WITH LED 6 6A �� �� SCALE 3"=1'-0" R504 3"-1'-0" A504 3"=1'-0" A504 A504 oA.E s5 CITY OF SANTA CLARITA As sRowN P oe/�o/2oaa (ess THE RINK SPORTS PAVILION Pawa +)20860 CENTRE POINTE PARKWAY x6 sn nsh. Anil VeaniAssociates inc 10 SANTA CLARITA, CA 91350 �. eoRn°co s[xV�ccs onr[ �µs PRCP"R[° °n'°crs me °ireccn°n °s. m PARTIAL CEILING PLAN A-504 Runox A-ccumuxiLV ssRvic un rs rcx mu sxxiuw., ur arcxxrvrz xxo own A 1ojzsjzma AND SECTIONS BLD24-001 02 annanlni inn °ea Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCDO0943784 Y- METAL SHIM AND USE L BUILT-UPRO PING, LONGER FASTENERS B SEE SHEETS A401-404 4" METALSTUD REFER TO AS REQUIRED LINE OF BEAM BOLTUFTTABSTO STRUCTURAL DRAW NO FOR BRACE PER DETAIL BEYOND ANGLE@EASIDE TYP HANG G STUDS 12/Foa 15a2,e20"LONG MOUNTING _ _ --- - ANGLEWELDTOCHANNELTOP ANDBOTTOM@EASIDE --- = -- UNDERSIDE OF METAL --_— a AND OOR DECK - - - � SCISSORLETASSEMBLY ---- -�- Y TWISOFDESIGN. MODELSLB� - ^ BY DRAPER INC) { _ 12"-CLOSEDHBGHT 8'0 MAX EXTENDED HEIGHT BRACE PER 118 LES (MAX LOAD) DETAIL IP/FO - 4"METAL STUD@18" O.0 MAX REFER TO �— STRUCTURAL - HEAWDUTYPROFESSIONALMIRROR DRAWINGS BALL MOTOR < TWISOFDESIGN. MODELHDMB40 L BY ELL MINITOR LIGHTING) UP TO 40°DIA MIRROR BALL I MAX LOAD. 89 LBS i ROTATION SPEED. 1-1 5 RPM MIRROR BALL PERFORATED METAL TWIS OF DESIGN. MODEL EM30, ACTUAMIDNAT CBENG PANEL V - HT3218 LES ACTUAL WBGHT3218 LB5 y MAX. 40 LBS 67/8" 2'-91R" IT THE GYPSUMBOARD, PANTED SEALANT WTH BACKER ROD 1/8" HAT CHANNEL CEILING FURRING MAN CBENG.CHAIN NET \ \ OFRC — 58" THKPLYWOOD, PANTED LIGHT FIXTURE, SED QUIPHIIX SOFFIT SYSTE 58"THKGYPSUM INDICATED SAID FOR SPACING &THICKNESS ACCESSORIES:-- - - -- -OFF) F.O.E REGENERATIVE DOOR OPERATOR WITH HOLD OPEN ALIGN WITH UNDERSIDE WHEN MIRROR BALL I S I N DROP POSITION 1"THK MDF LUX -WAVE 3D PATTERN WALL OF FALSE BEAM BEYOND (BASIS OF DESIGN. MODEL5845 BY'. NORTON WITH PANEL (SEE FINISH SCHEDULE) WIRELESS INTERFACE MODULE -NOR-ADA1028W / MANUFACTURER RECOMMENDED NOTE RE U THK BACCNG PLATE FOR MOUNTING INSTALLATION/FASTENING suPPoenF REQUIRED. � LIGHiWEIGHTACCESS DOOR 2 x8 WOOD CHAR RAL 5'-1 1/4" BASIS OF DESIGN. LIGHTWEIGHT DOUBLE DOOR BY'. NYSTROM IF OPENING. 48"148" , FRP ALUM EDGE TRIM FRAME 806063T5a RUDED ALUM FRP DOOR 0456063T5 EXTRUDED ALUM, 24 GALV STEEL HINGE FLUSH CONT ALUM PIANO HINGE 5f8"THE GYPSUM BOARD PARTIAL RCP -MIRROR BALL COVER �� CLEAR FROM THE DOOR LEAF TO APEX OF SCALE 1"-1'0 R505A A160 MIRROR BALL OPERATING DROP POSITION SECTION - MIRROR BALL COVER BEAM INHERE occuRsSAID , SCALE 1.-1 0 A505A A302 COVE LIGHT OVER WAVY WALL DETAIL 3 BEAM UNISTRUTP2785-BEAM SCALE 111-1'0 R505A A401 CLAMP, TYP BEAMWHERE OCCURS, SSD STAR/STRINGER SLOTTED 12 GA UNISTRUT UN P2816- BEAM /�y� A III REFER TO SHEET R516 METAL FRAMING . CUWIP, TYR /,d AND STRUCTURAL I / n L SHEET M02 L @'Xbo TVRE'X', TYP CMU, SEE — —��—_ j ROD 1GVPSUM . .; STRUCTURAL RooTYPSPRINGISOUITION PINS PLAN SEE FINISH HANGER SCHEDULE BASIS OF DESIGN: 12 GA BRACING VNREw/ MINA12GABRACINGWIREw/MIN. 4TIGHTCAPACITY RAINGE 2101bs,TIGHTTURNS IN 112"LOU H 5�8"THE GYP BD MFR KNETICSNOISE ENDSOFWIRE ORI ENT W RE TURNS IN 1 PE BOTH ENDS OF VN RE. TYPE'X', TYP CONTROL 90 BE APART, 4 TOTAL@ ORIENT WIRE90 DEGREES APART, 4 EACH HANGER TOTAL@EACH HANGER ffi"HAT CHANNEL A. PROVIDE ESCUTCHEON RING CBENG ENEAS @24"MAXOC ceuNGFREW AT CEILING PENETRATION, TYP SCHEDULED - SCHEDULED FROM E ESCUTCHEON RING JBLMTU H METAL AT CEILING PENETRATION, TYP \\ BRACKET 0 JBL MTU U-METAL 1" 1 SPEAKER PER SHE BRACKET @Ea oc�iavm \\\\ COCKERORDINATE WHERE OCCURS, SOFFIT TO AV601 111) ID mETusTuo aE COORDINATEVNDTH SIZE FOLLOW STAR xE .e -ET 4, a REQUIRED TO FIT UN DER BE OF SLOPE,TYR SPEAKER PER SHEET STAIR 1-HR SOFFIT W601 �16 PERPENDICULAR TO BEAM SPEAKER MOUNT PARALLEL TO BEAM SPEAKER MOUNT 1 HR GYP BD SOFFIT UNDERSIDE OF STAIR 6� CONDITION �� CONDITION r4� 3"-1'-0" A505A A505A 3"-1'-0" A505A �.E CITY OF SANTA CLARITA As sHowN P GB/�o/2oaa THE RINK SPORTS PAVILION Pawa 20860 CENTRE POINTE PARKWAY neh. Anil Velma Ainc 10 SANTA CLARITA, CA 91350 �. eoRn°ao s[xV�ccs onr[ �µs PRCP"R[° °n'°crs me °ireccn°n °T. M MISC CEILING DETAILS A-505A RUnoN A- coumUMIY SERVIc O.1 rE rcx mu sxx,aw,, ur arcxxrvrz xxo own A 10/25/2m9 BLD24-001 02 annrKini inn °ea Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCDO0943784 R505C ( J I CEMENT PUISTER FINISH OVER METAL FIFTH O/WP MEMBRANE O/ 0. FIRE RETARDANT PLYWOOD VERTI LSUSPENDED6" METAL TUD@16'roC,T REFER 0DETAL 3/R503 BRAY GE TO MATCH SUSP ED STUD, REFS 0 DETER A503 DRIP scREED, FACE TEDDRYWALL GRID SYSTEM - TYR MANBEAMSP@16"O.0 REFER To DETau2/A503 KALWAL (13MISOFOESIGN: PANEL ARM STRONG FRAMEALLDRVWALL GRID CURVED CEILINGS USG DOMED CEILINGS AND BARRELVAULTS) 5f8"THE GYP BD. PAIN I ED I YP (; NOTES: Y REFER TO DETAIL BUILTLP ROOFING • MODIFIED BITUMEN ROOF SVSTEM W/WALK PADS SEA CAP 1. REFERTO AV DRAWINGS FOR SPEAKERS LOCATIONS AIJD ADDITIONAL SECTION SHEET SHEET INFORMATION. CAL T CAL •DUA5ffiL26w:5 SH ATHING susPLAT s' HKPOLY •STAGGEM=5z'9 ACED(R30 IM FULCEDINSRED BD sTAccEREDLV PwceD (RAID MM. FULLY- ADHERED, z REFER TO ELECTRICAL DRAWINGS FOR ADDInoNAUNFORMAnoN. METALSTUD @ MECHANICALLY -FASTENED 3. REFERTO SHEETA501, A502, A503 AND A504 FOR TYPICALCBUNG 1s'OC TYP, UNo • BUILDING PAPER WMETALDECK, SSD DETAILS. BRAD o ETAL D K,TYP fR260 TYR COMP SSION STRUT -FM &SPLI ORES. REFER TO SIT IT R501 FOR DETA 3'-1 3/S' PARTIAL SECTION SCALE'. 1"=1'0 R505B R302 11/4 CLG HT=25'-]" LIGHT NMERE 1'-6 OCCURS SED ABOVE FF OCCURS, SED 2'x4' C PANEL, REFERTO TO D " - 13/A 503, sM FARIIUW 23/4" REFER To DETAIL 5/A504 SECTION &B SIMI AF TYPICAL SUSPENDED METAL STUD @ 16" OC, TYP, UNO STEEL BEAM,SSD 0 30"x30"MIN. : "' m OPENING BEAM CLAMP coxc, IEcu 12 GA FEE -- --- UNISTRUT DE BT REDO REMENTB RUT m AcousTcsATT NsusPM THER— NBUiATION z Nc coNTRoEHo Nr Q Q � TI —Ell su TxR�`Ogn aF ON CExTEn ttP PPORTRoo,m 3/4"MIN' sox moRE OETais, no NTCOMPOUND, EE@ae'NON S'e ovPBD CEIUNo NM PA NTED, ttP ��y^�G${f1 JG °a sox PRP ux. cURltt,m EIUROEl 3/8" THREADED RODx2 cxoss Rex NG o�c,i�AxAcxAN TcxwuxEL@ Ae REouIREo N Tp III FEE z'O a2 E�gM°NAEImBED. ( ) E Acx UysA cE D4 HE ' _�� TIx - _ -e R" ET`allo211IUs CONTROL JOINT FARE.IwxE.E;°..x OFFCONKNL N ER ° SCALE'. 3"-1'-0" R505B R150 o _ L EL� - 14 coNr. eoFFTVENT E:<PANDED M ETAL 112 No. ETD GER IER FASTENED TOC TO ANNEL Q cE` TELEscoP Poet xeTuuTox REcommExoanox eEEsnoons eoFFT xc S4sEtt "Y4"MIN r 'OVP BD NEII PE"s"DRvwALI_ INREw@1z'oG a" CLO Hr=ia'a' ABovE Ax@ENDe FF STRAP HANGER TYP CONT CLOERE CHANNEL IF @ALLEDOEeieIDEe - - - - T' MIN _ sxEBs v. M. _ A aU ATO sox "I" CLR puxc¢ owEcianacH ceux 0 - - - - - - - - - a r Q E eTuoe RESER To oET' REFFE L.112 v4 PANELB xwxrtE 4'mOUR xa ecxev osac PANEL WHERE OCCxRE = PTLeTuowuLPER PUN M9NUFPCTURER REcommFx'A_CONT OPENING OR 4 PAxEsaREAPPRoxImATELvi>a lDaeFPEni TxuPANEL IFIXTIRE 5'eFOR OR . THE' ow BD OF THE FROM - WOOD BLOCKINo W xCEis ) WIRE EoiiacH OFF cE%O I EL/, Y LIGHTING EQUIPMENT SUSPENDED GYP BD - WOOD FIBER ACOUSTIC CEILING w/ LED MOUNTING ACOUSTIC CEILING r3-', LIGHT FIXTURE ROOF HATCH LADDER r6`F SCALE. 1"=1'-0" R505B R160 3"-1'0" R505B SCALE. 3"-1'-0" R505B R150 SCALE. 3/4"-1'0" R505B R130 P CITY OF SANTA CLARITA As sRowN oA.E GB/�o/2oaa s ITS iess +7 THE RINK SPORTS PAVILION 20860 CENTRE POINTE PARKWAY Pawa n a WB nLh: Anil Leann Associates Inc. SANTA CLARITA, CA01350 ". eoRn°co s[xV�ccs on r[ Lµs PncPAn[° vH°crs me B,U—°N °F. N CEILING CETAIL AND A-505B Runox nxc ccumuxiTV ssRvic un rs rcx mu sxxiuw., ur arcxxrvrz xxo own A 1ojTsjTma SPEAKERS ATTACHM EM DETAILS °ft¢ BLD24-00102 nnniEmni inn Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCDO0943784 SEE PIAN FOR WALLTHICKNESS ACOUSTIC BAIT INSULATION , TVP METAL STUD WALL METAL STUD HEADER, SAID HOLLOWMETAL DOORFRAME DOOR INTERIOR DOOR HEADER DETAIL SCALE 3"-1'0 R5D8 EXTERIOR FIBER CEMENT DOOR HEAD DETAIL r6—� SCALE 3"-1'-0" R5D6 ROUGHOPENING� HOLLOW METAL DOORFRAME - - - METAL STUD JAMB, SAID �3 DOOR METAL STUD WALL ACOUSTIC BATT INSULETI ON, TVP INTERIOR DOOR JAMB DETAIL SCALE 3"-1'0 R5D8 BATT INSULATION 0-18) ON 6" METAL STUD WALL 8" THK CMU WALL, WD WRB METAL STUD HEADER, SSD GYP ED(SEE SCHEDULE FOR FINISH) FIBER CEMENT PANEL (SEE EXTERIOR ELEVATIONS FOR FINISH TYPE) METALCIIP 1/4" GAP, Bo NOT CAULK z-FLESHING SEALANT HOLLOW METAL DOOR HEAD DOOR (PER SCHEDULE) BREAKMETAL/LTRIM, PANTED (BEHIND) TRANSOM WINDOW TRANSOM SILL/ DOOR HEAD DOORJAMB FIRE RATED DOOR ASSEMBLY AS SCHEDULED DOOR BOTTOM RAIL THRESHOLD REFER To DETAL 1 G/A 6O1 EXTERIOR DOOR HEAD WITH TRANSOM & BOTTOM RAIL DETAIL SCALE3"-1'0 R5D8 SEALANT OVER SINGLE FLANGE SEALANT BACKER FIBER CEMENT PANEL (SEE EXTERIOR ELEVATIONS FOR FINISH TYPE) SPACER PER MFR W. O. BREAK METAL TRIM PAINTED WRB SEALANT 8"THK CMU WALL, WD HOLLOW METAL DOOR JAMB METAL CLIP � NIASONRV T ANCHOR DOOR (PER SCHEDULE) ) C i A d SEALANT W/BACKER ROD BATT INSULATION 0-11) IT - --- ON 6"MEFAL STUD WALL —MANEUVERING 8"METAL STUD CLEARANCE@ RECESSED DOORS EN B FRAME GYP BD (SEE SCHEDULE FOR FINISH) v s" MIN To DOOR LATCH EXTERIOR FIBER CEMENT DOOR JAMB DETAIL SCALE 3"-1'0 R5D8 WRB, TVP STEEL STUD HEADER SAID FIBER CEMENT PANEL (SEE EXTERIOR ELEVATIONS FOR FINISH TYPE) MEFAFOUR 11 GAP, Do NOT CAULK Z FLESHING FIBER CEM TRIM BD MFR SPACER, TVP ALUM REVEAL "F"TYP SEALENTw/ BACKER ROD A FIRE RATED DOOR ASSEMBLVAS SCHEDULED ALUMINUM FRAMED DOOR HEAD, REFER To DETAIL 3 s" TYP EXTERIOR STOREFRONT DOOR HEAD DETAIL SCALE' 3"-1'0 R508 BATT INSULATION 0-19) ON 6" METAL STUD WALL IVS METAL STUD FRAMING SHEATHING 8" THK CMU WALL, WD METAL STUD HEADER, SSD WRB GYP BD (SEE SCHEDULE FOR FINISH) FIBER CEMENT PANEL (SEE EXTERIOR ELEVATIONS FOR FINISH TYPE) METAL CLIP 1/4" GAP, Bo NOT CAULK z-FLESHING NICHIHA"ILLUMINATION "TRIM SEALANT W/ BACKER ROD HOLLOW METAL DOOR HEAD DOOR (PER SCHEDULE) FIBER CEMENT PANEL BEYOND (SEE EXTERIOR ELEVATIONS FOR FINISH TYPE) EXTERIOR PROJECTED FIBER CEMENT DOOR HEAD DETAIL SCALE 3"-1'0 R5D8 WRB, TVP METALCEP, WO. FIBER CEMENT PANEL (SEE EXTERIOR ELEVATIONS FOR FINISH TYPE) 5f8"THE GYP BD SHEATHING, TVP MFR KEY TRIM, TVP @ ALL CORNERS Hmaaaaia®a®�amia� TYP EXTERIOR DOOR JAMB DETAIL 5 SCALE 3"=1'0 R5D8 SEALANT OVER DOUBLE FLANGE SEALANT BACKER 5f8" SHEATHING FIBER CEMENT PANEL 21,2 METALSTUD FRAMING (SEE EXTERIOR ELEVATIONS FOR FINISH TYPE) FIBER CEMENT MFR CORNER OVER MFR CORNER CLIPS METAL CLIP WRB MFR CORNER CLIP 8"THK CMU WALL, SAID SEALANT OVER SINGLE FLANGE SEALANT BACKER HOLLOW METAL DOOR JAMB MWONRYT-ANCHOR // DOOR (PER SCHEDULE) SEALANT wr _- BecxEeRoa___-- _ BATT INSULATION (R-1R ON 6" MEFAL STUD WALL 6"METAL STUD MANEUVERING END FRAME CLEARANCE@ RECESSED DOORS 58° THE GYP BD (SEE SCHEDULE FOR FINISH) v s" MIN. TO DOOR STRIKE EXTERIOR PROJECTED FIBER CEMENT DOOR JAMB DETAIL SCALE 3"-1'0 R5D8 P CITY OF SANTA CLARITA ns sRowa u.rE a oe/�o/2oaa s5 iess +7 THE RINK SPORTS PAVILION 20860 CENTRE POINTE PARKWAY Pawa Anil Inc. SANTA CLARITA, CA 9/350 ". °ARE° °N or. ° A-506 Runax nxe ceuMuxirr scRwc unre °^ ^�° °��,aa'. °••••�^°� ^^ °^n A io¢s/z—a DOOR DETALS °fta BLD24-001 02 annrKini inn Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCDO0943784 BATT INSULATION (R-19) ON 10" METAL STUD WALL ¢ METALIATH 5 METAL STUD HEADER, SSD "ELDORADO-ZORVAK' ADHERED MANUF STACKED STONE VENEER WAD MORTAR SCRATCH COAT } MORTAR SETTING BED / GYP ED(SEE SCHEDULE FOR FINISH) SEALANT W/ BACKER ROD 9) LAYERS WIFE SEAL EDGE To FIN BREAK METAL/LTRIM PANTED � sEAwNT w/BncKER ROD WINDOW HEAD BLOCHNG WINDOW (PER SCHEDULE) EXTERIOR STONE VENEER STOREFRONT HEAD ON MTL STUD DETAIL r2- SCALE3 - 1 0 IT R5o8 WRB, TVP METAL CLIP , W0. FIBER CEMENT PANEL (SEE EXTERIOR ELEVATIONS FOR FINISH TYPE) 58" THK GYP BD SHEATHING TVP MEN DECLAIM TVP @ ALL CORNERS SEALANT w/ BACKER Roo, TVP MTLSTUD, SSD — JAMB / MULLON OVER STOREFRONT FRAME SYSTEM TYP EXTERIOR TRANSLUCENT JAMB DETAIL / WINDOW WALL JAMB SIM 3"-1'0" A508 neeeovca roe oaxsreuon x �� sncns a,vL✓l: "ELDORADO-ZORVAK' ADHERED MA UP STACKED STONE VENEER MORTAR SCRATCH COAT MORTAR SETTING BED 10" METAL STUD END FRAME METALLATH WRB STEELTUBE, SSD 9) LIVERS WRB SEAL EDGETO FIN BREAK METAL/L TRIM, PAINTED SEALANT W/ BACKER ROD BLOCHNG WNDOWJAMB WINDOW (PER SCHEDULE) SEA WT W/ B CK RROD BATT INSULATION (R-1P) ON 10"METAL STUDWALL FORFOR BD (SEE SCHC-0UlE FINISH) EXTERIOR STONE VENEER STOREFRONT JAMB ON MTL STUD DETAIL = SCALE' 3"=1'0 A R508 WRB,TVP STEEL STUD HEADER, SSD FIBER CEMENT PANEL (SEE EXTERI ORELEVATIONS FOR ROUGHLY RE) METAL CLIP 1/4" GAP, DO NOT CAULK zFLASHING FIBER CEMTRIM BD MEN SPACER, TYR ALUM REVEAL " TYP SEALANT w/ BACKER ROD nrz' JAMB / MULLON OVER STOREFRONT FRAME SYSTEM TYP EXTERIOR TRANSLUCENT HEAD DETAIL / WINDOW WALL HEAD SIM 3"-1'0" A508 v 2 �rA in®nocn suss Lµs PrrevArr[o er \ ULD o Anilberme Associates Inc AT A3 A2 xi — WINDOW TYPE - A 1 x2I Al AS Lx1I WINDOW TYPE - B MKA_ _A �oAT A2 D1 D3 D3 D2 rrAE—Ti D1 D4 D5 D2 L11 L11 WINDOW TYPE - C Dme L<rT Dwox RnPu TRAxsom TRAxsomvE LrFTPOORPams F AA`E REFER To L"AT 1TPOOR �Ams WINDOW FRAME DETAILS KT� SCALE 3 - 1 0 IT R5o8 0 HEA R CITY OF SANTA oe/�o/zoza THE RINK SPORTS PAVILION u. Pawa 20860 CENTRE POINTS PARKWAY SANTA CLARITY cA Alaso WNDowrrRE AND A-508 FRAME DETAILS AnnFNInl IRA 8R Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCDO0943784 SPACER PER MFR W 0. 6"METALSTUD, SSD FIBER CEMENT PANEL (SEE EXTERIOR ELEVATIONS FOR FINISH TYPE) BATT INSULATION (R-10) WEATHER - RESISTANT BARRIER THINI ED ( EETFI NISHEKGYSCHECUTE) EXTERIOR I SPACER PER MFR W 0. FIBER CEMENT PANEL (SEE EXTERIOR ELEVATIONS FOR FINISH TYPE) MFR METAL CLIP 8"THK CMU, SSD MEEXTERIOR A 5�8"THK CEMENT PLASTER NTER IIOR FRPWALLPANEL NMERE INTERIOR (SEE SCHEDULE FOR FINISH) OCCURS (SEE FINISH SCHEDULE) FIBER CEMENT ON METAL STUD EXTERIOR FIBER CEMENT ON CMU EXTERIOR WALL DETAIL UNINSULATED WALL DETAIL G� SCALE3"-1'0 R510 SCALE' 3"-1 0 R510 "ELDORADO-ZORYA(" ADHERED MANUF STACKED STONE VENEER MORTAR SCRATCH COAT MORTAR SETTING BED METAL TH WRB 8" THKCMUWALL, SSD EXTERIOR SPACER PER MFR W.O. FIBER CEMENT PANEL (SEETERI ORELEVATION S FOR FINISH TYPE) MFR METAL CLIP WRB A EXTERIOR STACKED STONE VENEER (SEE EXTERIOR ELEVATIONS FOR FINISH TYPE) MORTAR SCRATCH COAT MORTAR SETTING BED METAL LATH WEATHERRESISTANTBARRIER 10"METALSTUD, SSD EXTERIOR 0 A 5.8"THK GVP BC (SEE INTERIOR SCHEDULE FOR FINISH) BATT INSULATION (R-19) 10" METAL STUD, SSD EXTERIOR STONE VENEER WALL ON METAL STUD DETAIL G� SCALE' 3"-1 0 R510 SPACER PER MFR W 0. 4"MTL STUD MFR METAL CLIP 8"THK CMU WALL, SSD ME 5f8"THKSHEATHING UL� INTERIOR INTERIOR INTERIOR 5�8 THK GYP BC (SEE SCHEDULE FOR FINISH) BATT INSULATION (R 19) 6"METALSTUD, SSD 5.8" THK GVP BC (SEE SCHEDULE FOR FINISH) BATT INSULATION (R-18) 6"METAL STUD, SSD 5,8"THK GYP BD (SEE SCHEDULE FOR FINISH) BATT INSULATION (R-18) 6"METAL STUC, SSD EXTERIOR STONE VENEER WALL ON CMU FIBER CEMENT ON CMU EXTERIOR FIBER CEMENT ON CMU PROJECTED METAL DETAIL INSULATED WALL DETAIL CN3\ STUD EXTERIOR WALL DETAIL W6\ SCALE. ]"=1'0" A510 SCALE 3 -1'-0" R510 SCALE 3 -1'-0" R510 CITY OF SANTA CLARITA As sRowN oe/�o/2oaa s s 5 oA.E THE RINK SPORTS PAVILION Pawa (a )e ves-%c3, Anil Velma Associates inc 10 20860 CENTRE POINTS PARKWAY SANTA PLAN TA, CA 91350 �. x 6 -"+ 1), EXTERIOR WALL RETAILS �s PREP"RE° _ I,_N oF. ° rcx mupxiuwmu vrcx� rvxu �m own A-510 °s2 Runax A- ccuw/ 11 ssRvic ce rs A ADDED— 1oj�sj��a BLD24-001 02 AnnoninT mn 1 Docusign Envelope ID: 1AB85B74-93EB-43CE-A87O-5FCDOO943784 SPACER PER MFR W 0. 4"MTL STUD 8"THK CMU WALL, SSD ME MENU DISPLAY SPACER PER MFR W O. SPACER PER MFR W. 0. 5/8"THE SHEATHING BOARD FIBER CEMENT PANEL 6"METAL STUD, SSD EXTERIOR +? -F (SEE EXTERIOR ELEVATIONS FOR FINISH TYPE) FIBER CEMENT PANEL — — — — MFR METAL CUP (SEEEXTERIOR ELEVATIONS FOR FINISHTYPE)o BATT INSULATION (R-19) m WRB EXTERIOR WEATHER- RESISTANT BARRIERo MFR METAL CLIP MFR METALCEP - 5/8"THK GYP BD (SEE FINISHSCHEDULE) EXTERIOR 0 PORCELIN TILE ON INTERIOR THIINFSET MORTAR BATT INSULATION (R-19) 6"METALSTUD, SSD FIBER CEMENT ON CMU EXTERIOR INSULATED WALL DETAIL W/\ SCALE3"=1 0 R511 PORCEIAINTILEON 5.8"GYP BD TYPE'X' THIN SET MORTAR WTH MOISTURE AND MEN'S RESTROOM MOLD RESISTANT —5/8" THE GYP BD, TYPE ' FIRE RISER ROOM 1-HR RATED MTL STUD INT WALL DETAIL N1� SCALE 3"=10 ULDESIGN No. U465 R511 INTERIOR 1"THK. NWLUX WAVEED S PATTERNWEDULE) EL (SEE FINISH SCHEDULE) R MANUFACTURER RECOMMENDED INSTALwTIowFASTENINc FIBER CEMENT ON METAL STUD EXTERIOR WALL W 3DINTERIOR WALL PANEL SCALE 3"=1'0 R511 5/8"THK GYP BD, TYPE'X' 7/8" HATCHI OC FRP PANEL, SEE CIRCULATION AREA FINISH SCHC-0ULE STAR 1 SIDE 4-HR RATED CMU INTERIOR WALL DETAIL IV1� SCALE 3°=1'0 ULDESIGN No. U914 R511 �58"THK GYP BD(SEE INTERIOR SCHEDULE FOR FINISH) BATT INSULATION (R-19) 6"METAL STUD, SSD RECESSED FIBER CEMENT ON METAL STUD EXTERIOR WALL W MENU DISPLAY BOARD WWI\ SCALE 3"=1'0 R511 SPACER PER MFR W 0 FIBER CEMENT PANEL (SEE EXTERIOR ELEVATIONS FOR FINISH TYPE) MFR METAL CLIP WRB EXTERIOR FIRE RISER ROOM 4-HR RATED CMU EXTERIOR WALL DETAIL SCALE 3"=1'0 UL DESIGN No. U901 R511 s5 (ess a +) 2ee-%cs/ Anil VcanaAssociates inc �M's PRCP"R[° °n'°crs me °ireccn°n °F. m rcx mu nxiawmur vw'x�m¢ �xo own CITY OF SANTA CLARITA As sRowN De/�o/2oaa oA.E THE RINK PORTS PAVILION 20860 CENTS -POINTE PARKWAY SANTACLARITA,cAAAaso Fawa ". A-511 °ea EXTERIOR AND IMERIOR WALL DETAILS LLl0/25/2m9 Runat�xccvuw/uwiry ssRvic ux rs A BLD24-00102 nnnrKini inn 1 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCDO0943784 FOR — TYPE oA wA°iE, 411FF A TYP BASE BOARD SCALE3"-1'0 R512 8 PCF SAFING PACKED INTO VOIDS LL ACOUSTICAL SEALANT u DEPTH IN 1/4"TO 112 JOINT 112'CLRTYP GYP B O ESCUTCHEON CUT TO FIT FLUTE PATTERN of DECK SOD LAYER GYP BD WHERE OCCURS, REF WALLTYPES METALSTUD FRAMING 01B"OG WALL HEAD @ STEEL DECK (PERP TO FLUTES) SCALE 3"-1'0 A512 X150 1 g; - �E» L Ti �. VAR TA N SLOPE TO DRA N ' RE FIRE RATEIXEALLE3�0— TYPICAL RESTROOM BASE SCALE 3 -1 0 \ R5112/ ACOUSTI CAL SEALANT FULLDEPTH IN 1/4" TO 112" JOINT 0"MEFALSTUO, SSD - 5N"THE GYP BD (SEE SCHEDULE FOR FINISH) INTERIOR DASHER BOARD HEAVY DUTY RUBBER ANCHOR PIN REFER TO SHEEN R530 VENTED BASE CARPET TILE PER EXPANSION VOID PRE ASSEMBLE FIRE FIN ANT SUB 41�CONc FLOORESSD V// PPLE FLOORINGr�-VAPOR DBARRIER FLOORS METAL STUD INTERIOR WALL DETAIL SCALE' 3"=1 0 A512 DASHER BOARD, BEYOND B PCF SAFING PACKED INTO VOIDS a HIGH IMPACT I CORNER GUARDS TILEPER FIN SCHEDULE FIN scHEULE I I CONC FLOOR, SSD 112"CLRTYP SOD LAYER GYP BB WALL HEAD @ STEEL DECK (PARALLEL TO FLUTES) SCALE 3 - 1 0 IT A512 A150 1/4" SIMPSON STRONG BOLT 1 3/4" EMBED MIN 9° MINWIDE ALUM THRESHOLD EXPANSIONVOIB MAPLE FLOORING / SOLID BLOCKING SOLD BLOCKING / L l lr CONTINUOUS FOCUS PAR -BASIS FOR25AA FLOORING OF DESIGN`"Focus"BV CONNOR SPORTS FLOORING WOOD FLOOR DETAIL r4-� SCALE 3"=1'0 R512 0" METAL STUD CONTINUOUS WALL BELOW ANCHOR PIN 5f8"THE GYP BD 2 xB WOOD CHAIR RAIL PREASSEMBLEDFIRE RETARDANT PLYWOOD SUB FLOORS / 1/4" VAPOR BARRIER CONTINUOUS Focus PAD FOR 25AS FLOORING BASISOFDESIGN FOXII"BY CONNOR SPORTS FLOORING WOOD FLOOR TRANSITION 7 SCALE 3"=1 0 A512 INTERIOR 18"THKGYPBD, -1"THKMDFLUX-WAVE3D PAINT FINISH PATTERN WALL PANEL INTERIOR 58"THKGYPBD (SEE FINISH SCHEDULE) PAINT FINISH UPPER MANUFACTURER PORTION ERR RECOMMENDED BOLT 0MPORTION NSTALLATION/FASTENING WAVY WALL SIDE TRANSITION DETAIL 10 SCALE 3"-1'0 R512 A472 SPACER PER MFR W O. FIN ISHAS SCHEDULED 8" METALSTUD SSD ` 1/2" LONG BEND 90 DEG @ENDS - TYR SSD MEAL BOX STUD, TYP, FIBER CEMENT PANEL (SEE EXTERI OR ELEVATI ONS FOR FI NI SIT TYPE) VIF BATT INS BATT INSULATION (R-19) 'I` (3)-#10 SMS EA STUD HE GYP ED(SE-19),TVP SC THKGYP R(SEE SCHEDULE FOR FINISH) WEATHERRESISTANTBARRIER � __ _ _ __ _ _ - - - - - RILL STUD WALL 5�8"THE SHEATHING llrfF 1 /4" MAX GAP 000T 15683(14 GA) NOTCHED TRACK - - FRAMING BEHIND 5f8" THE GYPSUM BOARD MFR METAL CLIP NOTES PAINT FINISH 10GA srUDS 1. USE FOR UPPER WAl1 HUNG CABINETS, EXTERIOR AT BACKING FULLHEIGHT CABINETS, GRABBARS, -"/4" ) SEALANT HANDRAILS WALL HUNG EQUIPMENT, a ETC. MAX WT300 LBS/LIN FT. .. j _ _._ ERR ALUM EDGETRIM 2. LENGTH, HEIGHT AND LOCATION TO SUIT ' r FRP ITEMS BEING FASTENED. SEE ANCHORAGE DETAIL OF SPECIFIC ITEMS ADHESIVE DOUBLE STUDS WHEN FOR ADOITIONALINFORMATION. �- 5�8"THKSHEATHING NOTE: srUD ISSUER ORTING BACKING ON BOTH SIDES 3. ATTACH TOTHREE STUDS MIN DOUBLE -- -- _ SEALANT OVER BACKER ROD, TW ALL ERR PANELS SHALL BEPROVIDEw/SATIN J STUD COUNTS AS ONE STUD. MFR METAL CLIP , TYP° WEB,TW MFR KEY TRIM, TVP @ALLCORNERS ANODIZED ALU M NUM INTERIOR 4. U SE A 2 SHEET METAL SCRENS MIN PANEL EXTERIOR (SEE EXTERIOR ELIE/ATIONS FOR FINISH TV PE) (SEE EXTERIOR SPACER PER MFR, TYP TRIMMOI NGSFOR ALL EDGES OUTSIDE/INSIDE WHEN ATTACHINGITEMS CORNERS,&DIVISIONS FIBER CEMENT ON METAL STUD EXTERIOR FIBER CEMENT ON CMU / METAL STUD WALLL DETAIL ( VV7) TYP METAL BACKING STUD r8-� EXTERIOR INSULATED WALL DETAIL FRP TRIM MOLDING DETAIL 11 SCALE 3"=1'0" A512 SCALE. 3"=1'0" A512 SCALE 3"=1'0" A512 A110 SCALE. 0"=1'-0" A512 X472 CITY OF SANTA CLARITA As seowN oe/�o/2oaa s 5 oA.ESLESPI THE RINK SPORTS PAVILION Pawa (ess +) 2ee-%c3, Anil Velma Associates inc 20560 CENTRE DO LITE PARKWAY SANTA aARITA, cA o.3s0 ". eoRn°co s[xV�ccs on r[ EXTERIOR ANN INTERIOR �µs PRCP"R[° °N°crs me °ireccn°N °s. RA-1 A_512 Runox F- ccum 11 ssRvic cn rs rcx mu sxxiuw., ur arcxxrvrz xxo own WALL DETAILS ° A � 1oj�sj��a BLD24-001 02 AnnonLnF IRA 8R Docusign Envelope ID: 1AB85B74-93EB-43CE-A87O-5FCDOO943784 11/4" 2" CO NTRASTINGCOLOR, TVP " 11/4" z" CONTRASTING COLOR 11/4 , TVP DIM. FT. � � DIM PT. DIM PT. - 11" 1" 14GA(UNO) NOSING NOSING OF KFNDING EDGE OF KFNDING NOSING MIN BENT STEEL 2" CONTRASTING COLOR, TV a 3�8" RADIUS PANS MGLET0 STRINGER 1/4" x4" FU1T BAR CONT. BENDS 3/IB 212 BTW FSTRBAR COW/ 2" CONTRASTINGCOLOR,TVP HSS BENT11 STRINGER, REFER ' Q)O"-((1)BO VV T.0 A g5x3 x1/4 CONT. BTNM. BOLTS ((1) BOLT W/IN 4" , TO STUCTURAL .'+ '� r STRINGERS W/g15)8'�x112" g3x3 x1/4 (LLH)CONT. _-- OF EA STRINGER) D RAWINGS,TVP _ BTWN. STRINGERS w/ - A325 T.G BOLTS (A SBOLTTRINGER) WAN HSS BENT 4" OF EA STRINGER) (Z)5.8"-x8"HILTI H3TZ STRINGER, HSS BENT - A REFER TO STRINGER, REFER HSS BENT STRINGER STUCTURAL TO STUCTURAL REFER TO STUCTURAL PANTO DRAWINGS, DRAWINGS, TVP MTLDECKING DRAWINGS TVP A 12 1 STRINGER, TVP TVP SEE UWDING DETAILS SEE UINDINc 3/10 ANGLETO STRINGER q 3/16 3 UINDING CHANNEL DETAILS BENT IT TO F B. TO STRINGER wNDwc CHANNEL 12 2-12 VERT.RISER CONNECTION TO STANDARD TOP STANDARD BOTTOM TREAD / RISER CONCRETE SLAB WITH CONNECTION TO STEEL CONNECTION TO STEEL CONSTRUCTION �� ANCHOR �� LANDING r3� LANDING r4� SCALE. 112"=1'-0" R516 SCALE. 11A -1 0" A516 1431 SCALE. 112"=1'-0" A510 SCALE. 11A -1 0" A516 1 K4" — DIM PT 45x3 x1/4 CONT BTWN. 1'-01/4" A 2"CONTRASTING NOSING EDGE OFSLAB srewcERs w/tz)s�e'-x112' DIM PT coLOR,Tw ASP5 T. C BOLTS((1) BOLT WON MAX 43 x3 x 1/4(OT0112"SPAN) MIN. I6GA BACKING 4"OF EA STRINGER) EDGEI NG �f SING 'FUIT BARCONT. 45x3 x3�8 (15�8 T03"SPAN) REFER TO DETAILS/R512 1'-01/4" BTNM. STRINGERS W/ DIM PT. 45x3x1/4NN. �2"CONTRASTIN )5f8'-x11A A125TC 3/16 2-12 MAX STRINGERSW/(1A COLOR, TV BOLTS ((1)BOLTW/IN4" 112" OS EDGEOFUINDING 125 T C. BOLTS(ON A HSS BENT OF EA STRINGER) 2"CONTRASTING 4"OF EER)COLOR,TYP STRINGER, 112"OD. IA 112"0. D. MAX TEEL REFER TOHSS BENT 'r �� METAL DECK, SSD DRAL (1STRINGER, _ STUCTUDRAWINGS,TW A BIAC 0 D)PANTEDo.D),PANTED- srucmRAL (1REFERTO K,TVP _ B-CK,TVPSTUCTURAL HSS BENT STRINGER CONC FILLAFTER DRAWINGSREFERTO STUCTURAL STAIR INSTALUITION WAGNER STVLEB WAGNER STVLEB Typ DRAWINGS, TVP HANDRAIL BRACKET HANDRALBRACKET MTLDECKING MTLVVF BEAM, SSD W/ (3) 92 DRI W NG W/(3)1/4"- x2" DRIVE SEE UWDING DETAILS SEE UWDIN3/18 212 A To (NGER SCRENS NAILS AANGLE TO STRINGER 3/18 212 3/16 3 UINDING UINDING L FB TO STRINGER CHANNEL SECTION SECTION EXTENDED TOP EXTENDED BOTTOM STANDARD TOP @STUD WALL @CMUWALL CONNECTION TO STEEL CONNECTION TO STEEL CONNECTION TO LANDING LANDING = STRUCTURAL STEEL WALL MOUNTED HANDRAIL SECTION SCALE. 112"=1'-0" R510 SCALE. 11,2 -1 0" R516 SCALE. 112"=1'-0" A516 SCALE. 11A -1 0" A516 1 1 A - DIA STEEL PI PE(166"0.0) PANTED BLACK TVP 3 PLAN 112"DIA STEEL PIPE V1'-3" VAA ° (1-AlA CTD) PAINTED \`\ - BIT CK,TYP CONCRETEFILL \ -\ /� 11/2" 10 GA BENT PL REAR CHANNEL EDGE FORM C3x115#(UNO) F.OF A --POINT "B"�- ���� _ - 112" II. IfI CONCRETEFILL MATCH GAP AT PLAN p SID E O FSTAI R(UNO) ' / HANDRAILBRgqCKEf 0 EW - JC-I 112"BDECHNG ,C �6 PER DETAIL B/14510, ��--IIITII - 10 GA BENT PL 11 /266 OID) STEEL PAINPIPE / S`E'/p6^ TVP FI ELF SPLICE, WELD& v EDGEFORM (168"OD) PAINTED- / B BUICK,TVP GRIND SMOOTH / J M . POINT "B"� i ;�� i -- srAIRRAL s HEADER CHANNELP�2 DEC TO PU1NB g.0` ---\/ > CB x115fkNN0)TVP NNEL, -J 11rz"DIA STEEL PIPE (16s 0 D ), PAINTED- BU1CK, TVP REAR CHANNEL cexll sa(UNo) -- -- c fi'-0'MAX -- -- A I TREAD END VI EV ELEVATION 112 B BE CH NO SECTION -A -- POINT"A"� HEADER CHANNEL PUWA CBx115p NNOJ RAIL W STANDARD TOP - STANDARD WALL MOUNTED HANDRAIL ELEVATION BOTTOM 10 LANDING CONSTRUCTION DETAIL 11 SCALE. 3/4"=1 0" R510 3/4"=1 0" A510 SCALE. 11A =1 0" A516 oA.E s5 CITY OF SANTA CLARITA ns show" oe/�o/2oaa THE RINK SPORTS PAVILION Pawa 20860 CENTRE POINTE PARKWAY (I -Ell °1r7: Anil Leann Associateslnc. SANTA CLARITA, CA91350 ". °oRn°oo .=ERv�oEs oa.E �µs PREP"RE° °H°Ea mE °i I,—N or. sraB AND wooEB DETAILS A-516 "— A ao 10rzsrz@4 BLD24-00102 nnnrKini inn °ea Docusign Envelope ID: 1AB85B74-93EB-43CE-A87O-5FCDOO943784 - 2X3X1/4 STL HOR FRAME, PANT -18"XPE METALSCREWS@24" MAX OC W/ NEOPRENE WASHER - 1 &"THK ALUM PERFORATED PANEL - 2X3X1/4 ALUM VERT FRAME SPACED@4'0 MAX OC, FULLY WELD TO HSS -11"'112' STLANGLE FRAME, PANT - ESCUTCHEON PLATE COVER, TVP @ EVERY P09 - SEA YNT AROUND POST - 2X3 VERT SLIT FRAME FULLY WELDED TO FOR HSS - GSM COPING, PAINT - HSS3X0X318 FOR TOP FRAME - 5IE THK FIRE RETARDANT PLYWD SHAFTING - 6"16GA METALSTUOS @ 16" OC - 78" CEMENT PLASTER SYSTEM 0/ METAL LATH 0/ ELF G PAPER - SHEET METAL FLASHING - BUILT-UP ROOFING • MODIFIED BITUMEN ROOF SYSTEM W/ WALK PADS SEA CAP SHEET • 5A PLYWOOD SHEATHING • DUAL2B" p52') THK POLVISO FOIL INSULATION BD STAGGEREDLV PLACED (R30 MIN). FULLV-ADHEREO, MECHANICALLYFASTENED • BUILDING PAPER 0/ METAL DECK. SSD p�9iWp'.81® 0"10GABOTTRACK 1/4" ANCHOR BOLT @ 16" OC HSS POST 3X0XV4, FULLY WELDED TO BEAM, SSD STEEL EACH, SAID SCREEN WALL DETAIL ri—ILF SCALE 1 PE -1'-0" Asn A404 METAL ROOFING • STANDING METAL ROOF BATTED PAINEIITEE BASE FLASHING PRET CONCRETE RSEAM OOFPANEL SEAWITROOF M FASTENER AT 6" O.0 Cop INCASG SECURC-0 •518"PLYWOOD SHEATHING •DUAL26"(=52')THKPOLVISO FOIL FACED INSULATION BD STAGGEREDLY PLACED (R-30 MIN). 6" STAINLESS STEEL MICROMESH 2-PC 24GAGI. SURFACE MOUNTED REGLET AND _ TO CMU WALL WITH p0WEL FULLY ADHERED MECHANICALLYFASTENEDGUTTER • BU HIDING PAPER O/METALDECK, SAID GUARD LEAF PROTECTION COUNTERFLASHING SBSMODI E H A yV_ 12"DRIP MOLD gMW METALCAP&TRIM MEMBRANE II FLASHING 4 FIBEROF ANISE 4"FIBER CANT STRIP SEA NT BACKER ROD, TVP lI I SCOPE SHIM FIBERGLASS FELT FLASHING PLY 1/4"x12"GROOVE, WOOD NAILER - BUILL TYR SEALANT VNTH IUPROOFING • D BITUMEN ROOF MORTAL GROUT _-�- BACKER ROD SYSTEM W/WALKPADS SEA SYSTEM CAP SHEET 8" BUILT IN BOX 20 GA STAINLESS STEEL • 51ePLYWOOD SHEATHING •DUAL26"(=52')THKPOLVISO FOILFACEDINSULATION BD CMU WALL, SAID x _ GUTTER STAGGEREDLY PLACED(R 30 - ��. BUILDING PAPER MIN. FULLY -ADHERED MECHANICALLV-FASTENED If p 1"RIGID -BUILDING PAPER 0/ MEAL If INSULATION DECK, SSD SSTONEVENEAR SEE DOWNSPOUT OUT LET CONNECTC-0 TO sIM DETALW4/R510 - - - - GUTTER W/ POP RIVET AND SEA YNT ANCHOR BOLT, SSD + 58"SHEATHING > + STEEL CHANNEL zz cA.v'uNDecALv. k + SECTION, SSD - m i'"• ANCHOR TIE WTH NO. •` 10 x2"LONGSCREN -----H-----%— - - CLIP CONNECTOR ATE V @TH ADJ wHTF ADJACENT CENT - - -- T '----- R RAINWATER AIDER WATERD ROWS _-- --------- _ - 9 GA GALV FOR JOINT ----__ -- REINFORCING __------- --� - -' - ----� METAL STUD FRAMING STEEL ANGLE ---- ____----- + SUPPORT, SSD ---------- CENTRIA2" ____------ SEALANT WITH BACKER ROD Hp O SULATEMEAL PARAPET DETAIL r3__� T. SCALE 1 PE -1'-0" Asn A402 4" + + ---------- ------ - - - ----------------------- --- ---- SOFFIT EXTRUSION B 0 OF EAVE 411 CONTINUOUS POLYESTER BAND 1"THKGFRCWAIL GFRC PANEL ON ENAMEL ALUMINUM SOFFITVENT DRIP WATER RESISTANT 181/22'-51/2" BARRIER 518"THE FIRE RETARDANT PLYWOOD SHEATHING SOFFIT DETAIL �� GFRC MFR FSS FRAME SCALE 3"=1'0 Asn A202 SUPPORT GFRC CEM SPOTS W/ SEALANT & BACKER ROD TENSION RODS, TVP GSM COPING, PAINT 6" METALSTUDS @ 16" OC BUILT-UP ROOFING REFERTO DETAIL R-10 INSULATION FOR ADDITIONAL INFORMATION 1/4"THK BASE PLATE 1).2SMS@12"OC RIO SMS EA STUD, EA SIDE METAL DECK, SAID MTCHEN ROOF LEVEL 1 BUILT-UP ROOF & GFRC WALL DETAIL r4_� SCALE 3"-1'-0" Asn A403 P CITY OF SANTA CLARITA As sRowN �.E s5 THE RINK SPORTS PAVILION oe/�o/2oaa Pawa x6 sn ns h. (es+) 2ee-%csl .�11%7 Ve/O9iA33®Giate9 7BNi'. - 10 20860 CENTRE POHNTE PARKWAY SANTA CLARFLY CA91350 �. eoRn°co s[xVlccs on r[ �µs PRCP"R[° °H°crs me °ireccn°n °s. m SCREEN WALL, GUTTER ANC A-517 A11,11- A,Runox "xc ccumuxiLV ssRvic un rs rcx mu sxxiuw., ur arcxxrvrz xxo own A 1ojzsjzma PARAPET DETAILS °ea BLD24-00102 nnnanlni inn Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCDO0943784 CONCESSION KIOSK COUNTER OUTER VIEW r3'� R51B I i Iq III IIb ■ STAINLESS STEEL) mill Y �I III�I m MENU DISPLAY MONITORS ON ADJUSTABLE TV MOUNTING WALL BRACKETS 5f8"NICHIHA PLAN - CONCESSION KIOSK PLAN - CONCESSION KIOSK ABOVE COUNTER TOP (T� BELOW COUNTER TOP �� CONCESSION KIOSK COUNTER INNER VIEW �4� SCALE. 3�8"=1'0" A51B R110 SCALE. 3�8"=1'-0" R51B A110 R51B cA 2 OOROP NINGVARIES M 3'-6 ( ASSEMBLY ALL WELDED 2" 3" 3" 2'-8]/H' Nou EFRAMINGMING (`T CONNECTIONS WELDED TO FACE OF CMU ROLL UP COUNTER SHUTTER PAT AGG 602 FOR COU TER & ASSEMBLY OCCURS AT EACH SIDE CURVED EDGE ROLL UP COUNTER SHUTTER HEADER FINISHES OFSN MIRROR SINKAS SPECIFIED 11/4"THK DUARTZ / CORIAIJ 11/4"THK DUARTZ / CORIAIJ = 3/4" THK QUARTZ / CORIAN COUNTERTOP W/ EDGING W/ 3/4" THK HARDWOOD COUNTERTOP W/ EDGING W/ 3/4" THK HARDWOOD = COUNTERTOP OVER 1 A THE PLYWOOD BACKING PLYWOOD BACKING - _ BACKER BOARD, W/BACK PLASH AND APRON TO MATCH — — — FOR STEEL COUNTER FRAMING IN 21/P'WX20'DX1 �� MINGASTUBULAR FRAMINcnssEMaLv eoLTEO oewELDEO coNNEcnoN BOLTED CONNECTION LEAIZNTERTOP suPPORT STEELHEAvvoury �. 1/4"X3"X9 ALL PLATE WITH - AOX1 LOW PROFILE/ PANCAKE HEAD PANEL SCREWS , SELFTAPPINGSTSTLSPACE@16"OC 2. BRACKET W/GUSSET, POWDER COATED BLACK 2" 25f8"X 4" LONG BOLTS EPDXY INTO MASONARY WALL HOPE SHIM LED IJGHT FIXTURE CURVED WAFT LED LIGHT FIXTURE CURVED WALL@ DOOR 24 - / " REMOVABLE PANELS(SEGMENTED)-HPL(oUARTZ/CORIAN DESIGNTO MATCHCOUNTERTOP)ON3/4"PLYWOOD 1X4HPLAPRON 1"VNDE HALF CIRCLE WOODEN TAMBOURIN 1X4HPLAPRON 1"W DEHALFCIRCLE WOODEN TAMBOUR IN - _ - 219 BOLTS TO DOUBLE METAL STUDSTYP PANELWIOTH IN FRONT OF SINK 2X4 WOOD FRAMING @1B"oC,TYR - _ POLYURETHANE FINISH - _ 2X4 WOOD FRAMING @1B"oO,TW _ POLYURETHANE FINISH - - - 2"X4"X 18 GA METAL STUDS 2'-]" APPROX (SEGMENTED) FOR WOMEN'S RESTROOM 3'-0"APPROX FOR MEJ'S RESTROOM 5.8"THK GYP BD W/ PAINT FINISH HPL PILASTER, SEE 5/R510 FRP PANEL HPL PILASTER, SEE 5/R510 z 2'-10" APPROXFORFAMILYRESFR00M 58" THE MOISTURE RESISTANT M019URERES19ANT INS' PROVIDE 1A" GAP WTH ADJACENT PANEL GYPBD W/ FRP PANEL 3/4" XO SOLID BASEBOARD PAINT COLOR TO MATCH GYP BD W/ FRP PANEL 3/4"X 6 SOLID BASEBOARD PAINT COLOR TO MATCH 15"X15"X1/B"AIJGLE ALUM Z-CLIPS (MONARCH, MF3I5)BV MOUNTING 0"VINYL WALL BASE VINVL BASE FINISH 6"HIGHx3f8" RADIUSTILE COVE BASE VINY��EL - FRAMINGALLWELDC-0 CONNECTIONS SECURED To 8" 11" 8" ON112"X112"MTLAIJGLEFRAME CARPETTILE PRESSURE TREATED SILL PRES EACH COUNTER FRAMING FLOORFINISH, SEESCHED. - PLATE PORCELAIN FLOOR TILE - PLAT ASSEMBLY AND WALL GROUND LE/EL _ _0'-0" 0'-0" V - V SECTION - COUNTER @ DJ SECTION - COUNTER @ SECTION -WASH BASIN BOOTH B CONCESSION KIOSK SCALE 112"=1'-0" R518 A411 SCALE 11A —1'0 R518 A421 SCALE 1 PE —1'-0" R51B R421 P CITY OF SANTA CLARITA As sHowH oe/�o/2oaa oA.E s5 (es+) 2ee-%c3, THE RINK SPORTS PAVILION 20000 CENTRE POINTE PARKWAY Pawa x 6 sn ns h. .�f/i/ C/o//19ef133®G%ate9 Inc 10 SANTA CLARITY, CA91350 �. eoRn°co s[xV�ccs onr[ �µs PRCP"R[° °n'°crs me °ireccn°n °s. m COUNTER DETAILS A-518 Runox "xc ccumuxiLV ssRvic un rs rcx mu sxxiuw., ur arcxxrvrz xxo own A 1ojzsjzma SHEET 1 OF 2 °ea BLD24-001 02 annrKini inn 1 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCDO0943784 1 2 3 O 1"THK GFRCBEAM ASSEMBLY 1 1 THERMAL INS TON REFER 1"THKGFRC SEALANT OVER SEALANT@ TO GENERALN 29 N MFR HSS FRAME 1"THK GFRC BEAM COLUMN ASSEMBLV BACKER ROD, TVP CORNERS,TVP 1"THK GFRC BEAM SHEET AG002,T SUPPORT, TYR ASSEMBLV TVP ASSEMBLY 1"THKGFRC I 1 COLUMN ASSEMBLY HSS SUB FRAME SSD GFRC CEM SPOTS GFRC CEM SPOTSW/ TENSION RODS, TVP MFR HSS FRAME W/ TENSION RODS, 1"THKGFRC THERMAL INSULATION, GFRC CEM SPOTS W/ GFRC CEMA OTS W/ TENSION Ro s, TVP SUPPORT, TVP II I11 BEAMASSEMBLV7 REFER TO GENERAL NOTE 29 ON SHEET TENSION Roos,TYP sTEELCOLUMN, SSD 11 STEEL COLUMN, SSD AG002 TYPICAL ----------- ----R-- - -TI-- -- --R-- --TI-- ---- ----- sEAwNT OVER BACKER ROD,TYP /� /v NSUwTION, REFER STEEL COL UMN,WD - - - - - - - - - - - - MFR SS FRAME suP oRT, TVP - - - - 11 - - - - - - - THERMAL IN SUT0GEN RA REFER To GENERALNOTE- - 1I - - 29 ON SHEET AG002, TYPICAL II HSS SUB FRAME ssD STEEL COLUMN, SSD 1"THKGFRC COLUMN ASSEMBLY A ^ TO GENERAL NOTE 290NSHEEf AG002, 1"THE GFRO BEAM ASSEMBLY SEALYNT BACKER ROD,TV MFRHSS FRAME TYR SUPPORT,TVP DOWUT YPICAL GAIBRCKET SA PI PE COVER 8'0OCA PIPE COVER REFER r PIPER TO SHEET 1/R522 REFER TO SHEET 1 /A 522 LOS REFER TO SHEET 1/R522 GFRC COLUMN DETAIL JET GFRC GFRC COLUMN DETAIL AT GFRC GFRC GFRC COLUMN DETAIL AT GFRC r4`F SCALE 3/4"=1'-0" ABOVE129"CONDITION A520 R110 SCALE 11-150" ABOVE129"CONDITION R5P0 A110 SCALE 3/4"=U0" ABOVE129"CONDITION Rszo A110 SCALE 3/4"=1'-0" ABOVE 129"CONDITION Aszo A110 2 2 1 �TOM A 2 MFRHSS FRAME MFR HSS FRAME 21/8" F.0.5 � HtkNIHL INSUUATION,TVP SUPPORT,TVP SUPPORT,TVP 5 3�8"THE FIBER CEMENTWALL 3'-15M'� OUTUNEOF 1"THKGFRC V �� REFER WALL TYPE WI PANELASSEMBLV BASEPLATE, SSD 1"THK GFRC COLUMN ASSEMBLY SEALANT OVER FRP LL PANEL COLUMN ASSEMBLY BACKER ROD ADHESIVE APPLIED COLUMN ASSEMBLV � 11 BOTH SIDES, TVP EMBED PLATE 1 COORDINATE WITH _ 5.8"THKIMPACT- GFRC CEM SPOTS W/ PANESLUCENT L OVER GFRC CEM SPOTSW/ STEEL FLAOOTN OF RDEFPR TO BASEPLATE BELOW 4 'xi"HSS FRAME GFRC MFR FOR DETAIL , RESISTANT GYP BD TENSION RODS, TVP STOREFRONT TENSION RODS,TVP COLUMN CUCEM SPOTS W/ 1 WELDED TO EMBED AND LOCATION, TVP FRAME SYSTEM SSD TENSION RODS, TVP STEEL PLATE IN FOOTING, 8" 10 GAMETAL STUDS@16"OC SSD - - - - - - COLUMN, D— TYP - p �.NFF PLATEWNDOWFRAME STEEL COLUMN, SSD TRANSLUCENT PANELovER STOREFRONT MFR HSS FRAME sUPPORT,TYR SEALANT OVER 1 BACKER ROD, BOTH BACKERSIDES � THERMAL INSULATION, PAIL GFRC CEM SPOTS W/ PER SCHC-0ULE THERMAL FRAME SYSTEM - ✓ REFER TO GENERAL STEEL COLUMN, SSD x TMf TENSION RODS, TYP INSULATION REFER BOTH SIDES THERMAL - REFER WALL - NOTE29 ON SHEET 1"THKGFRC TO GENERAL NOTE 290N SHEET INSULATION REFER TO GENERAL NOTE TYPE W1 _ EMBIAG TYPICAL EMBED PLATE, COLUMN ASSEMBLY - TOM -- J. AG902,TVPICAL 290N SHEET AG002, TYPICAL F.OF. COORDINATEWTH GFRC MFR FOR DETAIL PIPECOVER PIPE COVER AND LOCATION, TVP PIPE COVER RELENT SHEET q REFER TO SHEET PIPE COVER REFER SIT EET 1FA522 TO REFER SHEEP 1/R522 11 522 1/R5PP GFRC COLUMN DETAIL AT FC WALL GFRC COLUMN DETAIL AT KALWALL r6—� GFRC COLUMN DETAIL AT KALWALL GFRC COLUMN DETAIL AT FC WALL r8� SCALE. 3/4"=1'-0" A520 R110 SCALE 3/4"=1'0" R520 A110 SCALE 3/4"=1'0" R520 A110 SCALE. 3/4"=1'-0" A520 1110 1"THK GFRC 2 EMBED PLATE COORDINATE VMTH GFRC MFR FOR DETAIL { COLUMN ASSEMBLY AND LOCATION, TYP 1"THKGFRC COLUMN ASSEMBLY MFR HSS FRAME SUPPORT, TYP 5 STACKED STONEVENEER (SEE MFRHSS FRAME SUPPORT,TVP 5SETHK YP ED1 { :. FOR FINISH TYPE) FINISHTYPE) A SCHEDULE LE ' - FR GFRCANDFR)BFR cooeDINATEREQUIRED BY MFR OUTLINE OF BASE - - - -- -- 4•2 FSSFRAME WELDED TO EMBED OUTLINE TO BASE PLATE BELOW FOR FINISH) FOR FINISH) MORTAR SCRATCH COAT PLATE BELOW PLATE IN FOOTING, GRADE, SSD BATT INSULATION ` MORTAR SETTING BED GRADE, SSD STEEL TYR 4"2 FSSFRAME 019) S METAL LATH COLUMN, SSD I REFER WALL TYPE w1 GFRC CEM SPOTS W/ TEN SIONRODS, TYP WELDED TO EMBED PLATE IN FOOTING, BASE AS WEATHER -RESISTAINT BARRIER TYP SCHEDULED CONF BACKER RODS - GFRCCEM SPOTSW/ `TENSION RDa&-PAP - - P - -EIRERIOR 10 METALSTUD, SSD AT AJOINTSFOSFO'ACONT 2X2 GALV REFER WALLSEC STEEL _ AINGLE CONURB f FF OVER"I"WALLCOLUMN, BACKER ROD,TYP TYPEWI - SSD REFER WALL TYPEW1SREFEET _TYPEW1 BASE FLASHING A195 EMBED PLATE, THERMAL CONC BASECURB AND RAL DRAWINGS DRA F.0.5 ---- THERMAL COOROINATEw1TH GFRC MFR FOR - - - - -- INSULATION, REFER TO qNT1ATAERICSEAUWT,TYP , IVENR REFER TOSHEErR195 AN �- INS U LATION, REFER DETALAND GENERAL NOTE DRAWINGS TO GENERAL NOTE LOCATION, TYP 29 ON SHEET --__ - PIPECOVER SHEET VA522 29 oNSIT ET AC-.Aoz TYPICAL RE COVER REFERTo SHEET vAszz AG 002 TYPICALREFERTo - TYPICAL GFRC BASE 10 GFRC COLUMN DETAIL AT SITOREFRONT 9 GFRC COLUMN DETAIL AT FC WALL 11 TYPICAL STONE B EY 12 A520 SCALE 3/4"=10 ABOVE BASE CON DITI ON Rszo A110 SCALE 3/4"=10 ABOVE BASE CONDITION Rszo A110 3"=10 Rszo Lµ P CITY OF SANTA CLARITA As sRowN oe/�o/2oaa THE RINK SPORTS PAVILION 20860 CENTRE POINTE PARKWAY Eawa s5 (es +) 2ee-%c3, x6-`n -U A&V0019WA I ilffi ffic, 10 SANTA CLARITA, CA 91350 �. eoRn°ao s[xV�ccs onr[ GFRC COLUMN DETAILS �µs PRCP"R[° °n'°crs me °ireccn°n °P. M A-520 Ml RU— A- coum Y SERV/c 0.1 rE rcx xxu sxxiawr, ur arcxxrvrz xxo oxn A l0/25/2m9 BLD24-00102 ADDENDUM #3 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCDO0943784 5 THERMAL INSULATION 5 PIPECOVER, SHEET 5 1"THKGFRCBEAM PIPECOVER y REFERTO SHEET BEAM REFERTOGENERALNOTE 1E522 1"THKGFRC@ / � ASSEMBLV / � ATHKGFRC ASSEMBLV OCCURS A 29ONSHEETAGO02, �1"THKGFRO BEAM FACADE ONLY AT DOOR WAY ONLY - - - - - TYPICAL - ASSEMBLY WRB �I a ANSION ANCHOR 3"MIN GFRCCEMSPCLAW/ THERMAL 1"THKGFRCBEAIM ASSEMBLV GFRC CEM SPOTS W/ STEEL COLUMN, EMBEDMENT TENSION RODS,TVP INSULATION REFER GFRC CEM SPOTS W/ TENSION RODS, TVP SSD �1"THKGFRC TO GENERALNOTE TENSION RODS, TYP STEEL COLUMN, SAID PIPE COVER REFER TO SHEET COLUMN ASSEMBLY A 002 TYPICAL AG 002,TVPICAL II STEEL COLUMN, SAID lam. �VAAp5522PIPEC� MFR HSS FRAME MFR HSS FRAME II TOSFE TVA522ER TO SHEET 1/R522 THERMAL INSULATION, SUPPORT, TYP SUPPORT, TVP II REFER TO GENERAL OOWNSPOUTW/ II HSS SUB FRAME MFR HSS FRAME NOTE 29 ON SHEEP GALV BRACKETS@ INTERIOR WALL SAID SUPPORT, TVP AG002, TYPICAL 0'-0"OC TYPE P1, 71' SIMILAR - - - - - - - - - MFR HSS FRAME - - - - - - - - 1"THKGFRC BEAM SUPPORT, TVP ASSEMBLY I\ /\/ \/\/\ /�/U\�\/\/� 1"THKGFRC@ FACADE ONLY 1"THK GFRC BEAIM ASSEMBLV OCCURS I AT DOOR WAV ONLY COLUMN DETAIL AT GFRC 1 GFRC COLUMN DETAIL AT GFRC CONDITION 2 Asz1 1110 COLUMN DETAIL AT GFRC 3 GFRC COLUMN DETAIL AT GFRC 4 SCALE 3/4"-10" ABOVE12'9 CONDITION As21 A110 SCALE 3/4"-10" ABOVE12'9 SCALE 31-10" 2m"ANINE LEVEL Asz1 1110 SCALE 31-10" ABOVEI2'-9"CONDITION A521 A110 METAL DECK, WD 1"THKGFRC REFER WALL TYPE N5 PIPE COVER T fk105M5@EA FLUTE SP@2" COLUMN ASSEMBLY REFER TO SHEETT5 1/A522 ^g A TRANSLUCENT PANEL OVER 4'2 HSS FRAIME, TVP@GFRC 16 GA PLATE OVER3 FLUTESX WALLAS 11991 REFER WALL TYPE STOREFRONT OPENINGS 12" SCHEDULED VW CMU, SSD. FRAME SYSTEM VP GFRC CEM SPOTS W/ THERMA INSULATION REFER MFR HSS FRAME AVVYYAVVVYTFYYYIJ lD'. 1911.11314"DIA TENSION RODS, TVP TO GENERAL NOTE 1"THKGFRC SUPPORT, TYP REFER WALL LT, WELDED TO ALL 29 O02 STEEL COLUMN ASSEMBLY TYPEVN PLATE PLATE STEEL COLUMN, AG-002 TYPICAL TYPICAL COLUMN, WD GFRC/WALLOR 4"2 Hss FRAME WELDED ALL WD STOREFRONT AROUND EMBED PLATE WHERE OCCURS 1,2 THKEMBEDPLATEw/(4)12" INTERIOR LAS GFRCCEMSPOTSW/ STEEL COLUMN, SSD DIA x3-1,2 WELDED STUDS I" MFR HSS FRAME SUPPORT, TVP - SCHEDUL MFRH SFRAME TENSION RODS, TVP MIN AT4EDGE5 (FIELD LOCATED EMBED PLATE SO THAT STUDS PIPE COVER REFER TO SHEEP SUPPO T,TVP GFRC CEM SPOTS W/ 1"THKGFRC COLUMN ASSEMBLY STOREFRONT FRAMES ALIGNED 1/R522 - PRE-FORMEL ALUM TENSION RODS, TVP _ TO PROPER LOCATIONS STOREFRONT A 1'_9' ONE SUREPAINELw/ CCBEAD OF CONCRETE/ RAISED CONC CURB SYSTEM SHOWN, CMU, SSD. SEALANT TESL.0 PAN NCEN TOM TVP REFER WALL TYPE GFRC COLU DETAIL @ TRANSLUCENT TYP NON -BEARING POST BASE PLATE DETAIL 5 GFRC COLUMN DETAIL AT KALWALL 6 C COLUMN DETAIL AT FC WALL 7 PANEL 8 3"-1 0" R521 SCALE 3/4"=1'-0" A521 A110 SCALE 3/4"-150" R521 A110 3/4"-1'-0" A521 1 THKGFRC 5 4 4"2 HSS FRAME WELDED ALL COLUMN ASSr REFER WALL _ AROUND EMBED PLATE, REFER WALL AS REFER WALL TYPE W1 TO DETAILS/R521, TYP SCHEDULED TYPEVv5 PREFORMED 1' 0 EMBED PLATE 13 ALUM PLATE COVER PE THKEMBEDPLATEw/(4)KE OUTLINE OF B cooeowATE u,nTH GFRC MFR FOR ___ __ L OUTLINEOF BASE DIA x31 /2"WELDED STUDS, 1" AT (FIELD LOCATED PLATE BELOW GRADE, SSD DETAILAND LOCAL ION MFR HSS FRAME SUPPORT, TVP PLATE BELOW GRADE, WD EMIN MBED EMBED PLATE SO THAT STUDS/ PIPE COVER VER STOREFRONT FRAMES ALIGNED REFER TO SHEET THERMALJNSUUATION, REFER WALL TO PROPER LOCATIONS 1/A522 B - REFER TO GENERAL TYPEW1 �� ✓✓;'%/%////////////////////// GFRC PER MFR GFRC CEM SP NOTEAG "TEL CAL CAL T ��/�/) TENSION Roo coNT BEAD OF SEALANT OVER MFR Hss FRA., sTEELCOLUMN, WD 4"2"Hss FRAME BnckER Roo, TVP suPPORT, TV FRAME wELDEO TOEMBED PUATEIN FOOTING, HIGH DENSITY POLYETHYLENE - WEHss wELDeO To GFRC CEM SPOTS w/ TYP SHIM, TVP THERMAL INSUUATI ON, REFER TO GENERAL EMBED PLATE IN FOOTING, TVP TENSION Roos, TYP 1"THK GFRC STORFRONT FRAM WHERE NOTE 29 ON SHEET REFER WALL COLUMN ASSEMBLV OCCURS AC-.d02,TYPICAL TYPEW1 EMBED PLATE COORDINATE VMTH GFRC MFR FOR DETAIL AND TYP NON -BEARING POST BASE PLATE GFRC COLUMN DETAIL AT STOREFRONT 10 GFRC COLUMN DETAIL AT FC WALL LOCATION, TVP 12 3"-10" A521 SCALE 3/4"-10" ABOVE BASE CONDITION A521 AUG SCALE 3/4"=150" ABOVE BASE CONDITION A521 A110 P CITY OF SANTA CLARITA As show" oe/�o/2oaa �.E THE RINK SPORTS PAVILION 20860 CENTRE POI ATE PARKWAY Eawa s5 n (I - n11) Anil VcansAssociates inc sANTA aARITA, CAo2aso ". eoRn°ao s[xV�ccs onr[ GFRC COLUMN DETAILS �µs PRCP"R[° °n'°crs me °ireccn°n °F. m A-521 RUnoN ANO couMUMIY SERV/c 0.1 rE rcx xxu sxxiawr, ur arcxxrvrz xxo oxn A l0/25/2m9 BLD24-00102 ADDENDUM #3 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCDO0943784 - 2 REFER E COVERSHEET \ / PIPERTOS 7 1"THE GFRC BEAM REFER TO SHEET PIPE COVER REFER TO SHEEP TO TO SHEET 1/R522 ASEMBFRCBEAD ASSEMBLV, FACADE ONLY 18" ASSEMBLV 1/R522 1/A522 Sim 1"THK GFRC ASSEMBLV 9 FRC CEM SPOTS GFRC CEM SPOTS W/ Aszz 'TENSION Roos, TENSION RODS, TVP 1"THK GFRC BEAM TVP 3"DOWNSPOUT, SLID ASSEMBLY THERMAL INSULAN ON, II MFR IT FRAME eta, z G '., GFRC CEM SPOTS W/=ASSEMBLY RMAL INSUUITION, REFER TO GENERAL II SUPPORT, TVP .. EPDXY CEMENT SPOTS TENSION RODS, TVPER TO GENERAL NOTE 29 ON SHEET II STEEL COLUMN, SSD SPACED@16 ON cENTER F y` E 290N SHEET oa TVPICAL A AG 002, TYPICAL - - — - - - - - - - - 1 12" SITGALVANIZED srLANGLE C FACE OF GFRC MFR HSS FRAME STEEL SSD SUPPORT,TYRSTEELCOLUMN, SSD MFR HSS FRAME THERMALINSUUITION, REFER aee< SUPPORT,TVP TO GENERALNOTE 290N29 "#1.25" SHEET AG 002, TVPICAL GAUGE 125 CORRUGATEDGALVAINIZC-0 1THK GFRC BEAM METAL PANEL w/A0 SMS SP@ PRE -FORMED 11 GAUGE ASSEMBLV, FACADE 16" ON CENTER BRUSHED STANLESS STEEL "THKGFRCBEAIM 1"THK GFRC BEAIM��COVER ASSEMBLV, TVP DOWNSPOUT COVER -PLAN GFRC COLUMN DETAIL AT GFRC GFRC COLUMN DETAIL AT GFRC Aszz GFRC COLUMN DETAIL AT GFRC 3"=150" Aszz SCALE. 3/4"=150^ ABOVE129"CONDITION Aszz A110 3/4"-150" ABOVE129"CONDITION SCALE. 3/4"=1'-0^ ABOVE 129"CONDITION Aszz A110 11rz"sLOTTED GALVANIZED STLAINGLE 3 TRAINSLUCENT PIPE COVER PANELOVER REFER SHEET 2 REFER WALL PIPE COVER TYPE V15 REFER TO SHEET OVER PIPEV" FER TO EET I/A5PP REFER WALL TYPE W5 sroREFRONT vAszz vAszzFRAME GAUGE 12MEAL" CORRUGATED SYSTEM TRANSLUCENT29 TRANSLUCENT PANEL OVER METALPANELw/#10 SMS SP@16"ON CENTER AINELOVERGALVAINIZC-0 STOREFRONT STOREFRONT FRAMEFACE PTO ESYSTEM OF GFRC BEYOND SYSTEMGFRC CEM SPOTS W/ TENSION RODS, TVP STEEL COLUMN, SSD MFR HSS FRAME SUPPORT, TVP 1"THKGFRIV3"DOWNSPOUT ASSEMBLV PDXYCEMENT SPOTS SPACED@ 16 ON CENTER r #10 ST. STL SMS NEOPRENEwnsHERELcoLUMN, - - ssD1 FRAIME TVP STEEL THE OLUMN S COLUMN ASSEMBLV GFRCON ROMFRHSS TENSION ROSUPPORT 11/8" MIN. COORDINATEWITH 1"THKGFRC COLUMN, MFRHSSFRSSDPLUMBINGINSTALUITION COLUMNASSEMBLVL SUPPORT, TGRFC CEM SPOTS W/ BRACKET ENSION RODS, TVPPIPE REFER WAL Vv5 GFRC COLUMN DETAIL AT KALWALL 6 GFRC COLUMN TRANSLUCENT PANEL 7 GFRC COLUMN DETAIL AT IC WALL 8 s°HD-1 REFERTO PLUMBING SCALE 3/4"=1'-0" R522 R110 SCALE'. 3/4"=1'-0" R522 A110 SCALE 3/4"=1'-0" R522 A110 DRAWINGS 3 PIPE COVER REFER TO SHEET PIPE COVER, REFER REFER TO j j ADHESIVE APPLIED PE ALUM 1 /R524 REFER WALL TVPENS SHEET WALL TVPE VERTICALREVEALw/CONT PRE- FORMED 11 - TYREW1 FAFER STOPPER, TW GAUGE BRUSHED - STAINLESS STEEL COVER - - - - - - -- --- SLIT ANGLE FASTEN TO SLIT POST, TVP REFER WALL EXTERIOR GRADE TWEw1 4"xi"HSS FRAME a 4"b"Hss FRAME 11 GAUGE STANLESS THERMAL WELDED TO EMBED PLATE FOOTING, REFER EMBED PLATE CORDINATEN/ITH WELDED TO EMBED PLATE FOOTING, j STEEL COLUMN, SSD AINGLE FRAMEAINCHOR TO INSUUITION REFER TO DETAIL9/A521, TVP GFRC MFR FOR REFER TO DETAL COLUMN CL CONCRETE BASE TO GENERAL NOTE 29 - - DETAILAND 91A 21 T P __ _ —_ --1--- ONSHEETAGM2, LOCATION, TVP --- LLL - - TYPICAL 1' THK GFRC MFR HSS NAME 3 DIA GFRC COLUMN CLADDING OUTLINE OF BASE COLUMN ASSEMBLY THERMAL BATT I INSUUITION, TVP SUPPORT TVP i PLATE BELOW GRADE, STEEL COLUMN, SSD SSD STEELCOLUMN SSD BASE I PwTEBELow PLATE E BELOW GRFC SION RODS TENSION Roos, rvP R GFRC CEMENT SPOTS w/ coNT PREFORMED AdcLE,Tw GRADE, SSD - - - - - - - - - - - - - - 1"TWO FRC GFRC AND FRAME BY MFR GFRC CEM SPOTS W/ TENSION RODS, TVP COLUMN ASSEMBLV ' COORDINATE AS REQUIRED BY MFR I A DOWNSPOUT COVER - SECTION 9 GFRC COLUMN DETAIL AT FC WALL 10 GFRC COLUMN DETAIL AT FC WALL 11 GFRC COLUMN CLADDING 12 a"=150" Aszz SCALE a/4"=150^ ABOVE BASE CONDITION Aszz R110 SCALE 3/4"=ti0^ ABOVE BASE CONDITION Aszz A110 6"=1 0" Aszz P CITY OF SANTA CLARITA As sRowN oe/�o/2oaa oA.E THE RINK SPORTS PAVILION 20000 CENTRE POINTE PARKWAY Eawa s5 (ess +) 2ee-%csl x 4 -`n x1h. Anil Velma Associates inc 10 SANTA CLARITA, cA 91350 �. eoRn°ao s[xVlccs onr[ GFRC COLUMN DETAILS �µs PRCP — °N°crs me UPI, °N °F. M A-522 RUnoN ANO couMUMIY SERV/c 0.1 rE rcx xxu sxxiawr, ur arcxxrvrz xxo oxn A l0/25/2m9 BLD24-00102 ADDENDUM #3 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCDO0943784 WINDOW SCHEDULE MARK wwoow FRAME DESCRIPTION COUNT SILL cFFOR WIDTH HEIGHT HEIGHT TVPE GIALNG COLOR TYPE MATERIAL FINISH 3 2'-0" 4'-0" 4'-4" A COAT EMP Tlfd,d Grey A ALUM PF 1 2 2'-0" 4'-0" 4'-4" A COAT EMP TmiT Grey A ALUM PF 1 1 2'-0" 4'-0" 4'-4" A COAT EMP Tintd Grey A PF 1 13 2'-0 4'-0" 3'-0" G COAT EMP HUM Grey G ALUM PF 1 12 2'-2' 5'-0" 3'-0" F COAT EMP TUtdd D,d, Grey F ALUM PF The 603 Welk Up Ticket Window includes, speaker hole "d deal trey wit im,d„o,v„m, mosey „papa, td,:t ns. There is ample,Pmoity, while CI,ffCI,W premed 1/4 eI A,terepe,ed 1 31 3'-0' 3'-8" 3'-4" L COAT EMP L ALUM PF Open pass TH, window 1 40 3'-0' 1'-0" 10'-10" M COAT EMP Tinted Grey M PF Louver 1 41 3'-0' 1'-0" 10'-10" M COAT EMP Tinted Grey M PF Lowe, 1 10 3'-65,32' 10'-2" 2'-0" N TP. N ALUM KCRF KeIweII WeII F,c,d,-see note] 1 15 3'-65,32' 10'-2" 2'-0" N TP. N ALUM KCRF KeIweII WeII F,c,d,-see note] 1 18 3'-65,32' 10'-2" 2'-0" N TP. N ALUM KCRF KeIweII WeII F,c,d,-see note] 1 17 3'-65,32' 10'-2" 2'-0" N TP. N ALUM KCRF KeIweII WeII F,c,d,-see note] 1 0 4'-0" 1'-8" 0'-1" B COAT EMP Tinted Grey B ALUM PF 1 20 4'-0" 4'-0" 3'-0" D COAT EMP Tinted Grey D ALUM PF 1 5 4'-0" 1'-8" 0'-1" B COAT EMP Tinted Grey B ALUM PF 1 9 4'-0" 1'-8" 0'-1" B COAT EMP Tinted Grey B ALUM PF 1 4 4'-0" 1'-8" 0'-1" B COAT E OFG Tinted Grey B ALUM PF 1 ] 4'-0" 1'-8" 1'-11" B COAT EMP Tinted Grey B ALUM PF 1 8 4'-0" 1'-8" 0'-1" B COAT EMP Tinted Grey B ALUM PF 1 35 4'-712" 4'-312" 2'-8" H COAT EMP Tinted Grey H ALUM PF This bi AdUg wi,d,,/u,h„t,d ei, Nift, package is Ida for d,i,d t,u 11,xtn11 walk op applications Bi AdUg Jo , lid, open t the did on overhead wingfor,treck-free sH Package intlodes the windowetre" mount ei, cudein tlyfen, end, relay smith U I1dgret the f„hvi,dow op,retio, (elenric wUdews e,ly) WUd,w dU,m,d, f d,dy,ndHIT Wf,y 1 10 4'-3' e'-0" 3'-0" E COA-EAP TmmdB,d< Grey E ALUM PF 1 11 4'-3' e'-0" 3'-0" E COA-EAP TmmdB,d< Grey E ALUM PF 1 14 7-2" 3'-e" e'-2" a COA-EAP TmtdOily a ALUM PF 1 24 8'-0' 2'-4" 10'-2112" N T.P. N ALUM KCRF KeIweII WeII F,c,d,-see note] 1 23 12'-0" 2'-4" 10'-2112" N T.P. N ALUM KCRF KeIweII WeII F ace de -see note] 1 25 10'-0" 2'-4" 10'-2112" N T.P. N ALUM KCRF KeIweII WeII F aced, -see note] 1 31 18'-0" 3'-4" 1'-8" N T.P. N ALUM KCRF KeIweII WeII F aced, -see note] 1 32 18'-0" 3'-4" 1'-8" N T.P. N ALUM KCRF KeIweII WeII Faced, -see note] 1 34 18'-0" 3'-4" 1'-8" N T.P. N ALUM KCRF KeIweII WeII F,c,d,-see note] 1 33 18'-0" 3'-4" 1'-8" N T.P. N ALUM KCRF KeIweII WeII F,c,d,-see note? 1 30 18'-0" 3'-4" 1'-8" N T.P. N ALUM KCRF KeIweII WeII F,c,d,-see note? 1 29 18'-0" 3'-4" 1'-8" N T.P. N ALUM KCRF KeIweII WeII F,c,d,-see note? 1 27 18'-0" 3'-4" 1'-8" N T.P. N ALUM KCRF KeIweII WeII F,c,d,-see note? 1 28 18'-0" 3'-4" 1'-8" N T.P. N ALUM KCRF KeIweII WeII F,c,d,-see note] 1 20 21'-8" 2'-4" 10'-2112" N T.P. N ALUM KCRF KeIweII WeII F,c,d,-see note] 1 21 40'-0" 2'-0" -0'-1" N T.P. N ALUM KCRF KeIweII WeII F,c,d,-see note] 1 22 40'-0" 2'-0" -0'-1" N T.P. N ALUM KCRF KeIweII WeII Faced, -see note] 1 WINDOW SCHEDULE NOTES: 1. WINDOWTYPE. ,. NET ERTO PANDOW TYPE ELEVATIONS 2 GLAZING TYPE ,. REFER TO PANDOW SCHEDULE AND SPECIFICATIONS FOR GutzINGTYPE b. sG=sNOLEGL B 11 " c=B"bUeCE EB vv4"(MULTIP dE CInzINcsHALLBEA MNIMUM OF oBETEMPERED PANE MEETING THE REQUIREMENTS of secnoN R30B5 ETY GINZI NG) e. T =TEMPERED f. L� -LOW -EFFICIENCY g. HP -HIGH PERFORMANCE SC-0.35 MAX OR SHGC-0.3 MAX h. FG = FROSTED GLASS, INSIDE FACE 3. FRAMETYPE FA- FACTORY ASSEMBLED 4. FRAME MATERIAL ,. FM =HOLLOW METAL b. ALUM -ALUMINUM 5. FRAMERITSH ,. PF=PREFINISHED, FACTORY ANODIZED BLACK b. KCRF = KALWALL CORROSION RESISTANT FINISH, BLACK 0. DETAILS. REFER TO FETAL REFERENCE INDICATED ON WINDOW SCHEDULE 1. KALWALL PERFORMANCE REQUIREMENTS INNER COLOR WHITE OUTER COLOR CRYSTAL PANELTHICMNESS-23/4" FOR CLERESTORY PANELTHICKNESS=4" FOR GROUND LEVEL W/ KALWALLWEATHERABLE SURFACE PASS) COATING MAX J FACTOR -0.3 MAX SHOO -0.35 2 0" GROUND LEVEL n - 0' 0" WINDOW TYPE - A ❑A� SCALE' 1/4 - 1 0 IT A811 4 88 rt I I cRoulNB LEV� o'-o" WINDOW TYPE -E ❑D� SCALE 1/4"-1'0 Aa11 4' 8 1'-33/4" 2'-01R" 1'-33/4" - ® SERVICEOPENING CANMAX AS PER CAR FOR ROBE M ® REBUIREMENT REQU - BASIS OF DESIGN. READY ACCESS - WC14X29131 GROUND LEVEL - 0' WINDOW TYPE -H SCALE 1/4"=1'0 A,311 0400"CONDITION e EQUAL PARTS @18'-0" CONDITION 4 EQUAL PARTS 03'-e' CONDITION 1 EQ PART HVAC EQUIP HAD LEVEL� 19'-6" V WINDOW TYPE -N SCALE 1/4"-10 AB11 m ❑❑ GROUND LEVEL n -0'0" WINDOW TYPE -B ❑B_� SCALE 1/4"-1'-0" A811 2 22'µ II GROUNDLEdEL WINDOW TYPE -F ❑E� SCALE 1/4"-1'0 Aa11 OR. LEVEL B'-B" V NOTE REFERTO SHEET A508 FOR WINDOW 4' 0" DETAILS. �rt cRouNO LEVEL - 0'-0" WINDOW TYPE -D SCALE 1/4"-1'0 A811 2' 0" o� ceouNB LEVEL -0'0" WINDOW TYPE - G ❑� SCALE 1/4"-1'0 Aa11 3+111 1`t M GROUND LEVEL -s' WINDOW TYPE -L �� WINDOW TYPE -M ❑V SCALE 1/4"=1'-0" A�11 SCALE 1/4"-1'-0" A,311 12'-81R" FIRE RATED ENTRANCE DOOR AND FRAMES TO BE INSIDE of THE STOREFRONT FRAMING GROUND ILWEL WINDOW TYPE-0 SCALE 1/4"-1'0 A 11 oA1E 2^�i0 —EN Oa, A s,�s �µs PR�AREo aY. a P, Anil Verme Associates, Inc AD Le EL WINDOW TYPE -P rp__� SCALE 1/4"=1'-0" AB11 CITY OF SANTA CLARITA THE RINK SPORTS PAVILION 20860 CENTRE POI LATE PARKWAY SANTA CLARITA. CA 91350 WINDOWTYPES I A-611 AND SCHEDULE nnncnini inn ea Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 ROOM FINISH SCHEDULE Room Floor Finish Well Wiling Notes Number NI.l Aree Base NOM Eesi South West Finish Type Height Finsh MetenA Finish Materiel Finish All1i l Finish MetBflel Finish 101 DJ BOOTH 213 SF CT VB GB PF GB PF GB PF GB PF 102 VESTIBULE 59 SF PT TC BE PT BB PT BB PT PF GB 0'-2" 103 WOM AN RESTROOM 3005E PT TC BB PT BE PT BE PT BE PT PF GD 0'-2" 105 JANITOR 305E PT TO GB FRP GB FRP GB FRP GB FRP PF GD 105 VESTIBULE 2 455E PT TC BB PT BB PT BB PT BB PT PF GB 106 MEWS RESTROOM 2]B SF PT TC BE PT BB PT BE PT BB PT PF GD 107 FIRE RISER RM 83 SF TO GB PF GB PF GB PF CP PF EXP 108 STAIR 50 SF TO VB GB PF GB PF GB PF GB PF EXP 109 ELEC RM 119 SF TO VB GB PF GBX PF GB PF GBX PF EXP 110 OFFICE 230 SF CT VB GB PF GB PF GB PF GB PF ACT 0'-2" 111 TICKETING 108 SF CT VB GB PF GB PF GB PF GB PF ACT 0'-2" 112 SKATE RENTAL SHOP 416 SF CT VB GB PF GB PF GB PF GB PF ACT 0'-2" 113 LOCKERS 211 SF CT VB GB PF GB PF GB PF GB PF ACT 0'-2" 114 FAMILY RESTROOM 505E PT TC BE PT BE PT BE PT BE PT PF GD 115 STAIR-2 53 SF A GB PF GB PF GB PF GB PF EH 116A ENTRY 158 SF CT GB FRPRF PMP 110E CIRCULATION AREA 1150 SF CT VB GB FRPRF GB FRPAPF GB FRP/PF GB FRPtPF PMP 116C DECK AREA 1459 SF CT VB PMP 116D CUSTOMER LINE 72 SF CT GB PMP 117 ROLLER S KATE RI NK/PICKLEBALL/VOLLEYBALL/ BA SKETBALL CO URT 11804 SF WD VB PMP 118 SKATE CHANGING BENCHES 308 SF CT VB GB FRPAPF GB FRPNVP/ PF GB FRPRF PMP A 110 KITCHEN& CONCESSION KIOSK 973 SF PT TO GB FRP GB FRP GB FRP GB FRP PF PHL 0'-0" 121 SEAL NO AREA 733 SF CT GB FRPAPF PMP 122 PRIVATE PARTY SECTION 1149 SF CT VB GB FRPNVP/P F GB FRPDNPtP F PMP 123 OF AREA Not PI,,,d CT VB GB PF GB PF GB PF GB PF PMP 124 UTILITY 23 SF PT TC GB FRP GB FRP GB FRP GB FRP PF GD 0'-0" 125 STO 225E TC GB PF GB PF GB PF CP PF EXP 126 SPORTS EOPMT STORAGE 96 SF TO VB GB FRP GB FRPAPF GB FRP/PF GB FRPAPF EH 127 BLEACHERS 1242 SF TC TP GB/TP 201 STORAGE 1069 SF RC VB GB PF BE PF GB PF GB PF P q 202 STORAGE 1365 SF RC VB GB PF GB PF GB PF GB PF EHP TOILET ACCESSORY SCHEDULE (TA XX) Type MeM Description Materiel&Finish Manufacturer Slid InMelletion Type Count ®S ®®—® ® ® ®—® ® ®B 6806 Slim, 36 42—® Zt,— A,,, di, Gill B,, ADA St,i,ll,, StYll B,bL, k Typi, 304 Slim Slip UU,, ® ®—® ® ®® �1111110 min ® —® ® —� ® —� ® —� ® —� ® —® FINISH I MATERIAL LEGEND GYPSUM BOARD TYPES GB GYPSUM WALLBOARD GD GREENE ARD DRYWALL GBX GYPSUM WALLBOARD, FIRERESISTANT BE BACKER BOARD WALL HATERIALTYPES (REFER TO SHEET AG 601, AG 602, AG ANDAG 604 FOR MORE INFORMATION) PT PORCELAIN TILE FRP FIBERGLASS REINFORCED PLASTIC PF PAINT FINISH MP METAL PANEL CP CEMENT PLASTER WP MDF WAVE PATTERN 3D PANEL VB VINYL WALL BASE, 4" FLOOR &BASEMETERIALTYPES (REFER TO SHEET AG 601, AG602, AG603 AND AG 604 FOR MORE INFORMATION) PT PORCEWNTILE CT CARPET TILE RT ROLLER CARPET TO TROWEL FINISH CIP CONCRETE, SEALED WD WOOD TO 6"HIGHx38" RADIUS TILE COVE BASE CEILING METERIALTYPES( (REFER TO SHEET AG 601, AG602, AG603 AND AG 604 FOR MORE INFORMATION) ACT ACOUSTICAL CEILING TILE EXP EXPOSED TO METAL DECK AND BEAMS GB GYPSUM WALLBOARD GO GREENBOARD DRYWALL TP TECTUM PANEL =PRELUDEXL GENERAL NOTES. 1. APPLY CLEAR ANTI GRAFFITI COATING TO VERTICAL FINISH SURFACES, EXCEPT PORCELAIN TILES a POSED TO PUBLIC VIEW. 2 APPLY ANTI- GRAFFITI FILM TO ALL GLASS SURFACES UO TO 80 HIGH MINIMUM, INCLUDING ILLUMINATED SIGNS. 3. EN1,GA�SUPPOR ON MAT FINIS OCOL EOUI NTS. q 4. AS REQUIRE TO SUPPORTTOIL TACCDS FOR MABV CHANGNG STATIONS. P `""� `R""R`° °" - CITY OF SANTA CLARITA As sHowN s 5 THE RINK SPORTS PAVILION oe/�o/2oaa Pawa " a ='+ n,h: R,Fs_TP ).-3t Anil l/�m7�A33®Gi�t�3 Inc.sANTA 20as0CENTRE LOCH N PARKWAY aARITA, cA 91350 ". eoRn°ao s[xV�ccs on r[ 1 ROOM FINISH B TOILET urvs PRCP"R[° °N°crs me °ireccn°N °F. ACCESSORY SCHEDULE A-621 RUnoN ANO couMUMIY SERV/c 0.1 rE rcx xxu sxxiawr, ur arcxxrvrz xxo oxn A l0i °s2 BLD24-001 02 AnnonLnl Inn Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 SEE REFLECT HER OCCURS)_ - - - - - - - - - - - - 4--BOARGA!E- GYPSUM -----PLANS&FINISH SCHEDULE 5/8"THK WR GYPSUM 5/8"THK GYPSUM BOARD 5/8" BOARD, TYPE X 5/8" THK GYPSUM 5/8" THK GYPSUM 5/8" THK GYPSUM 5/8" THK W R GYPSUM BOARD, TYPE BOARD, TVPEX BOARD, TYPE 3/8" THK PORCELAIN TILE I BOARD I OV THK PORCELAIN TILE OVER THIN SET OVER WATER OVER THIN SET OVER 3/8" THK PORCELAIN TILE WATER PRO OF MEMBRANE PROOF MEMBRANE BARRIER, OVER THIN SET OVER WATER METALSTUD BARRIER, PROVIDE PROVIDE ACRYLIC RESIN PROOF MEMBRANE BARRIER, FRAMI NG, SIZE AS ACRVLI C RESIN GROUT @ GROUT @JOINTS. TVP PROVIDE ACRVLI C REM N ND GATED IN THE JOINTS. TVP 1 1/2" THK BACKER GROUT @JOINTS. TVP FLOG R PLAN (METALSTUD 1/2"THK BACKER 1/2"THK BACKER WI DTH SIZE0 BOARD B D L0EGEND) TOP 6'-0"HIGH FRP 6'-0"HIGH FRP \ ,✓� ,RP 1 b0 - _ ACOUSTICSOUND ACOUSTIC SOUND ACOUSTIC SOUND ACOUSTICSOUND ACOUSTI C SOUND - ACOUSTIC SOUND INSULATION - INSULATION INSULATION INSULATION INSULATION INSULATION 6"COLD CURB ND RES ROOMS MSAND URB AT 6"CONC CURB AT I I I I I I I I RESTROOMS AND JANITORS RESTRO SEE SLAB PLAN & 1 1 CLOSET SEE SLAB PLAN & CLOSET, SEE SLAB PLAN & I CLOSET SEE SLAB PLAN & 1 1 CLOSET SEE SLAB PLAN & REFER TO DETAIL2/A512 REFER TO DETAIL 2//ti512 WALL BASE, SEE WALL BASE, SEE REFER TO DETAIL 2/A512 WALL BASE, SEE RM FIN SCHED RM FIN SOLED RM FIN SOLED WALL BA SE, SEE RM FIN WALL BASE, SEE WALL BASE, SEE RM FIN SOLED RM FIN SCHED SOLED TOP OF FINISH FLOOR P1 FULL HEIGHT PARTITION P2 FULL HEIGHT PARTITION P3 FULL HEIGHT PARTITION P4 FULL HEIGHT PARTITION P5 FULL HEIGHT PARTITION P6 FULL HEIGHT PARTITION 7-7 (WHERE OCCURS) - - - - SEE REFLECTED - - - - - - - - - - - - - - - - - - - PLANS& FINISH SCHEDULE 5/8"THK GYPSUM 5/8"THK WE GYPSUM 5/8" THK WE GYPSUM BOARD 5/8"THK WR GYPSUM 5/8"THK GYPSUM 5/8" THK WE GYPSUM BOARD BOARD, TYPE BOARD BOARD BOARD, TYPE 3/8" THK PORCELAIN TILE 3 IT THKPORCELAINTILEOVER 3/8" THK PORCELAIN TILE OVER THIN SET OVER WATER OVER THK PORCELAINTILE THI N SET OVER WA TER PROOF OVER THIN SET OVER WATER PROOF MEMBRANE BARRIER, OVER THIN SET OVER WATER I I MEMBRANE BARRIER, PROVIDE PROOF MEMBRANE BARRIER, OR VIDE ACRYLIC RESIN PROOF MEMBRANE BARRIER, ACRYLIC RESIN GROUT@JOINTS. PROVIDE ACRYLIC RESIN GROUT@JOINTS. TO P PROVIDE ACRVU C RESIN I I TVP GROUT@JOINTS . TVP GROUT@JOINTS. TVP 11 6'-0" HIGH FRP 112" THK BACKER -- 1/2" THK BACKER BOARD 6'-0" HIGH FRP 1/2" THK BACKER BOARD 12"THK BACKER BOARD BOARD A METAL STUD FRAMING SIZE AS INDICATED IN THE FLOOR PLAN METALSTUD FRAMING, SIZE ASINDICATED SSDFOR (METAL STUD WIDTH SIZE SPACING &THICKNESS METAL STUD LOT LEGEND) TYR _ - FRAMING, SIZE AS _ INDICATED, NO 0 C CURB AT RESTROOMS AND - FOR SPACING& JANITORS CLOSET SEE SLAB PLAN& III THICKNESS REFER TO DETAIL 2/A512 6" COLDAN� 6" COLD CURB AT 1 j - 6'-0" HIGH FRP RESTROORS RESTROOMS AND JANITORS 11 11 I = CLOSETN & CLOSET SEE SLAB PLAN & WALL BASE, SEE RM FIN SCHED REFER 12 REFER TO DETAIL 2/A512 IWALL BASE SEE II WALLBASE SEERM FIN SCHED RM FIN SOLED \L WALL BN WALL BASE SEE WALL BASE SEESOLEDRM FIN SOLED RM FIN SOLED I I TV TOP OF FINISH FLOOR P7 FULL HEIGHTPARTITION P8 FULL HEIGHT PARTITION pg LOW HEIGHT PARTITION P10 FULL HEIGHT PARTITION P11 FULL HEIGHT PARTITION P12 FULL HEIGHT PARTITION xo,Es: LlUssNOTEDOTHERu,nsEMETAL sruossHAUDEzocAMwIMUMAT�srocsPAaNsa. wHEREPIPEs, coNDUlTsoeoowNSPouTswlTH slzEExcEEDwcz"AREINsrqueowlTHIN ERH]mERGAGEWHERE A L STUDSIFI ED IN SECTION 082218. P 5 (es+) zae-%c3, s l/ Anil em7aA33®Giate3 Inc �µs PRCP"R[° °n'°crs me °ireccn°n °s. m rcx mu sxxiuw., ur arcxxrvrz xxo own CITY OF SANTA CLARITA As sRowN oe/�o C—A oA.E THE RINK SPORTS PAVILION 20860 CENTRE aPOINTS PARKWAY sANTA ARITA, CA 91350 PawA ". A_641 °72 eoRn°co s[xV�ccs on r[ WALL PARTITION TYPES SHEET 1012 Runox A-ccumuxi�V ssRvic un rs A 1ojzsjzma BLD24-001 02 annPruni inn Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 SEEREFLECTED CEILING PLANS & FINISH SCHEDULE 5/8"THK GYPSUM 5/8"THK GYPSUM BOARD, TYPE X BOARD, TYPE X 5/8" THK GYPSUM 5/8" THK GYPSUM 5/8" THK GYPSUMF"T 5/8" THK GYPSUM 5/8" THK GYPSUM BOARD, TYPE X BOARD, TYPE X BOARD, TYPE X BOARD, TYPE X BOARD, TYPE X METAL STUD FRAMING, SIZE AS INDICATEDIN THE FLOOR PLAN 8"CMU, SSD (METALSTUD WIDTH SIZE LEGEND) TYP A A 7/8" HAT CHANNEL @ 6'-0"HIGH FRP a 6'-0"HIGH FRP 6'-0"HIGH FRP R-19 BATT 24"OC MAXSPACE q ICI ��III�II INISULATIONTI� ACOUSTIC SOUND IIiSiI III III III III I/SII INSULATION WALL BASE, SEE I I WALL BASE, SEE WALL BASE, SEE RM FIN SOLED RM FIN SOLED RM FIN SOLED TOP OF FINISH FLOOR SEE WA L BASE RM RN SCHBASE�ED — IV III RM FIN SCHED E P13 FULL HEIGHT PARTITION P14 FULL HEIGHT PARTITION P15 FULL HEIGHT PARTITION P16 FULL HEIGHT PARTITION P17 FULL HEIGHT PARTITION xohs: L BE 20 GA MINIMUM AT 18"O.0 SPACING. 1. UNLESS NOTED OTHERVNSE MEBE'RAW 3. WHERE PIPES, CONDUITS OR DOWNSPOUTS WITH SIZE EXCEEDING 2"ARE INSTALLEDWITHIN WHEREREQUIREDHE'HT OR W ACTURER's RECOMMEN'AT 0Ns, USE FOR METAL STTOLEGEND ON SHEEr R110 AND R120 THE METALSTUDWALLCARTv, USE 6"METAL STUDSHEAVIBEGASE 4. MET ALSTUDSINALLTERMI NATE TO UN FB"FEOF STEEL DECK OR STRUCTURE WHERE2 METAL STUDS TOP TRACK SHASVSTEROR VERTI CU P SVSTEM AsNOTFEASIBLE PROVIDE OIAGONALBRACETO U NDERSI DE OF STRUCTURE"ECIFIED UNDERSIDE IN SECTION 09 PP 1 STEELDECK- - - - - - - - - - - - - - - - _ - - - - A 5/8" THK GYPSUM 5/8" THK CEMENT BOARD, TYPE X PLASTER 5/8" THK CEMENT PLASTER 5/8" THK CEMENT PLASTER 7/8" HAT CHANNEL @ % 24" OC MAX SPACE —FAN 5/8" THK CEMENT PLASTER 6'-0" HIGH FRP 8"CMU, SSD WALL BASE SEE RM FIN SOLED PORCELAIN TILE ON PORCELAIN TILE ON CEMENT MORTAR CEMENT MORTAR 8" CMU, SSD 8" CMU, SSD 6'-0" HIGH FRP m WALL BASE SEA- RM FIN SCHED 8 " CMU, SSD 60 HIGH FRP 8"CMU, SSD WALL BASE SEE RM FIN SCHED - WALL BASE SEE RM FIN SCHED - P18 FULL HEIGHT PARTITION P20 FULL HEIGHT PARTITION CEILING AFF (WHERE OCCURS) A SEE REFLECTED CEILING PLANS& FI NI SH SCHEDULE 0 GHT COVE 5/8" THK GYPSUM BOARD, TYPE X A 1"THK. MDF LUX WAVE 3D PATTERN METALSTUD WALL PANEL(SEE SIZE AS FI NI SH SCHEDULE) MANUFACTURER fRAMING NDICATEDIN THE LOOR PLAN RECOMMENDED METALSTUD INSTALLATION/ FASTENING IWI LL DTH SIZE EGEND)TYP _X\ 610 HIGH FRP Aff 2"x8I WOOD CHAR RAIL 5/8" THK GYPSUM BOARD, TYPE X - FRP WALL BASE SEE RM FIN SOLED — P21 FULL HEIGHT PARTITION P22 FULL HEIGHT PARTITION P23 FULL HEIGHT PARTITION P24 FULL HEIGHT PARTITION P25 FULL HEIGHT PARTITION P26 FULL HEIGHT PARTITION (I NSIDE WALL TREATMENT TYPICAL WITH EXTERIOR WALL W8) P CITY OF SANTA CLARITA As sHC oe/�o/2oaa oA.E s THE RINK SPORTS PAVILION Pawa x4 sn nsU. (es +) zae-%P3, Anil Verme AssOCiates inc 10 20860 CENTRE POINTE PARKWAY SANTA CLARITA, cA 91350 �. �µs PRCP"R[° °N°crs me ° I,—N m WALL PARTITION TYPES A_642 Runox "xc ­rcx mu sxxiuw., ur arcxxrvrz xxo own A 1ojzsjzma SHEET 2 OF 2 °ea BLD24-001 02 annrKini inn Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 O O O O O ,ti,°.I �oz aso, Erpx„°,E°RERD 2.rP Rso, aso, LORER .� �E o fi „ LED —�—� OLE �— � � I LDI I El�l „a.rP 181-3 °N M,axaM„ ED R�axa Me RERaxaso..rP .rP I I I I I °EgME er........ , t LEORER I - -02 - - - - - Rsl°x°x, -I - - - - - - - - - - - - -I - - - - - - - -� IGN °Eae save sso, rva uxr sr R� 602 .,,. uha, ee,c_ —. r uxmn LED— s Fw I 02 � LDD .w ,RER u, n,c ,E°cER w MEZANINE FRAMING PLAN 1 � iB"=1'L EE P j LL DI AE_ 3. Bi ° FORPUN NOiuES PN°OEGEN°sEE 900ENERAL NOTES wIGLL EfAILs `°"° `°"°°`° °`- -°° CITY OF SANTA CLARITA oa/300wo ER a, e,Lss °A,E 3 THE RINK SPORTS PAVILION a EaiaD 5,ii5oi -.—D"^ `°^ °°R°°F° F°R °°"s,R°°E�°" r, snEE,s °"� �: (ss,)Az s-a°3, Ani/ Velma Associates, /nc. i • a c "w°s 20860 CENTRE POINTE PARKWAY SANTA aARITA, cA 91350 ". PaNR PREP"RE°"N°ER.RE°IRE�Io"oE. °P°��°"°�."E °�°I.�°"°F_ 'fin ea°w MEZZANINE FRAMING PLAN RADPLIIKAIE-11� DIE reE,no�oo�sco°,°,u��n sER"cE w�AID. DATIx�cx,x�nn,aw,... s°..,°�..°°.,� S202 I♦—IIIIIIIIIIIIIIIIII■IIIIIIIIIIIIIIIIII■IIIIIIIIIIIIIII■ IIII1—IIIIIIIIIIIIIIIIIIIIII1IIIIIIIIIIIIIIIIIIIIII1IIIIIIIIIIIIIIIIIIII1 IIII1—IIIIIIIIIIIIIIIIIIIIII1IIIIIIIIIIIIIIIIIIIIII1IIIIIIIIIIIIIIIIIIII1 BLD24-00102 ADDENDUP Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 fME MEaR ao aE( eR�a,e2�a oaERRII °E IN �R� aoNaI FI w sI ®aL,o c.May. oas PLAN VIEW cx � ex RooF Ilan Ee NOT occo —AL OEcx,eEE w[aolrla a°Ee \ aRooN 31, IM, -ILan eENt ILIINR cE coNN M604 PLAN TV MECH. EQUIP. SUPPORT RT GREATER THAN 400#) 13 m� { ba®,e'oa �_ TLPeT11L ®ENos c Foa oalErrtaTloN _ _ Raa IR. aFaaun Fa sroIII c «tu IL I.aERKe✓� \N / J;M w;1EAaocLSP �1 aa« aELI°NL INa —16254616oreTII ,a III r11 ®aasoc aMreE l«, aMa R EMaN°T E T,w, MaE T, To IL 1. 2LAN ®s oc 11111 Rae a aTlgaovq IN —IEEauN ®0 00 III TrtFrli11®Med'�oc cA- of srooe aERINT —I aLan 121-M ILFowwIN acaeva ®12"ac To I' M coNN PERe NFYWIARCH � flplu aMa oEax PER NVQ 5 auP 6i afoo FUN a sL aIMPT°EN Ho ®M Eooa ®;b1b.2Ca�oo N sfLIM 1ILAN PE ®Ras aERalaN f ffi coNN eland - oslcesd®1s° eo00 � eT «10 eMe®12"oc eEm NI aTEEL IAMaERILAN unLRooF aIN —IaER EoaE o x ae aeuNaaE aaac� was10oo e'LTNa' WwueMa A, moo, —___—___--.T �coNNaFR� 11 114,D2111 TINT —LAN ®EAs.IoLIP 1 — ®s,doSdaT LOIs<a�o cEINNa2Ea�R� w1�cR aERalan ooF°EaRPERPL« p aEe ELOINa aMr nrwN a E coNN a10d �aa1d25daTa°a In o�EMRTI°N ore = sTEELI. oM,daRTTR w,��aMaERFLRNreE� oa N�I1IT*11 a®,d. oIaTPERP N �2ER2 °.°��coNTT� :I"ILAN °RON�RTIoa ®EN°a . ) �1aaMa 12)40 aR1-11 I—LR, a2�2NN F°R°EMaN°T N°TE°a11ee a,adL ®Rs Taa2E12LAN 15 ,z O O O `°"re rre"°re`° °`- -°° CITY OF SANTA CLARITA oa�Ro�wo « e11ss IIITIAw" s,3� ' THE RINK SPORTS PAVILION a �aia� 53ii5oi uum„xk�,x �xm vvreovco rare c°xsrrecc nox (l snccrs oxl r): (ss1)rez s-a°s1 Ani/Velma AssOeiates, " 20860 CENTRE POINTE PARKWAY SANTA CLARITA CA 91350 EF. alaNa aaEaaaEo oNOERTRE 111-IONOF. aoren000 screnecs wTr 5� L='Preevwev urvosrz Trvs DIN11 lAN Dr- w°s fa ROOF FRAMING DETAILS _ - - __ - - _ - __ _IATE recanor✓nr✓o 10-11-screncc wTc xicx �xu nnrzuw�. ur sxun�uu nux xnrz S7�AF I♦—IIIIIIIIIIIIIIIIII■IIIIIIIIIIIIIIIIII■IIIIIIIIIIIIIII■ IIII1—IIIIIIIIIIIIIIIIIIIIII1IIIIIIIIIIIIIIIIIIIIII1IIIIIIIIIIIIIIIIIIII1 IIII1—IIIIIIIIIIIIIIIIIIIIII1IIIIIIIIIIIIIIIIIIIIII1IIIIIIIIIIIIIIIIIIII1 BLD24-00102 ADDENDUP Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 GENERALNOTES: ELECTRICAL SYMBOLS 1. THESEDRAWING INDICATE THE FINISHED REQUIREMENTS FOR THE ELECTRICAL SYSTEM. OUTLETSAND 29. MAXIMUM NUMBER OF CONDUCTORS IN OUTLETS OR JUNCTION BOXES SHALL CONFORM TO THE CALIFORNIA SIT DUPLEX RECEPTACLE CIRCUIT BREAKER BE VI CE DUETO EXISTING CONDITIONS INTERFERENCES OR FOR OTHER REASONS. THE CONTRACTOR MAY ELECTRICALCODE ARTICLE370-4 BUT IN NO CASE SHALL CONTAIN MORE THAN THE FOLLOWING NUMBER OF92 AWG L,C L=LOCKABLE, C=CONTROLLED 100AF 100AF=100 AMP FRAME O UVCCOBWASH-BLACKLIGHT(UVC) BESI RE TO INSTALL THE WORK INA WINNER DIFFERENT FROM THAT SHOWN SUCH CHANGES SHALL BE CONDUCTORS FOR THE BOX INDICATED. THE MINIMUM SIZE OUTLET OF JUNCTION BOX PERMITTED IN AWALL IS FOUR 100 AT 100AT=100 AIVIPTRIP PRESENTED TO THE CITV REPRESENTATIVES FOR APPROVAL BEFORE PROCEEDING AND THE RECORD DRAWING INCHES SQUARE BY2-V3 INCHESDEEP. (POP C, B UPLEX RECEPTACLE WTH GROUND 0 MOVING HEAD HYBRID (MI SHALL BEACCURATELY REVISED TO SHOW THE CHANGES AS COMPLETC-0. FAULT CIRCUIT INTERRUPTER 4"SQ. BSQBY'218 -18CONDUC M ELECTRIC METER 0 MOVING HEAR /BEAM WASH (MH) 2 CONSTRUCTION SHALL BEIN COMPLIANCE WITH LOCAL STATE AND FEDERAL CORES AINBREULATIONS.IFTHERE 411/l6"SQ BV 2-1 B'D=18 CONBUCTORS ® DUPLEX RECEPTACLE O uWP WEATHERPROOF AREAINVVARIAINCES OF CONFECTS,THE MOST STRINGENT SHALL APPLY O MOON FLOWER EFFECT (ME) 3. IN AREAS WHERE THERE ARE NO ALTERATIONS INDICATED. THE EXISTING AREAS SHALL BE RETAINED IN SERVICE IN 30 MIN IMUMAFFOUTFETS BOXES CONTAINING MORE THAN ONE BEVICE SHALL BE GANGED TWO DEVICES ROUBLE GANGER, ® CONTROLLED RECEPTACLE SENSOR TRANSFORMER O MIRROR BALL CASE OF DOUBT ASSUME THAT THE EXISTING ELECTRICAL WIRING IS TO REMAIN IN OPERATION THROUGHOUT POLE SINGLE LIGHT FIXTURE o MOTORIZED LED BAR MLB THE CONSTRUCTION PERIOD AND THEREAFTER 31. IDENTIFICATION NAMEPLATES SHALLACRYEC SHEET IA INCH THICK AND OF APPROVED SIZE WTH BEVELED EDGES -+ 0 !N JUNCTION BOX ( ) AND ENGRAVED WHITE LETTERS A MINIMUM OF 1/4" INCH HIGH ON BLACK BACKGROUND. NAMIEPLATES SHALLBE 4. THE CONTRACTOR SHALL MAINTAIN CONTINUITY OF ALL EXISTING SYSTEM AFFECTED BY THIS WORK PROVIDE FOR ALL CIRCUITS IN THE SERVICE DISTRIBUTION AND POWER DISTRIBUTION SWTCHBOARDS OR EXIT SIGN o PAR LED WASH (PAN) PANEL CARDS, LIGHTING DISTRIBUTION PANEIEOARDS, SEPERATELY MOUNTED STATING SWITCHES DISCONNECTING PB PULLBOX 5. CONTRACTOR SHALL VERIFY FINAL LOCATION OF POLE LIGHTS LIGHT FIXTURES AND ELECTRICAL EQUIPMENTS WITH SWITCHES. MOTOR CONTROL PUSHBUTTON STATIONS SELECTORSWTCHES TRANSFORMERS TERMINALCABINETS, �� SURFACE MOUNTED STRIP LIGHT MOT OR PSINDICATE 4 A COSMIC BURST IASERPROJETOR (CBL) CITY REPRESENTATIVE PRIOR TO ROUGH IN. TELEPHONECABINETS ETC ALL NAMEPLATES SHALL BE ATTACHED WITH SCREWS. PULL BOXES, JUNCTION BOXES HORSEPOWER `°YY'"' AND SERVICES BOXES SHALL BE MARKED WITH PERMANENT NIARICER a WALL MOUNTED LIGHT FIXTURE 8. CONTRACTORSIMPERAIVE ALL LOCATIONS PULL BOXES JUNCTION BOXES BE INSTALLEH CITY D IN REPRESENTATIVE WFI GENERALLIGHTING FARDCHIN IT SCAPEE5I IMPERATIVE THAT HAINBHOIEPUl1 BOXES/JUNCTION BOXESBEINSTAl1S-0INCONCETWITHALL 32 UPLES GSARCBISE NOTED ANDSLVROUT COORDINATED WTH OHALL HERSETTHE IONS DIONOFTHCCONTRAECTR WALL RECESSED STEP LIGHT IANBSCAPEEIPVIETS. DRAWNOTHER LOCATIONS AND MY BTRICAL NATEDCTURAL STRUCTURAL BON OT MECHANICAL CAL o E GILDING UNDER BEAMS BEATURES FOR LOCATIONS OF AINV EIFCTRICAL,ARCHITECTURAL,STRUCTURAL, CIVIL OR MECHANICAL ITEMS OR _ SURFACE MOUNTED LED LIGHT FIXTURE SPEAkER ]. ALLNC AM LESSHALLNLESBE S BOLTS BOXESFLUSH TO GRABS.NOT RIGHT ANGLE TOH IN BEHANBHOLEDGE SHALL HAVE BOLT FEATURES. © p OWNLIGHTS IN ALCOVE DOWNC ELECTRIC STAINLESS BOLTS BOXES TO BE PUKE AT RIGHT AINGIE TO HAESCAPE EDGE EB SHALL INBICATE ELECTRIC 33. THE EQUIPMENT S ROUNDING WIRE SHALL BE PIGTAILED IN EACH H OUTLET TS FORUNS CONNECTION ONNEC IONT COX ANND MICESOLY FROM PACETHAT IF Q FOUR ETHERNET PORT LAST OUIET.THISWIRO SHALL WILL GTAI LED INTERRUPTED AL EQUIPMENT IPMENT GROUNDING BOX CO DUCICC A SHALL IF II EMERGENCY UNIT TV TV MONITOR 7 8. CONTRACTOR OF LL PROVIDE BRACHCIRALLTHEREQUIRED AUXILUWV,LBOXES OR HAINBHOLES TO FACILITATE THE DMICEISREMOVINSULATED CONDUCTORS VNLLNOT NATE METHODS IDENTIFICATION SHALL NO BE USED TWO ETHERNET PORT BE INSTAl1ATI0N OF BRANCH CIRCUIT VNRING. INSULATED GREEN CONBUCTORS-ALTERNATE METHOBS OF IBENTIFICATION SHALL NOT BE USE.CONTRACTOR ® SWITCH BOAS SHALL NOTIFY ELECTRICAL ENGINEER TO EXAMINE CONDUCTOR INSTALLATION PRIOR TO INSTALLATION DMIIXES. FUSED DISCONNECT SNITCH NEVIA 1 9. ALL ELECTRIC NOTLIMITEDTOSWITOES CONDUITS INSTALLED OUTDOORS SHALLBEWEATHERPROOF TYPE 30A SUBSCRIPTINDICATES INCLUDING BUT NOT LIMITED TO SNITCHES, CONBUITS, BOXES, ETC 34. TUBA G(EXIT) ZE BESTEEL USEDCONDUIT WALLS ALLBE OR EILING PACES THREADED TYPE NOT T MECHANICAL LMETALLIC T POWER PAINEL, FLUSH MOUNTS �3P 30A - SWTCH RATING(AMPERES) TUBING (EXIT) MAY BE USED IN WALLS AND OUT ET CON WHERE T H NO RUNS S LONGER 8 FEE PVC 3P - NUMBER OF POLES 10. ALL OUTDOOR RECEPTACLES SHALL BE "GFCI"TVPE WTH LOCKABLE WEATHERPROOF WHILE IN- USE COVERS . SCH EDENTGRUDIUG COAT NDUTOR SHALL OUTLETCONNECTIONSIN ALLC ONTHNORUNSLONGERTHANBFEEf.AN REFERENCE BOUNDARY EUIPMENT GROUNDING CONDUCTOR SHALLBE PROVIDED IN ALL CONDUIT RUNS POWER PAINEL, SURFACE MOUNTS 15A NONFUSED BI INDICATES SNITCH 11. PROVIDE PULL ROPE IN ALL EMPTY CONDUITS FOR FUTURE USE. �2P 15A SIPTCHRATING 35. AND WE CONNECTION ONN CTIONT OTHER MOTORSRADES AND TEXACT HE REQUIRING RING ELECTRICAL L CTRICA TIVECON ETIONSUIPM AS 15A- SNITCH OF (AMPERE DETAILDESIGNATION12. CONTRACTOR IS RESPONSIBLE TO INSTALL ALL EQUIPMENTS WITH CLEARANCES AS REQUIRED PER CORE. AND COICAGRAONTOTRICAL RAWNGS AND OF FOTHERITRADES CONNECTIONS SAS INDICATED O THE A LI GHTING FIXTURETVPE AND 2P -NUMBER OF POLES (NUMBER) SINGLE UNE EWTHEDRAWINGS RAWI GSO OTHER TRADE DRAWINGS DIAGRAMS I GRAMS SIZE AND THE WNGS OF EQUIPMENT OTHER A INDICATES GNATION 1a. ALL coNBUITSSHALL HAVE GREEN ceouNBVMREPERNEc DISCONNECT SVd THE STARTERS WRING CONTROLS LS AND CO0DUITFORMSSIZEANA LOCATIONGOPMET zoo A-INBI CATETYPE OFFIXTURE WALLOCCUPANCY CENTER 1 BISCONNETS.NITCHES CONTRACTOR IHALLBEROLSANBLE FOR OBTAINING WIN FACTURERMBING DRAWINGS zoo -INDICATES LAMP WATTAGE So Mr aAFF,TocETER e-im 1a. UNDERGGROUND CONCONDUITS O TBS ALL eeINSTALLED PER SERVING UTILITY COMPANY STANlDARDSTAND DIRECTIONS. REIOR ORO GHIN INALL CONDUIT TO THE EQUIPMENONSIBLEFoe oerAlNlNc mwNUFACTURERs snoP DRAWINGS L_ J DRAW NO MERETHEDET I OFSHEET - - - - - - - - CONDUIT WALL RUNDERGROUD FLOOR WTH ACANCYSAUTO MERE THE BEraus snoWN CEILING, wALLoeuNBERceouNB S MIT- MANUALBOTTOM OFF, 15 . ALL UNDERGROUND CONDUITS SHALL eEPVC scHEU104o AND MINMUMOFvUNLESS NOTED OTHEVMSE. a6. EX CT METHOD STRUCTURAL LOCATION EARS SHALL BE PENETRATION BY AND OPENINGS STRUCTURAL NSNBEPERFFS ORMRFLOOROATIN OR cONDUTEXPOSE Mr 4'ALL ,ToeoTTOM DETAIL DESIGNATION STRUCTURAL PATCHING LNG ANSEFRAMICASDIRECTED B ALLSTHE S NDSURFACEWHEERER IT IS NECESSARY COATING PETAL (NUMBER) 16. CREME CAUTI AND OPREVENTEXCAVATING ANBTRENCHINGINAREAOF OR DAM JECT EAVOT IXNDEGDUCTSROUND PIPING OR SAWCUTTI PENETRTE PENING HALLBESEAEDI OF IXISTINGDMETHD OMEET THE F RERATIN OF THETO S, THREE WAV SNITCH 2 CONDUITS ETCES WHET PREVENT NOT SHOWN AND I PONNELABY ANY OTHER CONTRACTS UNDERGROUND UTILITIES PENETRATE. OPENING CEILING EXACT SEALS I AND APPROVED METHODTOMEETTHERERATINGPARTICULAR CONDUIT TURNS UP SCALE'. NT. S. E10 E-103� pRAWING(SEWMENCED RESTNSIBLE FOR THE EXAOROCATIOOF AND INSTALLED BYANVOTOR STRUCTURES. THEHERO NOT NOT WALL F ROR FLORS SHAL EXACT METHOD ANB LOCATIONS OF CONDUIT PENETRATIONS ANB OPENINGIN CONCRETE CARD ACCESS READER , MHW'ALL TO pETAILIS REFERENCE 0R SIT0ULDSU CH THE EXACT LOCATION DITI NOFUNDERGROUND UTILITIES OR STRUCTURES WHETHER OR NOT SHOWN WALLS OR FLOORS SHALLBEULAPPROVED . BOTTOM OR SHOULD SUCH IDENTIFIED CONDITIONS BE DISCOVERED. CONDUIT TURNS BOWM MERE T NUMBER OF SHEET 3I. THE CON XECUTITORSHALL OMPETION URE OF PAY FOR ALL WORKPERMITS INCLUDING ALL GERS ANCRANES BY CI THE LOCAL COSTS N ECESSARY ® KEYPAD, MH=5'AFF,TO CENTER WHERE THEDETAIL ISSHOWN 1]. NENUNBCRGROEQ CONDUITS RACTOEHALL P AMIDELANDSCAPEARMANDPLATES SAWCUT MERE SE FOREXECUTIONANB COMPLETION OFELECTRICAL WORKINCLUBINGAl1 CHARGESBVTHELOCALGOVERNMENT 1"C-3#10 CONDUITWIREAINB SIZES BRlvewnvsns REQUIRED SHAD PROVIDE ON wALKwnvs WHEE ANY TRENCHES LEFT AGENCIES SECTION DESIGNATION W ENE ALSO PROVIDE CAUTION TAKE IN LANDSCAPE AREAS WHERE TRENCHING. VERIFY EXACT REQUIREMENTS (LETTER) uNTHCITY. CONTRACTOR ISTO BACKRLLCOMPACT AND PATCH AS REQUIRE TO MATCH EXISTING FINISH AND TO THE 38. RIGID GALVANIZE STEEL CONDUIT FITTINGS SHALL BE THREADED AND THROUGHLY GALVANIZED ELECTRICAL - LION CROSSUNES INDICATE QUANTITY sB SMOKE DETECTOR, CEILING MOUNTED E1oo SATISFACTION OF THE CITY REPRESENTATIVE (FIELD VERIFY EXACT ROUTING) METTALIC Tuewc(EMT)coNBUIT FITTINGS sHALLeE STEEL RAIN TIGHT COMPRESSION TYPE BIE CAST, OF wiz AWG CONDUCTORS PLUS ONEDRAWING NUMBER OF SHEET SETSCREW OR INDENTED TYPE ARE NOT ACCEPTABLE FLEXIBLE STEEL CONDUIT FITTINGS SHALL BEIMALLEABLE GROUND CONDUCTOR(NOT SHOWN) IN WHEETHE secnoN is snowN 18. CONTRACTOR SHALL LABELALL EMPTY CONDUITS FOR ITS PURPOSE FOR FUTURE USE NON TERMINATED WIRES FOR IF0NLAMP, SQUEEZE TYPE OR STEEL TWIST- IN TYPE WTH INSULATE THROAT, SETSCREW TYPE IS NOT ACCEPTABLE CIE C CONDUIT, WTHOUT CROSS LINES sB SMOKE DETECTOR, WALL MOUNTED FUTURE USE SHALL SAFE OFF AND LABELED WITH CIRCUIT NUMBER AND ITS PURPOSE INDICATE 3/4-292-192 GROUND SECTION DESIGNATION 39. ALL CONDUCTORS SHALL BE COPPER 92 AWG MINIMUM SIZE. TYPE THHN / THWN THERMOPLASTIC 800 VOLTS. 15 (LETTER) 19. CONTRACTOR SHALL LABEL ALL WRING WITH CIRCUIT NUMBERS INSIDE ENCLOSURE J BOXES , PULL BOXES AND BEGRESCELCWSWET AND 90 DEGREES CELauS DRY AND ULLISTED UNLESS NOTE OTHERWISE. Lza a s BRAN CH CIRCUIT HOME RUN TO Sp HEAT PUMP DUCT DETECTOR SECTION A MANHOLES PROVIDE CIRCUIT up TAGS INSIDE HANDHOLES RATE FOR WE LOCATION. CONDUCTORS#12 AWG AND ALL SHALL BE SOLIDCONDUCTORS# 10 AWG AND LARGER SHALL BE STRANDS. PANEILBOARD LZ NUMERICALS(135) a SCALE NTA E10 Eloaf SDRnwING� WHERE THE IDENTIFY CIRCUIT NUMBER © CARBON MONOXIDE DETECTOR, SECTION IS REFERENCED zo. PROVIDE WEATHERPROOF REINrvPEECAPsuLATE SPIT CE KITS avant OR APPROVED EQUAL IN HANBHOLE. 4o. JUNCTIONAND PULL LEMAFOR NEINTERIOR SCRWEYREDLOCATIONSOVER BOXES FOUROUSIDE DAALVANIZ SONE URFACE LOCATIONS BRAWNCEL, cBENGMOUNTE TYPEWITHEHRCMOVABLER MACHINESCREWWISECUREDBLEERSETED NONFRROU MACHINE SCEWSECU.ExES GROUND RODIN TEST WELL DRAWING NUMBER OF z1. EXISTwcuNBERceouNB CONDUIT NO ENGERwUSE AFTER SITE IMPRovEMECSHALL eEREMOVED . SHALLBEHEAVY CAC OR CAST IRON THE NUMBER AND SIZESOEDNDUCTORSNMACHINESET RINGTHE 0 BEAM DETECTOR SHEET WHERETHE COVERS.BOXES SHALITHPLS SIZE FOR THENUMBER AND SIZESOFD BOXES SHALL AND CONDUIT TOINDI INDICATE SECTIONISSHOWN zz ALLFUTURE ROVIDECONDUIT ACKER F LOCATED INATAREAION DRECORD MERE IT CAN BE EASILBUILT LOCATED AND EXTEWING DIMENSIONS THE AND EQUIPPED NUMBER EXTENSION RINGS WHERE TION SYSTEM SHALLeE LABELED TO INBICATE PANEL • GROUNDROD FUTURE PROVIBCY FINAL OF IT OF TUBSWTHO RECORDONAS REPRESENTATIVES TO GERIFYL CA IONWI LNSANB AND aeculT NUMBER oe TYPE OF SIGNAL OR coMMuwcnnoN SYSTEM. N ERFERE WTH TV FUTURE DEVELOPMENTS OF THSIT ERSREPR_FBELOVEONDUITSWTH DESINATIONOT AN -c-c- CONDUIT WIRE AND SIZE p� MANUAL PULL CATION,Mr 4ALL ,TocETER INTERFERE VMTH ANV FUTUREOE/EEPMETs of THE SITE. PROABELAeEON coNBUITs, WITH DESIGNATION AND 41. CONTRACTOR SHALL PROABEALL NEEssnRv COMPONENTS FOR ACOMPLETE eNSTALLAnoN. INTENT ON EACH END -c-1-c- cBouNB OnBLE TEECONNECTION � STROBE ,RED ,CEILING MOUNTED 23. ROUTE EXPOSE CONDUIT AND CONDUIT ABOVE ACCESSIBLE CEILING SPACE PARALLEL AND PERPENDICULAR TO WALLS AND ADJACENT PIPING. ARRANGE coNHORN/STROBE CEILING/WALL MOUNT CUT TO MAINTAIN HEADROOM AND TO PRESENT APPEARANCE S, ABBREVIATIONS MH=9 AFF, TO TOP 24. CONDUIT SHALL BE INSTALLED CONCEALED IN THE CEILING SPACE CONCEALED IN WALLS OR BELOW STAB ON GRADE FACP FIRE HARM CONTROL PANEL MIT AFL, TO TOP UN LESS NOTE OTHERWISE A AMPS, AMPERES RN FINISHED MIT MOUNTING HEIGHT SP SPEAKER Ac AIR CONDITION FLA FULL LOAD AMPS MDF MAIN D ISTRIBUTI ON FRAME SW SWTCH I^ -I", 25. WHENEVER A DI SCREPANCY IN QUANTITY OR SIZE OF CONDUIT, WERE EUI PMENT DEVICES, CIRCUIT BREAKERS, AC AMPS I NTERRUPTI NO CURRENT FL FLOOR SWBB SWTCHBOARD L� SI DEN, MIT- 1' ALL MINI MUM, TO BOTTOM GROUND FAULT PROTECTION SYSTEMS ,ETC (ALL MATERIALS). ARI SES ON THE DRAW NOS OR SPECI IT CATIONS .THE AIR AMPS I NTERRUPTI ON RAN NO FO FIBER OPTICS NM NETWORKVIDEORECORDER CONTRACTOR SHALL BE RESPONSIBLE FOR FROM ING AND INSTALLING ALL MATERIALS AND SERVICES REQUIRED BY AF AMPERE FRAME FT FEET (IN) NWE DOME CAMERA, WALL MOUNTED, MLYM ALL TO STOP TH E STRI CTEST CONDITI ONS N OTE ON THE OPERABLE SYSTEMS AS REQUI RED BY THE DRAWIN GS. AFF ABOVE FINISHED FLOOR GND GROUND NTS NOT TO SCALE TEL TELEPHONE AT AMP ERETRIP GFCI GROUND FAULT CIRCUIT INTERRUPTER TE TO BE D ETERMINE N TEIFPHONEOUTLET, MH=1'-4"AFF, TO B070M 2H. UTIETYPENETRATIONS OF ANY KIND IN FIRE AND SMOKE PENETRATIONS AND CEILING ASSEMBLES SHALL BE C CONDUIT LP EGHTPOLE TYR TYPICAL FIF ESTOPPED AND SEALED WTH AN APPROVED MATERIAL SECURELY INSTALLED. CB CIRCUIT BREAKER HT HEIGHT CO CONDUIT ONLY HP HORSE POWER OR HEAT PUMP OC ON CENTER WG UNDERGROUND GROUNDBUSBAR, MIT-1ALL TO BOTTOM 21. UTILITY AIND ELECTRICAL OUTLETS OR BOXES SHALL BE SECURELY FASTENED TO THE STUD OF FRAMING OF THE CRT CIRCUIT TF INTERMEDIATE DISTRIBUTION FRAME OS OCCUPANCYSENSOR LION UN LESS OTHERW SE NOTED BELL, MH-10' ALL MINIMUM, TOBOTTOM WALL PARTITION OR CEILING ASSEMBLY. THE OPENING IN THE GYPSUM BOARD FACING SHALL BECUTSOTHATTHE COMM COMMUNICATION IOR INSPECTOR OF RECORD CLEARANCEBETNEEN THE BOX AND HE GYPSUM BOARD DOES NOT EXCEED IA INCH. IN SMOKE WALL OR PARTITIONS, CONT CONTINUATION P POWER/POLE V VOLT FOUR ETHERNET PORT WALL MOUNTED THE 1 A I NCH CLEARAN CE SHALL BE FILLED WTH AN APPROVED FIRE RATED SEALANT. CONN CONNECTED NB JUNCTION BOX PART PARTIAL RISC DISCONNECT PB PULL BOX W WIRES MH=1'4 ALL TO B070M , 2B. STRAIGHT FEEDER BRANCH CIRCUIT AND CONDUIT RUNS SHALL BE PROVIDED WITH SUFFICIENT PULL BOXES OR PC PHOTOCELL WP WEATHERPROOF JUNCTION BOXES TO LIMIT THE MAXIMUM LENGTH OF ANY SINGLE CABLE PULLTO 100 FEET. PULL BOXES SHALL BE DWG DRAW NO KVA KILOVOLTAMPEREW TWO ETHERNET PORT WALL MOUNTED SIZED PER CODE IDEAS INDICATED ON DRAWINGS LOCH ONS SHALL BE DETERMINED IN THE FIELD OR AS INDICATED EF EXHAUSTFAN KW KILOWATT PNL PANEL XFMR TRANSFORMER M "AFF OTT A4N N A ONTHEDRAWNGS. EXIST(E) EXISTING LED LIGHT EMITTING DIODE FVc POLYVINYL CHLORIDE CONDUIT FC FOOT CANDLE LP LIGHT POLE POE POWER OVER ETHERNET s❑ BooR OPEEPusH SNITCH, Mr a-O To porroM FBU FIBER DISTRIBUTION UNIT Lv EwvoLTAGE `""� """"R`° aY. - °" CITY OF SANTA CLARITA As seowN os/ao/zoza ✓"" .1's THE RINK SPORTS PAVILION ru(a a) a ,, mph 20860 CENTRE POINTE PARKWAY Anil VermaAssociates Inc. .�V` „' . SANTA CLANTA, CA 91350 ctlo1600au ecRnoc✓ scRviccs ✓Arc mi 4y� GENERAL NOTES uns vn[PnR[ooiR[cnaN oi. ABBREVIATIONS, H227 260o rv� E-001 Runary A- cenlw/✓ 1 scRV�c ✓Arc ex rxu n�mw.. ur �ux�rvw �xo o�rz ELECTRICAL SYMBOLS r'A xoxxiw wn .wmx. You oo q nB io2s2@a RI r)I?a_nnim nnnrein��nn u� Docusign Envelope ID: 1AB85B74-93EB-43CE-A87O-5FCDOO943784 PP/PS DAYLIGHT HARVESTING DEVICE ACOMBINATION Low VOLTAGE ® THESE FIGHT FIXTURES THAT ARE LOCATED NEAR WNDOW ], PRIMARY DAYLIGHT ZONE DIM IN ROOMSERIES OR CONTROLLER WITH CHOTO ONSULT MANUFACTURESOR BY R FOR OP OPENING SHALL BE GOPTION OPTEN REI FOR YLIGHT TYPER DLMSERI ES PRIOR TO INSTAEQUALLLATION ADENTES FIXTURES CONTROLLED HARVESTING OPTION. OPTION RB FOR TYPE RD1 &RD2 LocATION PRIOR TO INSTALLATION.'A'DENOTES FIxTUREs coNTRouED ev FIxTUREs. SECONDARY DAYLIGHT ZONE THE SENSOR. EA 02 A E#oz EA 02 E402 E402 . -.. ® yI� P /P R�Ra3MNo2R 4 H SD11 i . _. F .I. I.. .. I i I I I �.".1 RDoz AIAA A A AAAAA[�t MN01 MN 1 4, �R4 �R4 R4 LR4 LR4 JER4 LR4 LR4 LR4 LR4 LR L0] RD3• A 6 C' LG3 Loa GL 03 LP LP GL03 Loa GL 03 Loa GLGB GL 03 IL 01 01 w.>�. D1 - PPP OLRA �MNo1 �R� R 01 p�q IAB AB 1'yIAB AB AB �IAB AB II�AB AB AB AB ®0 0RD H51i01� CRo3 JAB 1CLL03 IG 03 IG 03 GL03 JAB LR03 IGRo3 JAB �cRa3 R801 1 PbJA RD3 o sRo3 sR H R01 PD RD I, LA1 IL II 1-Al II LA1 _ LA1 II LA1 ILA1 LA1 S e �I R sR- �`�l- IWR 3 }F-j{ � D1 ®RD11 LR5 ILRS ILRS LRS LRS LP S \'�\y i vRv�¢7� WIN01 �6 Do ]il P61 GL02 cL02 cL02 LS1 LS1 cLo cL0 GIL 01 SRGLOB cLoe ._ BR 01 RD1 PPIPs RD3 Rp0 2 ®� ® SR LR5 LR5 LR5 LR5 LR5J LR5 LR5 6RRD GL02 G 02 GL02 B B \ B B B B B B B B GLO GLO GL02 GL02 0 B 6 G� Pd1 ILR1 I�R1 iLR1 JLR1 I�R1 IR1 ILR, ILR1 I�R1 ILRS URD6 03 GL81 L01 - GLG1 GL 01 L01 L01 GL 01 GL 01 L01 GTO1 0 �" L 5 cROz cRo4 ILRO GLR5 cRoz cRoz cRoz ® f 1,061 R,...GL ® BA B0. 1 BA BA B0. A A BA BA BA RD3 LLD ® LR50 L50 LR5 LR5 LR5 LR5 LR5 LR6 Da 11 01 G�02 GL02 GL02 GL02 �R1 �R1 �LR1 LR1 ��R1 �OR1 LR1 ILR1 �R1 �LR1 GL02 GL02 GL02 GL02 VVVGG6L01 Lot GL01 GLO1 L011 L01 cLo1 cL01 L01 cLo1 R 4 �� R3 — - - 1 4 H E GL 3 02 CA CA CA CA CA CA CA CA CA CA �L ® ®. �LR1 LR1 I R1 L 1 ILR1 C...ILR1 R1 �LR1 LR1 R1 p L1 G 1 �L-01 L1 G-01 GL01 L-01 L-1 G-01 �L-01 LR5 LR5 LR5 R5. LR5 LR5 LR5 LR5 c G L G O L G O L L GL 02 GL 02 GL 02 GL 02 \ GL02 GL 02 GL 02 GL02. LR3 LR3 �LR3 1 GLW GL04 GLa4 R2 o A 1 01 LR5 LR5 LR5 ILR5 LRSI LR5 LR5 LR5 GL 02 GL 02 GL 02 GL 02 C C C ' C C C C C C C " GL 02 GL02 GL 02 GLO2' ILR1 I�R1 �LR1 ��R1 I�R1 I�R1 ILR1 ILR1 ILR1 IC A GL 01 L01 'l IL-01 L01 L01 L01 GL 01 GL 01 GL 01 GL 01 RN \ �� R® LR5 LR5 LR3 ILR5 ILR5 C - GLR2l LR2I c 3 LR5 LR5 KII-G1 P E _ Rbo 02 Lfi2 04 02 02 RD5 _ _ KIT 01 R5 ILR5 ILR5 ILR5 R5I LR5I LRS I R5 R% R65 R65 RD5 RD5 R GL02 GL02 GL02 GL 02 GL02 GL02 GL02 G602 II KIT-01 KIT 01 KITO KIT 01 KIT 01 KI LS1 — PPN LS1 1 GL 05 CA O4 \ DADA DA pq XL 06 Oq DA A, DA O4 1 ILR5 ILR5 ILR5 0 ILR5 0 ILR1 IN �LR1 ILR1 ILR1 IN ILR1 ILR1 ILR1 ILR1 QLRSI ®LR5I �LRSI �LR51 Rzl RD5 GL 02 GL02 GL02 GL02 GL02 GLC2 GL 02 GL02 GL-112 GL02 GL02 GL02 - GL 02 GLoz GLfi2 GL 02 GL O2 GLfi2 L001 R�01 R1 KIT o1 ®1U01 RD5 1 a a D a a a a a a D Roo 01 ILR ILR5 � ILR5 ILR1 ILR1 1('LR1 �P1 ILR1 ILR1 �11 ILR1 ILR1 ILR 0LR5I ®LR5I ®LR5I LR5I LR5 1 ® RD5 GL GLfi2 GL02 GLO2 c-02 1 GLO2_ LO2 c-02 I cLO2 L02 GL02 GLO2 GL-02 GUG2 GLO2 cLO2 GL02 'GL-02 RD7 KIT01 RD5 RN RD5 RNH LR? R 1 KIT 01 KIT 01 KIT-01 KIT 01 ��.. � GL OG _ _02 R4 R4 R4 �""—'^� 4 R4 Rb6 R6 EX01EX01 RINK REFLECTED CEILING PLAN Z 84 0 8' 16 SCALE 1R"=1'0 E-004 0 3AR SCALE IINI """"X`° 1Y. - °" CITY OF SANTA CLARITA THE RINK SPORTS PAVILION ✓n E ru(a a7"cv s-^°31 9 sss m� 20860 CENTRE POINTE PARKWAY ���s ^'��� Anil VermaAssociates/nc. .VN` �. SANTACLARITA,cAolsso ctlo1800�L ecRnoc✓ s[Rviccs ✓,aic °'1 �y!/y� uNs PREF"RE° VN°ER iXE olREcnaN of. <<x IJ `" REFLECTED CEILING PLAN 8 522]-2fi00 Runary nxo caMm✓x�n s[RV�c ✓nrc .x rxu n�mw., ur s.x�rvxc �xo o�rz DAYLIGFR CGMRGL xoxxiw wn ..mx..00 0o q AAio2s2@a RI r»a_nnirn 1 I® Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCDO0943784 U U O O WD2 WD2 D2 WD2 WD2 WD WD2 WD2 Ex -04 Ex 04 E - 4 - 4 Ex 04 EX04I ryl GD1 Ex Os Ti- M 03 GD Ex-0s1 i I I II I I I SR 0� o 04 I'� I p GDs SS08 GDs p EX 0 SL cut o (t)uA I GD1s MILS EX WD5 GIL SS1 GD1 WD1 EX 0s Ex 05 GIL GD5 ELIENX 0 SS1 i L10 GA EXDs LIEN GDs Ex-0 EX o ° GDEX s SS1 SS1 gTi L11 GDs pp GDEX 0sEL C GD1 o00 EX GD1 S 1 GDs EX 8�11 EX GDs m GD1 GDsEp D1 WD01 R1 WR1 Ex0 Ex Os Ex Os � GD1 GD1 W WR1 I GD1 GD1 GD1 D�Os Ex Exss G�Os GD1 GD1 GD1 I I Ex0 Ex-06 Ex0fi Ex-06 Excs Ex-06 Ex-06 EH 0] H07 GROUND LEVEL LIGHTING LAYOUT �Z� 8' 4' o a 6 SCALE 18"=1'0 E005 EAR SCALE CITY OF SANTA CLARITA As seowN onrc 9 zse os/ao/zoza ' ' ,,`W, THE RINK SPORTS PAVILION (ae.7�zv a—^�3� 20860 CENTRE POINTE PARKWAY Anil VermaAssociates Inc. .��„'°°, . '° SANTA CLARITA, CA elsso BaRH�o RVH�Es o�.E `1 vs�i�eoo uns rnePnaeo orvoea .ee olaecnae or. <<< GROUND LEVEL LIGHTING LAYOUT xsszss00 �o E-005 ,.� .o..� ..n .am...o. o. R�.�oN �No ooMM�N�r .reRv�o oA.E .. ,.....�a........n....o o.n A "A'A.4 ` RI fD�4-0010� nnnonHnnnnwa St III Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCDO0943784 1 1/4"C- 6f6 TIMID ORD rn SEE NOTE sTo snaaz SEE NOTEz HC 1,3,5+79,11 3/4"C3Al2+1#12ORD 125 15 Hcaa, zs 3WP AC2912+1Al2 ORD LC2 E 101 �_�_ TE0 ILL) EXHAUST (v10 ILL) SEE NOTE a LR3 L cFd GFCI I I I -- ) E /2 l_. 2 —Y' __ _- _ __ _- t 3}AtlB k6 L \ LO i __ _ __ __ 74 12 DRYER_L. II liLczrs�s4 ,--z / sa w `Iy' #2 2 1 ' '/ E 23 CO. FOR FUTURE SOLAR PANEL II FORTV-1 LOCKERS C CI 2 1H-7 O-0 3 \ 113 CR 1 I \ UPTO DWG. E110 FTO BOTOM (TYR FOR 9) 1 2 UPTO ROOF LEVEL, SEE-106 FC 38+48' 4] C.*1'14RBI PON C II / I 111 4 II CONT LF0 ASKETRL HOOPR2 C Ii CO ROL BASKETBALL HOOP>h �H 4 FOR V-2 ENTRY T, � I MIT 0" 116A / 2"C-4#SA +1f0 NO I FOR ADDITIO R OLLEf INFO SEE o- I II 0 I PIC RK RIP II E-102 - - - - - - - - - - - VOLLE BASKE Co I1 GFCI 1 s SK CHA FTE GING 1 1 1 BEN HEs 1 I 5 I a I NOTES: 1. MOUNT GFCI RECEPTACLE MY NT VETHESINK 2. UPTO ROOFLEVEL, SEEE106&E100 To GROUND LEVEL FOR CONTINUANCE LC4,+4041 ALEVEL32 1 UP TO 3. MOUNT GFCI RECEPTACLE UNDER THE SINK 3/4"C 2fk12+1#12 GND LA 4 GE1LEVEL SEE DWG E-110 FOR LIQUID SOAP DISPENSER 3/4"C3a12+192GND LC 16,18 SEE NOE2 SEE NOT SEETYR MEWS 4. NEW3FTWx3FTLx3FTD. EXTENDAND TERMINATETHETWO4°CONDUITSAND 11/4"CI,190 ORD FOR 3) FIRE RIVERR REOTROOM SNSORFOR TERMINATETHE2-3"C0.&1-1"CO. ATTUS HC 2,46 8,10,12 CKT 90 T UCHLESS FAUCET(TYR) PULLBOXA PROVIDEAPANIJDFORPAVER LC8, 8+17 107 MHANDDRYEE 106 SEE LANDSCAPE PLAN 3hA02 4��LOWVOLTAGE 5. I N THE EVENT OF POWER SU PPLV ON LURE IN XFMR ROOMS, SPACESAND BUILDINGSTHAT -4 REQUIRETWO OR MORE MEANS OF EGRESS, VENDING A,� T q 1] GFCI / (SEEN E1 _ V G AN EMERGENCY ELECTRICAL SYSTEM FORA DURATION OF NOT LESS THAN 90 MINUTES IN MACHINE \4 1'I�HANDD ER FCI T PUYRECIP ACCORDANCE WITH THE PROVISIONS SET TOIIa�T 56 10 10 - PUMP(1/12 FIR) FORTHIN BUILDING CODE10083. _ / / 2 \ 6. EXIT SIGNS SHALL BE ILLUMINATED AT ALL GFCI -' - 1 HAND TIMES TO ENSURE CONTINUED ILLUMINATION II N, \\\10 / 1 DRYER FOR A DURATION OF NOT LESS 90 MINUTES IN CFO ILLUMINATION MEANS SHALL BE CONNECTED �- 1n LOAN EMERGENCY POWER SYSTEM LC10,12,56 GFCI Viz PROVIDED FROM STORAGE BATTERIES UNIT EQU IPMENT OR AN ONSITEGENERATOR STORAG ?' 1 6 / _ , 0 126 LC16,182H+2B �L GFCI LC2 )224 0 / SEE NOTE3 ULE1 (TYR FOR5) 8 W DRINKING FOUNTAIN 1 16IGF 24 18 102 CKT 20 WTH BOTTLE FILLER 1 / SEE NOTE JANITOR 16�� GFCI(SEE NOTE 1) 104 r� HAND DRYER FOR PORTABLE CHAIR EFT - I FOR T4] MH=1'0" 18 ` 1 AIR AUDIO INPUT i 1 PANEL JUNCTION BOX LC19, 21, 23+ 1 MH-18"AFL p I 3%as RECEPTACLE AT DJ BOOTH 1 zs ERKI AV ]8" HIGH I I / GFCI L GFCI C EQUIPMENT RACK I / I 11 I \\�1 I 1..\ I 1 26 PRIVATE FOR TV3 Ii 1 1 / PARTY MH=]'-0" ',{ I SECTION I / I DRINKING FOUR ANI GFC I TTL / 122 FORTV-0MONIT R / WRIN BOTTLE NTAIN Foe DIGITALs Rv cNUMeER GFCI 1' wlTH BOTTLE FIVER FOR TV 6 MONI1IJR I1 B FOR TV 7 MO[IITOR I II A FORNA LJ :',Sse FOR ILLIIMIRATED SIGN I I LEE, IMH=]'0I6 MOTORIZED ROLLER AKITAHen �.I�oNcessloN ` IIzBPANEL" KI00K q W �\ 3 a IN SWAYER / \ 119 y I HEATER (TANIdFSSf FOR N5 1 \ AVI AUDIO VIDEO INTERFACE OEATING A JUNCTION BOX 48,5052 I MH=1'0" I \ MH-18"AFL 0 �y P-2 RECAP. PUMP (1/12 HF) LC9,11,13 121 �\ L J sEATINGAREA 11 II OROMLEFTTO RIGHT) L81 124 52 L Uyp1 FOR AUTOMATED SHADE 9 \ S SHA EUTONIATED (2) 4C-3#250 KCMIL+1#20 GNDI GFC1 GFCI FOR AUTOMAT&D SHADE (N)P ILL BOXA ` AUTO SHADE C NTROL SEE r OTE4 ` Yy (TYP. FOR 3) P FOR CONT. SEE ` DWG. E002 GROUND LEVEL POWER PLAN 84' 0 8' - 16 SCALE'. 1E"=1'-0" E-100 E-002 Im%mmmmm3ER S(JELE IINI """"R`° ar. - °" CITY OF SANTA CLARITA As seowN onTc 91z1111 se os/ao/zoza a ' THE RINK SPORTS PAVILION eao�a (ae17"zv a-^°31�mu 20860 CENTRE POINTE PARKWAY s n s ^'� �� Anil VermaAssociates Inc. .Vv` v�o„, . sANTA aARITA, cA 913so �. BaRH�o Rv1�Es o,,.E R1 ctloi�eoo�L uns rneP"Re° crv°eR .ae of"ecn°n or. <<< GROUND LEVEL POWER PLAN Szzzzsoo a° E-100 A "¢s¢@4 RI f)IJd_nnl n'J nnneunnnn uo Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCDO0943784 O DIF I CTDIGITAL NTR NDC UPTO MEZZANINE LEVEL, BV ECHAIJICAL FOR CONT. SEE DWG110 Y T DEDICATED CIF. FOR UPS ONLY LC i38 EA01 AUDIO F� RACK UP 200VARACMVIOUNT is / r — NEM 5-20P UNIT LC UP TO / ---------- � MEZZANINE LEVEL L J FOR CENT. SEE ELEC RIN --------� DWG. ONT _ T4 109 % -- 1so KVA / / _ _ ------------- LC 142 / / lei 4 C-4f600KCMIL+111 GND 1 1= MIT + _I t� 4"C-8#SOOKCMIL+1#1 GND 1 LC 43 ��I �I LC-46 �CONDUIT C s - - - - - - - ------I. Sa•Co.FOR FUTURE — — — — — — — — — --=� I TiI I `v i ii I LIGHTING CONTROL PANe souw PANEL /� Lc-4e LBER DIsrRleunoN Ace ESS CONT. PNL 1 1 uIT�DO PANEL"LC' 12V OR 24V POWER SUPPLY — PANEL"ITO _= LC311 14 I AAL I ((2))4CM50KCMIL+1fkNOEA IT .E'sy0 FROFR C.o. M EXISTING AT& ELEC RM. ENLARGED POWER PLAN PPLAN BOX SEE SITE ��� Poc SCALE'. 12"=1'0 E101 E-100 fit BARE SOI CONDUCTT FOR CONT SEE DWG E ®m000ne1 3"C-12 SOLO CABLE FOR CONT. SEE DWG E-151 \ y FOR CONT SEE DWG. E-150 (TYP) AUDIO` RACK NETWORK STMTCH m / / I 150 KVA ELEC RM 109 / CL XFMR O; MIT jC-125MF0 CABLE I / I�___S-T /-L- ' -------------- ------- c — -- (DFTO IDF / 'C 3 0 (MIT TO IDF TC �24V 3"C-125MFOCABLE12V \F OR POWER SUPPLY BY SECURITY MITI ALL TO BOTTOM ACCESS CONTROL PANEL BY SECURITY MITI ALL TO BOTTOM ELEC ROOM ENLARGED COMM & SECURITY PLAN PO -1'-0" E101 KEY NOTES: iO 3/4"C- CAT6RJ45ETHERNETCABLE (z o(�)O ieo NOT USED O3/4"C- 3 CAT 6 RJ45 ETHERNET CABLE O3/4"C- 4 CAT 6 RJ45 ETHERNET CABLE O1 1/4"C-8 CAT 6 RJ45 ETHERNET CABLE O1 1/4"C-9 CAT RJ45 ETHERNET CABLE 11 3°C-12 SINGLE MODE FIBER OPTIC CABLE WTH 94 TRACE WRE TO (E) FIBER OPTIC PULL BOX OALLEXPOSED GROUND WRE SHALL BE INSULATED GREEN GROUND WIRERS AWG STUBUP6C PCONDUITSa"AFL. OTELEPHONE BOARD 4H r3W r3/41 3/4C-392,192GND HC-23,25 FX/4'C-6f6+1#IOIII -1,3,5, 9,11 0 H11/4"C-6f6+1#IOGND C-2, 4,6 +8, 10, 12 31 C-Z 92+1 #I2 GND LC-4,+40,41,44+62 3/4"C-392+192111 LC-16, 18 ELEC ROOM ENLARGED GROUNDING PLAN rf2' '' D 2' 4' ® SCALE 12"=1'0 E-101 E-160 3AR SCALE CITY OF SANTA CLARITA As seowN onrc 91zse os/ao/zoza ' ' THE RINK SPORTS PAVILION eao�a (ael7�zv a-^�31 20860 CENTRE POINTE PARKWAY n s ^'� �� Anil VermaAssociates Inc. .��` � sANTA aARITA, cA e13so BaRH�oRv1�Es A�.E s,1 vsi�eoo�� '� uns rn ,An o ..ee olaecnan or. <<< ENLARGED ELECTRICAL ROOM ssszssoo �vE-101 ,.� .o..� ..n .am...o. o. R�.�on- �No ooMM�N�>r .reRv�o oA.E .. ,.�....�a........n....o o.n a �orzsrz@4 Ft( r»a_nni n .,.,�.., .. O St Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCDO0943784 NOTES: 1. DO NM TO GROUND LEVEL FOR CONT. SEE DWG E 100 2. UP TO ROOF LEVEL, SEE E106&E100 TO GROUND LEVEL FOR CONTINUANCE 3. MOUNT GFCI RECEPTACLE TO WALL 12"ALL 4. NEW3FTWx3FTL3FTD. EXTENDAND TERMINATE THE TWO 4" CONDUITS AND TER MINATETHE2-3"C0.&1-1"CO. ATTUS PULLBOXA PROVIDEAPANLIDFORPAVER SEE LANDSCAPE PLAIN 3h 602. 6. IN THE EVENT OF POWER SUPPLY FA LURE IN ROOMS, SPACES AND BUILDINGS THAT REC HI ELM OR MORE MEANS OF EGRESS, AN EMERGENCY ELECTRICAL SYSTEM FORA DURATION OF NOT LESS THAN 90 MINUTES IN ACCORDANCE WITH THE PROVISIONS SET FORTH IN BUILDING CODE 10083. 6. aIT SI GNS SHALL BE I ILLUMINATED AT ALL TIMES. TO ENSURE CONTINUED ILLUMINATION FORA DURATION OF NOT LESS 90 MINUTES IN "IDF" CASE OF PRIMARY POWER LOSS, THE SIGN ILLUMINATION MEANS SHALL BE CONNECTED TO AN EMERGENCY POWER SYSTEM PROVIDED FROM STORAGE BATTERIES, UNIT EOU IPMENT OR AN ONSITEGENERATOR MEZZANINE LEVEL POWER PLAN 84' 0 8' 16' _® SCALE'. 18"=1'-0" E110 3ARSCALE I-N`""� """"R`° ar. - °" CITY OF SANTA CLARITA As seowe onrc 9 zse os/ao/zoza ' ' THE RINK SPORTS PAVILION eao�a (ae.7�zv 20860 CENTRE POINTE PARKWAY Anil VermaAssociates Inc. sANTA CLARITY cA 913so BaRH�o sERv.�Es A�.E �„ v�i�eoo�� uns rnePnaeo orvoea .ee oiaecnan or. <<< MEZZANINE LEVEL POWER PLAN �sszssoo �o E-110 ,.� .o..� ..n .am...o. o. R�.�oN �No ooMM�N�>r .reRv�o oA.E .. ,.....�a........n....o o.n A AD �0rzsrz@4 Pik fYJd_nnl n'J nnneninnnn uo Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCDO0943784 Ni T 1. LOCATED IN STORAGE AREA BELOWTHE BLEACHER S 2 FOR CONT. SEE DWG E131 FAMILY (TYRFOR 3) W X MH 1'_6" DW1 (YRFOR3) w xz MIT-7 v RDa RESTROOM LR2 3. MOUNT JB.AT THE BASE OFT HE 45 ELEC RM 24 (TVP FOR Z) 15 24 (TVP FOR Z) kUl (TVP FOR 4) 44/FT MURAL WALL (PROVISION FOR FUTURE Fo2IT I 29 ms zB (rw. FOR 1a) 114 RDa sTORAGEz Has x1 LR4 x FIRE wsER wm Hc1s woz R F0 e) uPucHr) PANEL "LC' HC22 OW01 202 SEENOTEI 3/4"C-292,192 ORD� PT QVPFOR10) 20 QVPFOR 22) 2 107 sEENOTE2 18 MEWS RD4 4. 3 SEPARATE DIMMER SVNTCHES PANEL "H C" HC1516 Hczz LC29 RW.FOR4) SEE NOTE z HC22 RESTRO ° FOR RDa DONMLLGHTS IN DJ BOOTH. (TY TOR6) RD6 201 _ --� -- -- On 11 - - -- 10 2 20I 0 - ° �1%. Wb �15 15 �1\ 1 �1\ i\-- 14`)6 1s �_ 44�FT RVP FOR 2) '18p I`15 16 - 0 CLG HT 9 5 1 - 16 1e b\"20 12 181 \18 LOC ERS °\` / T'II 2H1 -- \-__129' 1 i 2H I CLG HTF14'�" 20 WOMENS l CLG HT=14'9 / - 1 I ILC2 I \ \`ate ! �' 6 1° — Y I RESTROOM �YXI �l ! 6 \ 13 GHT 82 22, \ \\ \\ \ / 103 }� CLG HT�'2"I s�J1' 1 l�15`-'�5 -..-5 __5 _ 1� 11,5 CLG HT2'-2 _ �,\ l I / I 15"--I 5 / 15 - ! -- 15 I 15 -- I 15 OFFICE 20 �; A \ l \ l \ \ \ \ tm 4 T LTG v --_ o4`I i V V V 'UFV15 V V 1I- 18 CONT. PNL - STAIR-1 \ LS4 ° 18 K 156,. �\\`� X3 (< FOR ) 16 / \ SEE NOTE3 VP R2 HC18 LS2 LR4 \ 18 I 16� 0 0 OKATERENTAL 95'T 20L 10S \\ ^0 SPORTS J 1B 6 1 18 44FT ". 20 SHOP IA1 RVP FOR4) EOPMT 18`, 20 / / 2 20 RVP FOR 11) MLB \\ STORAGE % \ 1 I 0 OW1 _°� 112 :'-- 126 NITOR I QVPFOR 5) SEATNALL 2020 I16 16i . LTG CONT STATION #I -- QVP FOR 11) 1 l20 30 HANDRAIL / V io4 I�yI1�CL HT2 2 \ 20 18 _ PD VPFOR 4) ____ 44ffT . VEST�i °`.. Vg1 1 TICKETING LH1 I N 102 I\ 20 111 112'C 1fF10 ________________ _—__ '.y'� 20 57/FT % % 2 \\I 110A 4351 ((VP FOR 5) SEE EA05 Ir _______________ I RB (fVP FOR 4) UNDER COUNTER 20 20 I \II 44 DJ BOOTH \ SEE NOTE \ / I ROLLERSKATE 101 \ 1 RINK/ PICKLEBALL/ — — — — — — — B I / 4 LTG. CONTROL t I / BOBA ASKETLL E-0OS STATION RE ° LLEYBALL 20� / I,..... COURT / I� 1 II LR2 117 20h/ SKATE 441FT 435FT Y I I CHANGING I A\ I -PC R EXT. BENCHES t LLUMINHIE BLDG. SIGN 118 WF2O 7 RD1 11 yRy (TVP FOR 5) 2 L 9 T37 `037 VP FOR 7) I\ C 20 -� - - D5 - - - - - - - - - - - - - - - - - - t37 139 8 TTTTTT¢ �IL HyN IG3IK I13II8I 3vIq VP `FOR 18 3�F/ PRIVATE T/E 1 PARTY \ 1(jSECTION 20 37 37 HOER COUNTER 22 11 8 44FT 441F 4S3/FT 420CLGHT2CEN1&7 V ON � / �� 18 1 DECKA- 1__- •T- \ �2'-'___ RC SENA19 3 ---F11C-- 20 2� ` y -- 30 0 20 ----------------------- _ M 014-020 20 - - - - - 20 - 20 -- 20 20 20 20 20 e v.y zo as HANDRAIL cm pncc2ouND) RDa WOt 20 a QVPFOR 2) WEI 10 �RVPLOR1o) 44/FT (rvP Foaao) 20 HANDRAIL e RVP FOR 3) I I M"=r-°" LH1 bTT 7/1FT GROUND LEVEL LIGHTING PLAN 1 a' 4' o a' Le ILL SCALE'. 1/3"=10 E 120 3AR SCALE CITY OF SANTA CLARITA As seowN os/a0/s02a o"" 91zse THE RINK SPORTS PAVILION ru(a a7Azv a-^�31 mph 20860 CENTRE POINTE PARKWAY R�0�4 °N (\ sn xv An0 Venna Associates Inc. x� „90.e A 10 SANTA cLARITA, CA 91350 S Ctlo1U800�L eaRnoao s[Rviccs oAic 11 4y� uns vn[PnR[o Krvo[R ix[ oIR[cnan oi. GROUND LEVEL LIGHTING PLAN 227 2s00 AR E-120 .. ,.....�a........n....o o.n A 100,CCOP RI fYJd_nnl n'J nnnenlnnnn uo St Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 0 I I I N.E--�—CENTER CENTER—�—Nw ORIENTATION FOR IuMTCHINC LICHTINI ONLY - - - - - - - - - - - - - - - - - - - - - - - - - - - A I I LC 35 37 39 35 I. CBL \ HC131121 % 3/4"C490+192 GN0 ^^ 20 (P'P. FOR1 Z) L81 UVC MF MHH IT'/P FOR4) TVP. FOR 16) I TVP. FOR 8) 230 ' LC 3133 /\11 rHC 1419 21'A('�� 21 21�/ t221 I/ / I1, T� Lk3 �_-/ LR3 LR1 MIT (TVP. FOR 2) 19 T;9/ \9 _Q��19 % 62/F LEE 111� 6PH 244 TVPFOR 40) 31 285 \%'00 Al o�AI 162 0 21� b'� V I IV dV o o 0 0 0 0 o a AZ�E ,I�^I / Irk /a 19 019 0 31 _off___ 3\- - 31 /I9 I19 / y \ Fyn ----- 1 35v \ 1�- � - 1] 1] "' ��� 1] 1] 1I�__-_1] 1] �1 / �39 I -� 1c] \7- \ i 1 �__� I o 38. % ' 1\ ML / 1 I 1\ I\ -\ 1 \ �I\/I\ I\__'�I ��__ 1 11\ I1g 19 1 19 8 �I a n- i 21T\O o38 Y/ \I 11 1 \ 1 \ \ I `✓ / rt A ®,�3 RW. FOR 3) 205 "� o '.' `4 ! -_,; / 2 12 o I Hc13 11 I 11 11 11 11 / 16 II I i of \\ T_ yk0`_ 39� TVP.FOR 42)) A '21 A 1 21 P9 G'� 21 1 13 0 % tl % �J f / % % 11 % % o, 19 1 'i 19// 19-��i9`�_ Q I-__ \OQO y- o�_Q �h. 1TT a1 1T otl T 6 I{II,T 1T 1 �1T �1a /1T o r14�� \ / b Si /4 a �� 13� oI Iq, I/1] I/I ol/ 1�19' �, / 23 2}-,\l ��� / 0 44 3o A /\ 35 \\\311 O II \ +.� \\ MIRROR 1 _ ,I Ibb ,1 123 ah' a / 6 1 y \ \ f \ \ \ \ I \ \ �33 \ 23 �''J o raj- o���\ o \/ L/ o \ d \ o I \ \ o \ a LR3 221 13\ 7 1\ 117 11 1] �7 \ ° .�17 1] \ n �11 i )n �19 1 �. \ 19 6z6T LEE 35� / 11 / I I yyJJyy;; LkS 62/FT \ 1 221_1 1'�_oY /12 1 1 1 1 I 1 1 1 1 1 it o 19��- 19 �1o1r9 0 20 TVP. FOR 46) 1 -� 0 1 b 1 0 1 \ 0 1 0 1 o I{�'/ 1 0 \ 19 �7, l_ \1 o /�1] \f1] \,I1] % \\17 \117 11\#,/� \f-__ `Nf��,�'I 1Nf��_�'� o � I1 TVP. TO OF 19) `/'- 21 - \�/ak' 21IF/ \��I{z1 .� 11 331 11 33y�J I � ` Q 39 --19\ 119 31 f /� I``--' I` 3-r-- o. (�'o"I (� o as o _�----'�- �33 fi-9 `I19 a��__� `\ o / ill -- - -� \J- 11/ (� TvP. FOR CIF. IT �! �,. 1� Y -for-� ` 9 C Ls1 z44 TVP FOR zo) 33 / / ` / j 2JT\ 1 \121 �21 31FT 1 TVP FOR CLEF 24) 1�19 /��9'—%�19 \ `1I} pR o I o 0 0 0 0 0 1'0 \ o __ a ` `121}\ \�\\�2\ f\ __^ `--'7 1-��y,` __� f,4 L4 __� f\4 , \�I�9 (TVP. FOR 13) ^\ \I \, �j�__ �C 1 IC r v 1L LEE / 1 / /---1- aT l-"" 3T/_l /T __r / (, 1 �21 �21 21 �\ 124 ol`4 VI24 4T/� �/�424 o) �4 30 �24 �24 -I24 Y 1240) �9 �119 IRJ 19 __19 1\d1 62FT 3 -- - ��, RYPFOR CLIFF 21, ITO 24 -- LEE- 621 I --- LRr KEYNOTES. 244 TVPFOR20) iO3/4"C-2#I0+1#I2 GNP 0314C 390,192GNP CEILING LEVEL LIGHTING PLAN 84' 0 8 e 11e -1s0 E14° 3AR SCALE `"". """"R`° ar. CITY OF SANTA CLARITA As seowN os/ao/zoza o"" 9�zse av THE RINK SPORTS PAVILION ru(a 7Acs-^°3� mph 20860 CENTRE POI NTE PARKWAY Anil VermaAssociates /nc. .VN` CANTA CLARITA, CA 91350 ctl So1�800�L ecRnocc s[Rviccs cAic urvs vn[PnR[° crv°[R ia[ oiR[cnary oi. CEILING LEVEL LIGHTING PLAN zzzzsoo A°E-140 =1 R�.�oN A- ooMM 1 sERv�c oA.E .. ,.�s s".,aa........n".."o °.n A ao �Orzsrz@4 Ftl ma-nnim Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCDO0943784 1 CL 45'-0" 1 53'-0" SKATE RENTAL FAMILY 1 � SHOP RESTROOM 112 114 STAIg2 OFFICE 110 PAGING STATION (TYR FOR 3) TICKETING TICKETING KEY NOTES: iO 3/4"C-1 CALK RJ45 ETHERNET CABLE Oz 3/4"C- 2 CALK RJ45 ETHERNET CABLE O3/4"C-3 CALK RJ45 ETHERNET CABLE O1"C-4 CALK RJ45 ETHERNET CABLE Os 1"C- 5 CALK RJ45 ETHERNET CABLE 1"C-6 CAT6 RJ45 ETHERNET CABLE O11/4"C-7 CALK RJ45 ETHERNET CABLE Oe 11/4"C-8 CALK RJ45 ETHERNET CABLE NETWORKSVNTCH fit OTO STORAGE iOo TO NETWORKSVNTCHA ELEC RM JP & CAP 6"ALL - - - — - - - - 2 - - - - - - - - - -/ TV B I #10 PA SYSTEM AMPIJFIER/5 WP SPEAKER] MI CROPHONE WAIL 3/4"C WTH SPEAKER CABLE 1 /J MOUNTED, MH4'p" GROUND LEVEL COMMUNICATION AND SECURITY PLAN 1 84' 0 8' 16 1f"=1s0" E1so 3AR SCALE CITY OF SANTA CLARITA As seowN onrc 9,zse os/ao/zoza THE RINK SPORTS PAVILION P3034 (ae,7nzv a-^°3x 20860 CENTRE POI LIFE PARKWAY c. Anil VermaAssociates /n�, SANTA CLARITA, CA 91350 BaRHoaoRP,�Es onrE O„ ctloi�eoo�L u"s rnePnRe° c"°eR .ae °IRecn°" or. „x GROUND LEVEL COMMUNICATION Szzzzsoo rv° E-150 Runary nxo canlm✓rv,rr scRV�c onrc ex ixu n�mw., ur sux�rvxc �xo o�rz AND SECURITY PLAN r'A xoxxiw wn .amx. You oo q m io/zs/z�a RI r»a_nni n nnn�e�n��nn u� Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCDO0943784 ------------ STORAGE2 02 NOTES: 1. SEE AV DRAWINGS FOR ADDITIONAL CONDUIT AND BACK BOX REQUIREMENT. 2 DOWN TO DJ BOOTH FOR CONT. SEE UNG 150 3. USE 10 AWG WRE FOR RUNS MORE THIN 150 FEET. KEY NOTES: iO 3/4"C-292AWG Oz 3/4"C-492AWG O3/4"C-692AWG O3/4"C-892AWG Os 3/4"C-1092AWG MEZZANINE LEVEL COMMUNICATION AND SECURITY PLAN 84' 0 8' e 1f -1 0 E151 3AR SCALE ILAN `""� """"R`° aY. - °" CITY OF SANTA CLARITA As seowN onrc 9,zse os/ao/zoza THE RINK SPORTS PAVILION eao�a (ae,7nzv a-^°3x 20860 CENTRE POINTE PARKWAY ry n s rv� �, Anil VermaAssociates Inc. .V Vp ��o„'°°, . '° SANTA CLARITA, CA 91350 BaRHoaoRP,�Es onrE O„ ctloi1eoo�L u"s rnePnRe° c"°eR .ae °iRecn°" or. „x MEZZANINE LEVEL COMMUNICATION AND 522z2soo rv° E-151 Runary nxo canlm✓rv,rr onrc SECURITY PLAN r'A xoxxiw wn .amx. You oo q n0 io2s2@a RI r»a_nn1 n nnn�e�n��nn u� O Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCDO0943784 NOTE LIGHTING CAN BE MANUALLY DIMMED OR SW TCHED ON TWO LOCATION, OFFICE AND DJ BOOTH O LOWVO AGE SECTION SHOW LIGHTING SCHEDULE CIRCUIT# RELAY# LOCATION PROGRAMMABLE TIME ON 29 1 N. E. AN EA LED 31 2 NW AN EA 33 3 BLEACHERS 35 4 CENTER 37 5 MAN RINK 39 6 N W AREA OTOR LIGHTING CONTROL PANEL NOTE: LIGHTING CAN BE MANUALLY DIMMED OR SW TCHED ON TWO LOCATION, OFFICE AND DJ BOOTH O n Hc13 HG14 HG15 HC51 HG18 HG19 HG20 HG21 HG24 LOWVO AGE SECTION LUTRONRA'HOAA20R EQUAL LIGHTING SCHEDULE CIRCUIT# RELAY# LOCATION PROGRAMMABLE TIME ON 13 1 N. E. AREA LED 14 2 N W. AREA 15 3 BLEACHERS 17 4 CENTER 18 5 MAN RINK 19 6 N W. AREA 20 7 OUTDOOR 21 8 N. E. AREA 24 9 CENTER LIGHTING CONTROL WIRING DIAGRAM NOT TO SCALE 6200 LIGHTING CONTROLWIRING DIAGRAM KEYED NOTES 9OLIGHTINGCONTROL PANEL LOW VOLTAGE RELAY BASED LIGHTING CONTROL SYSTEM WITH RELAY COUNT AS NOTED, NETWORK CLOCK/ PROGRAMMER, PHOTO CONTROL PACKAGE WTH PHOTOSENSOR,AND LIGHTING INTEGRATED EMERGENCY RELAY PANEL OPTION. MODULE REUIYS INSTALLED WITHIN A SURFACE MOUNTED ENCLOSURE DESIGNED SPECIFICALLY TO WORK WITH RELAY CONFIGURATION SHOWN. MANUFACTURED BY WATTSTOPPER TYPE LIA EN OR PRAPPROVED EQUAL. LOCATE PHOTOSENSOR CONCEALED FROM PUBLIC VIEW AT SEE PHOTOMETRIC PLAIN FOR LOCATIONS COORDINATE LOCATION AND FINAL MOUNTING HEIGHT WITH ARCHITECT PRIOR TO ROUGH IN PHOTOSENSOR SHALL TURN ON AND OFF LIGHTING IN RESPONSE TO LIGHT LEVELS INCLUDING LOW LIGHT LEVELS DURING DARK CLOUD CONDITIONS OR EARLY DUSKAND DAWN. 3/4" C 292+1 #12ORD TO A 20A,120V OR 277V,1 PHASE UNSWTCHEO, DEDICATED CIRCUIT. GENERAL NOTES FOR LIGHTING CONTROL WRINGDIAGRAM 1. INCLUDEALLMATERIALS AND LABOR REQUIRED FORA COMPLETE AND OPERATIONAL SYSTEM 2. INSTALL LOW VOLTAGE WRING IN CONDUIT, 3/4" EMT MINIMUM. 3. LOCATE ALL SENSORS PER MANUFACTURERS RECOMMENDATIONS. 4. ALL CONTROLS SHALL BE FULLY ADJUSTED. 5. VERIFY WIRING AND JUNCTION BOX SIZES WITH EQUIPMENT SUPPL ER PRI OR TO BIE. 6. ALL EQUIPMENT SHALL BE UL APPROVED. 1. VERI FY ALL WIRE COUNTS AND TYPE WITH EQUIPMENT A PPLIER AND PROVIDE AODITIONALWIRING AND DEVICES AS REQUIRED. 3. PROVIDE ALL LINE VOLTAGE CIRCUITS AS REQUIRE. CITY OF SANTA CLARITA Da/a0/zoza ,, THE RINK SPORTS PAVILION eaD�a ­1Pu(e 'Azvg �}' 9sse 20860 CENTR E POI LITE PARKWAY n. ry (s s rvs r): Anil Venna Associates Inc. ,,,./. z10 SANTA CLARITA, CA 91350 eaRnoao s[Rnces w�c uns vntPnRty �rvo[x ix[ of .LIMN oi. �c IJ""�` IJGHTING CONTROL WIRING DIAGRAM E_200 RGnaN ANO caMMVNI]Y SERVIc 1A11 ¢x rxu nxmwr, ur ¢¢xxrvw xxo own A l0/25/2.9 Pti r»a_nnim .,.,�.., .. Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 LOCATION. EIFCT. RM M PANEL"HC'St CKT NO TRIP AMP � o DEscRIFTION COL#I A VOLT B AMPS C COLfi2 A VOLT B AMPS C DEscRIFTION w TRIP CKT ®®o �Vr� ii►r7�® 0®® ®®0�'—•,, .ate . a, ... __® ®_® 0®® LOCATION ELECT RM� PANEL LC SHOW LIGHTING ABBREVIATION: KEYNOTES: NO E: GT GENERAL LIGHTING iO 9) KITH UV,(2) MF 1. REFERTODWG EA01 &EA02 FOR EGHTING FIXTURE SCHEDULE. CBL COSMICROJEC LASER PROJECTOR O (Z)MHH, (Z)MF, (5)UVC, (1)MB MB MIRROR BALL MFE MOON FLOWER EFFECT O 9) CBL,(3) PAR, 9) MF, 9) MUD 9)UVC LUB LIGHTING UNDER BEAMS O 0) CBL,(4) MLE 0) PAN(1)UVC MLB MOTORIZED LED BAR MHB MOVI NG HEAD/BEAM WASH O (4)CBL, (2)MF, (Z)MLB, (5)PAR, (3)UVC MHH MOVING HEAD HYBRID PAR PAR LED WASH UVC UVCCOBWASH-BUICKEGHT * FOR EQUIPMENT SCHEDULE SEE DWG E-102 `""� """"R`° ar. - °" CITY OF SANTA CLARITA As seowN os/ao/zoza 91zse THE RINK SPORTS PAVILION ru(a a7Acv s-^°3� �mumph 20860 CENTR E POI ATE PARKWAY Anii VermaAssociates /nc. .V�o„' . '° SANTA CLARITA, CA 91350 Sctlo1�B00�L ecRnocc s[Rviccs cAic mi 4y� urvs vn[PnR[° crv°[R ia[ oiR[cnary oi. PANEL BOARD SCHEDULE 4Z]-4600 A° E-3®Q --I A- ooMM 1 sERv�c 1A.E .. ,.....,aa........n..."o °.n A � �Orzsrz@4 RI f��4-0010� nnnonlnnnn`wa SPEC EFECTRICALROOM 9REC SMTE RENTAL TOIL LOCKER VENDING MACHINE WEST SIDE DRINKING FOUNTAIN WITH BOTTLE FILLER VENDING MACHINE EAST SIDE DRIN NNGFOUNTANWITH BOTTLE FILLER 8 9REC ANTRY& SPATE CHANGING AREA TE 2 TOIL EXIT (1flO ILL) FAMILY RESTROOM EMME 6 REC WOMEN A RR MIMMMI 15 20 1 BLEACHER EGHTING(11)U1120, (2Z)LR420 660 1603 ;�amns,mMMM AUDI 0 INPUT PANEL 2 (A M) EASTSI BE HAND DRYER WOMENSWEST SIDE Lna�, 49 wirzq(1�a0a�°°, (ieiwvaaPiY�p'mw�A 1 20 1MMMETE 1 TOI F EXIT (1 A ILL) FIRE R BAR RM DRINKING FOUNTAIN WITH BOTTLE FILLER 8IMMIM AUDI 0 INPUT PANEL 1 (A M) WESTSI BE WOMEN A RR SOAP DISPENSER MEM 21 20 1 NE. CEILING EGHTING (37)LR520, Q6)LR3/162AUDIO RACK ELECT RM JPS RACK MOUNT HAND DRYER FAMILY RM MM� MOTORIZED SHUTTER CONCESSIONAREA J&��NTROLPANEF MEE INSTANT WATER HEATER 1WH 1 42A MEMO HAND DRYER MEN A RM EAST SIDE MME OEM immm URST , LOCATION. ELECT. RMM PANEL"k' CKT NO TRIP AMP pESCRIFTION COL#I A VOLT B AMPS C COLfi2 A VOLT B AMPS C pESCRIPTION TRIP AMP CKT NO 1 20 1 Im2,IQ0, k6 EVAP COIL, CARBONATOR PUMP, LEO LTS 568 1044 K5650DA DISPENSER 1 20 2 3 30 2 KS, K4 FREEZER COMPRESSOR &EVAP. COIL 2236 1392 K58 PIZZA DISPUIV CASE 1 20 4 5 zaas 11sz Ks9, �o HOTDoccRILL,TvouTLET, couNTER REFRIc 1 zo a ] 20 2 K/ROOFTOP COMPRESSOR&COOLER 1560 1440 (n lffi1 FRONT COUNTER RECP. &TVOUTLET 1 20 B e 1s6o zoo �z CASH REGISTER wESTsmE 1 zo 10 11 zo 1 K1a wEST woRKrABLENORTHSIDE e4o zoo �z CASH REGIsrER EAsrsIDE 1 zo 1z 13 20 1 K13 WEST WORKTABLE SOUTHSIOE 348 1]64 k63 PIZZA HOLDING BIN 1 20 14 15 20 2 K1510E MACHINE NORTHSIOE 1404 1168 KITCHEN RECP. EASTSIOE NEAR ODOR 1 20 18 1] 1404 1068 K49,K51 HOT FOOD DISPUIV &COUNTERTOP RECP. 1 20 18 19 20 2 K1510E NIACHINESOUTHSIDE 1404 1658 KSB,K39, k64IXH. HD, FIRE EXT.,SAINDVNCH TABLE REC 1 20 20 z1 1404 1416 Kso, Ksz cHEESEDIseauNDERcoNTER REFRIG 1 zo zz 23 20 1 K1850UTH WORKTABLE 840 1080 K53 NACHO DISPUIV CASE 1 20 24 25 20 1 K24, K2]FIRE PROTECTION&PIZZA OVEN 1320 1800 K54 POPCORN MACHINE 1 20 2H n zo 1 K2s, bo EXHAUST HOOD aEAST WORKTABLE Lazo wz K4I REFRIGERATED CASE 1 zo zB 29 20 1 KS1, KS9 AIR CURTAIN FIRE PROTECTION, PA SYSTEM 800 ]BO K55 MERCHAINDISER 1 20 30 31 20 1 Iffi2, Iffi8 AIR CURTAIN, CASH REG., STAND COUNTER 960 960 K45 FRYER WESTSIOE 1 20 32 33 20 1 Iffi65TAIND COUNTER 720 960 K45 FRYER EASTSIOE 1 20 34 35 20 1 K2](2na DECK)PIZZA OVEN 840 SPARE 1 20 38 37 20 1 18 RDS, ]RD]EGHTING 485 d4320 SPARE 1 20 38 ae zo 1 coNDENSATEDRaN FEAT TRACER Soo SPARE 1 zo 40 41 zo 1 SPARE SPARE 1 zo 42 SUBTOTAL ]105 9144 6I60 8664 6148 SUBTOTAL VOLTAGE'. 208 / 120 V, 3P, 4W MAIN. 200A CB GRAND TOTAL 15I69 151NL 110tl0 MIN. Ic22,000A TOTAL3 PHASE CONVERTER 42141 KJV 11] AMPS Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCDO0943784 enIMM90,1ln CONN HE COVER WITH RECESSED HANDLE GRADE ELEVATION BURNDY TYPE CUWIP 12" BIA PVC OR CONCRETE PIPE 9 0 LONG) 40 BARE COPPER CABLE I TYPICAL GROUND WELL DETAIL NOT TO SCALE E-001 CADWELD TYPE"Pu' 40 BARE s COPPER CABLE DETAIL 2 NOT TO SCALE CADWELD TYPE "A• a 4N BARE 41 BARE COPPER CABLE COPPER CABLE DETAIL r3-"� NOT TO SCALE Ef STEEL PLATE OR FENCE POST CADELFTYPE 'VB" HAND OFFS — m INSULATOR � m m ED HOLES9,32 �VP) COPPER CABLE 1/4"X4"X18"COPPER GROUND BUS DETAIL NOT TO SCALE E401 CADWELD TYPE "SS" 4N BARE COPPER CABLE DETAIL 5 NOT TO SCALE E4o� BARE4" �` ' AWG COPPER TO TYPICAL GROUND GRID ND BUSBAR DETAIL 6 NOT TOSCALE E-001 RACK 4R406SB. EACH SHELF SUPPORT 200k SILVER POLE BLACK SHELF OR APPROvED EQUAL AUDIO RACK NOT TO SCALE E4o� CITY OF SANTA CLARITA °a/ao/z°za onrc 91zse THE RINK SPORTS PAVILION ru(a a7ncv s-^°31 mph 20860 CENTRE POINTE PARKWAY Anil VermaAssocWes Inc. .VNp �o„' . SANTA CLARITA, CA 91350 S ctl211�800�L ecRnocc scRviccs cnrc mi 4y� urvs vn[PnR[° °rv°[R i"[ oiR[cn°ry oi. MISCELLANEOUS DETAILS zzzzsoo Runary nxo cenlm✓x�rr scRV�c onrc SHEET 1 OF 5 r'A xoxxiw wn .wmx..00 0o j ADio2s2@a RI r»a_nni n nnnreln��nn u� Docusign Envelope ID: 1AB85B74-93EB-43CE-A87O-5FCDOO943784 0 St PRIVATE SHOP KITCHEN SEATING AREA PARTY STORAGE BLEACHER A fit R3 A M f6 CAT 6 RJ45 ETHERNET CABLE (TVP) --- N:R R cABLEcONNECTOR YP, NETWORKSWRRI --1 WIFI RISER DIAGRAM NOT TO SCALE E4o4 ENTRY SKATE CHANGING KITCHEN LAI TV2 SHOP Rig _ _ BENCHES NETWORKSWA J 2ETHERNET PORT TVP PRIVATE PARTY PRIVATE PARTY STORAGE SECTION SECTION Al f@ go CAT 6 RJ45 ETHERNET CABLE (TVP) NETWORK SW Rig _J RJ45ETHERNET CABLE CONNECTOR()VP) TAPE ELEC RM SRI 2 SP223 SP2.4 SP22P26 SP2221 SP22P29 SCC22 SCC22 SCC22 SC22 SCC22 SC1 SC1 S S S S S S S S S S S S S SPEAKER WIRE (TVP) ---------------� SPEAKER No DJ BOOTH SPEAKER RISER DIAGRAM �4� NOT TO SCALE E4o4 TV MONITOR RISER DIAGRAM (2_� CARD READER RISER DIAGRAM NOT TO SCALE E 404 NOT TO SCALE Eao4 `""I """"R`° ar. - °" CITY OF SANTA CLARITA As seowH os/ao/zoza ✓nrc 9 M1 THE RINK SPORTS PAVILION ru(a a7Azv a-^�31 mph 20860 CENTRE POINTE PARKWAY 6�0�4 VermaAssociates Inc. .��` SANTA CLARITY, CA 01350 SCtlo1�800�L eaRnoa✓ s[Rviccs ✓tic uns vn[PnR[o 0rvo[R ix[ o .LKN oi. MISCELLANEOUS DETAILS 227 260o rv� E-404 Run✓ry nxo c✓nlw/✓rv�n s[RV�c ✓nrc ex rxu n�mw., ur ]6X�rvw �xo o�rz SHEET 40F 5 xoxxiw wn .wmx..00 0o A AHio2s2@a RI F)I?a_nni n nnn�e�n��nn u� Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 iz a Batt PHASE I CONSTRUCTION GRADING - SHEET FOR REFERENCE PURPOSES ONLY NOTES: CONSTRUCTION LEGEND 1. FENCE LAYOUTSHOWN MAYBE ADJUSTED SLIGHTLY INSTALL TEMP. CONSTRUCTION FENCE TO MAINTAIN STANDARD PANEL LENGTHS. SOME KR HIGH) PER SPECS HEREON INCLUDE PANELS WILL REQUIRE LENGTH MODIFICATION. SCREEN UNLESS OTHERWISE NOTED FENCE PANEL BASE SUPPORTS NOT TO SCALE. .- �• INSTALL 20' WIDE ACCESS GATE PER 2. SEE APPROVED TEMPORARY FIRE ACCESS PLAN SPECS HEREON MB EX EDGE OF CONCATTACHED AT THE END OFTHIS PLAN SET. ----DEMO LIMITS FENCE / GATE SPECS END FENCE AT BLDG WALL, T MAX CLEAR END FENCE AT BLDG WALL, 2" MAX CLEARGAP BETWEEN FENCEAND BLDG WALL GAP BETWEEN FENCE AND BLDG WALL • Temporary Consirmfion Fence Pq7 1 anelsPanelL,,gW =12'; Height=6'-SEE NOTE HEREON ON CUSTOMIZED PANEL LENGTHS oOhF,hk -lb-1 aM horizontal frame-1-3/6"tliamefer Wbi,g, 065(16 gauge) ..It Wkmss with Mf F--- KOF WALK . 0 tlippetl galva coati,g O EX CONC EDGE o One -Hkal (full length) antl two --hat braces (each sitle of veHkal brace) using 1-3/6" tliamefer EX PARKING LA D O EX GYM BLDG 60 f bi 06516- a ll thickness, with hot tli tl Nan�etl coati u n91 9 uge wa ) ppe 9a ,g All fubingwill beconnecfetl using full pemVafing weltls, exposetl weltls are coafM wifhasprayon gaNanizetl coating o Attach fence fabric b all frame fubi,g, imlutli,g corners, w0h aluminum wire files every 6" on center x EDGE EX PARKING ISLAND o Chain link fabric is 11 gauge, 2" mesh with hot tlippetl gaNanizetl coating OF CONC PROJECT WALKWAY IThe boHom she of the verikaleM beo for insfallafbn on the sfantl male posimnsf p n pest o Commercial Mesh Screening per spec bebw SITE.Temporary C.-t—hon Paml Stalls — — — o GaD.— Constmatron o All tubing except for We uprght --Hs are matle from 1-3/6" tliamefer WN,g, 06516yhB, wall Wkkmss), wdh hot dippM 9a1van¢M coating CONSTRUCT DIRT RAMP IN FRONT OF o UprgM male suppods must albw the 1-3/6" -n—I panel tubes I. sIhhk over with a snug fit EXPOSED EDGE OF PAVERS FOR THE o Uprghf male supp.Hs will be fabrkafM from tubing with a 065116 gauge) wall ihkkmss WIDTH OF THE GATE. RAMP LENGTH=3' o All tubing will be connecfetl using full penefratron weltls, exposetl weltls are coafM with a spray on gaNanizetl ERS coating NOTE: CONTRACTOR •Hardware STAGING 0 oGafe hardware kM/5 GATES TO ADJUST FENCDouble swing configuration -Two 1— panels each w0h a gate helper wheel AREA REDwREO To PERFORM THE WORK 1-3/6" O D. Collar • 2-3/BOD. Fork latch 1 2 O.D. Female Mtge 2-1 3/8" O.D. Male hi,ge DEMO LIMIT AS . Allrequi — Mbolls DEFINED PER All hardware I. be 9alvanizetl / SET FENCE I'INSIDE DEMO PLAN �+ oPamlb panel clamps/03 PANELS X2=166 PLACE FENCEISTANDS BASKETBALL COURT EDGE EX EDGE OF ALONG EX FACE OF CURB b' CONC WALKWAY • 1/3/8 tlouble clamps • All requirM nuts antl bolts All hardware I. M 9a11anizetl \ b, 1 0� • High Vi 61,1y Anchor Fence Weighs / 03 PANEL STANDS X 2 =166 1 30 —_--_— I Two per panel sfantl • y ° r--------- 62• PAVERS TO REMAIN oD-9— I. It over panel sfantls 020 ❑ OUTSIDE OF DEMO LIMITS oD-9— I. fO flush fo the 9rou1tl �C F,16,p � o Ora,ge safety cobr EXIST FACE OF CURB •Commrcial Open Mesh Screening/476CREEN6 G 6` 2 EX CONC PAVER ED Pe 9y'2i9 0,!6"X 5'6" G EX COLUMN o Green I S ❑ ❑ 0 600 Seres oScreen opacity, 69%31ockage O o G. is at each corner antl every 6" for attachment at all frame tubes (fop, bottom, entls, cener INSTA 20'WI ACR P, vHkal,cenferhorizontal) 3' INS , CENTE D TE, EX EDG STRIPE INSTALL 3" P C SCH IP o Secure usi,g heavy tlNy'/." UV rafetl zip fes FOR DRA AGE, TCH oCuf all zip files Bush CURB LOW E ° C/L GATE • Scope of Work Inc -We Folbwing: Purchase all lisfetl materials, assembly of all lisfetl materials, stallatron of all lisfetl materials, antl any antl all regh,,,d maintenance from issuance of the mike I. prmeetl I. tidy approval of the final payment request. 1-tall— shall commence blbwing issuance of the secoM I. p.— . An materials areal be new, no usetl mafebals will be allowetl EX CURB FACE EX CURB EX BACK OF WALK INLET Phase II Bid to include acceptance of fencing O �t IDE layout and materials as installed at issuance of ❑ I the Notice to Proceed I ❑ ❑ I THE RINK SPORTS PAVILION PHASE II FEET \ SET FENCE CORNER/Gar END POST CONSTRUCTION FENCING NOTES FOR WHERE ENCEVTSIDEOTEX REFERENCE ONLY. OTHER INFORMATION 1 1/2 2 PLACE FENCE 1' INSIDE A1Ex CURB FACE 1NC— 1 NOT A PART OF THE PHASE II BID ° �iRA1LPROS pO assRwcRF CITY OF SANTA CLARITA 62 unaeryrouna iss",iIz`ss-a11 n^'^`I y ff TFE RINK SPORTS PAVLpN Serrae aert ,.b,e m„ w590W 70B9G CENTRE PORPE PARKWAY DEOV9ANfA CLANfA, CA 9bE0 EE . cool-311 Ell vn reTIE ola[c ION of. zzT-zsoo po CONSTRUCTION SITE PANS reE re u of 11 1 2 E2ac�� FENCE PLAN C-102 p wan. n °M p,EMEN,. M, VD-11E aNp p 10OX SUBMITTAL SET N 'Q V Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 as Abe PHASE I CONSTRUCTION GRADING - SHEET FOR REFERENCE PURPOSES ONLY GRADING NOTE: IBACKFILL NOTE: PAD BOUNDARY NOTE: UTILITY NOTE: F I Coe 0 'CONTRACTOR SHALL FOLLOW SOIL REPORT OUTER PAD BOUNDARY IS THE SANE AS THE EXCAVATION SEE DEMO PLAN (SHEET C-101) FOR ALL GRADING ACTIVITIES WILL F RECOMMENDATIONS ON BACKFILL. BOUNDARY FROM SHEET C-3D1 EXISTING UTILITY SCHEDULE AND LEGEND COMPLY WITH THE RT 0 I I FRANKIAN GEOTECHNICAL REPORT RECOMMENDATIONS O DATED JUNE 20. 2023. F GRA-I� JOB NUMBER 2000237-003 I DAYLIGHT LINE EX. GYM BUILD ING � II ---- — ------ ------ _ III ^� -- 9:1 _ v r—=—=____===fir— --— — — — — — — -------Zaay--_�_—�; III --------- — — ----- IIL I FUTURE EDGE — — — — — — — — LT II I� OF FOUNDATION _ — — OUTER RINK PAD EL = 1394.45 (REF ONLY) _ F n 1� _ NTURE EDGE �— — — — — — — — — — — — — — — — — — — — — — — — J > FUTURE BLDG WALL -f OF FOUNDATION (REF ONLY) � �n (REF ONLY) EDGE OF 165' i DEMO'D AC RELOCATED DRAINAGE INLET DAYLIGHT I I IJ TG=1" BELOW BOTTOM OF I± I 1 1 REMOVED PAVEMENT LINE w yy+I I I GRADE AROUND AA`AN 1972121-75 N 1972216.D1 / ', Ia I EX DRAIN INLET ---1— - 2-. \ E 6111184,99 E 6411119.37 / (Y1 MAX) LOW R SUB -GRADE Y 7" TO ACC MODATE 186 CY OF SPQjI„S,,/ ,1-, , E 6411154 N 1972251.15 III N,972„3.9D BALANCE OF SPOILS SHALL BE \ J E 641121B.24 N 19721 5 1] E 6411125.26 i r o4„2D4 , `LEDf1OFIIF,SITE2PB- CONTRACTOR II -30 1 N 1972266.47 N III Iw / GRADH 1' MIN. N 1972130.29 1! 1 7G1,�,1 f, I"[, ICI 1 fAI: f IJ 1 ^It GI E 6411147.73 III iNO ^4s I n y AlI� E G41124D.54 E G411 '/I:I f f 1111f' 1, I II (2:1 �AX> �, - 115 FT X 75 F \ I I I � PC NIA�� tiI i�� � ISOD, AC }1I II 1 ^qJ I I I N 1972260.14 \ J N y394. '2 I I I / �UTH DEMO AREA TO BE DO T OF ALL RIS REILODIRECT CATED ASDEBNLETSNNTORTHEDED E 64112i66o ADJUST PAD CD BOUNDARY 11I II 11 1II\ E 6Y11111 17 AND SLOPE TO 2:1AX it EDGE OF 1( 1\ zI — III \ -- --- OUTER RINK PAD EL = 1394.45 OFF FTUNDATDION FUTURE (REF G ONLY) III. E%ISTIN�WALKWAYiq THE DEMO'D AC NEW PB (REF ONLY) 111 a ^ n 1\ �3 TO PROVIDE A 1' TD _ — — J i a — — — \ \�L — CITY OF SANTA CLARITA ----- — — — — _ n PROVED _ --- y--- — — _— — — — — — _ � aoPc aHo DaAINncE _ _ \ ______ C _ _DAYLII NE UNDER OTIE 17 — — — — — — EX 54' RCP — - — — 1 _ _ _ uwFlEo DEVELOPNENT CODE GRADE AROUND _ _ _ EX 54' RCP - - _ _ \ r GHT NEW PB. 1'CLEAR i� ____ ______ _______________ T LINE ____— a. (2:1 MAX)_ V J1 _ DAYLIGHT — I ' I U BY: ______ E%EDGE CONC EDGE OF pZ Dn>E. < a oa BASKETBALL COURT e U M-1 INN AT 5 SET aF ALL F Esa SHE IS IRLA IL TO A ec I an 1 EDGE OF PAYERS LEFT IN PLACE �F �\ �— \ POR ISSIONCHANOBS FFROM LTHI DIGNERTERNAVORS NC SERNCESSAME HD mSON. THOUT ThA THE RINK SPORTS PAVILION PHASE II --- ------ --- . ---_a - a � THE STAMPNC OF TRESE PLANS AND SPECIFICATIONS BHNL CONSTRUCTION FENCING NOTES FOR �� I - 3g4i 2 oNc° "NNY��USED EA r �aa°n FOR AI I AD I E�" BAD: REFERENCE ONLY. OTHER INFORMATION `II7V' NOT A PART OF THE PHASE II BID _,® = ID'-D• ILA o I O '3riRA1LPROS ° 0" w NN CITY OF SANTA CLARITA a 7 D } uDaeryrNMDa ISETSzsLSnP<z ILSOOR, IS Hass mol,mrel �`° e "+y LL TFE RINK SPORTS PAV N S"'A'Alert „b,em„ - xa 599A8 70880 CENTRE POWRE PAPoWAY -K TOLL F PnN R THE owECTioN or. SANTA CLARRA, CA Yt960 EET. 227-26008 sCo" FINISH PAD / GRADING eo PART M�Je. ..as9s•- �o7zvzT �R c.a RATEA,INEN,. FA S�oNR,GRI AND oATI �s <rr�A �NFT�VEMEN� ,N�s xxxxxxx xx xx C-303 0 11 100X SUBMITTAL SET a, N Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 PHASE I CONSTRUCTION GRADING - SHEET FOR REFERENCE PURPOSES ONLY PROP. EDGE OF BUILDING — (FOR REFERENCE ONE EG - — a:1 — P� G V 1388 8/- R&R FOR OLD J POTHOLE LOCATION CONSTRUCTION LEGEND OVER -EXCAVATE. RECOMPACT AT 901. RC. AND MOISTURE CONDITION PER THE GEOTECHNICAL REPORT FILL TO GRADE AT 901, RC AND MOISTURE CONDITION PER THE GEOTECHNICAL REPORT VARIES 155, OUTER RINK INNER RINK FUTURE FF=1395.20 139445 PAD=1394.28 9 PAD= 134.28 394.45 ]Y J-1 FUTURE GRADE BEAM FOOTING PROP. EDGE OF BUILDING (FOR REFERENCE ONLY) PAD= 1394.45 'F,PgHFUTURE FF Ly9� 3' a:1 M 9M ( � SECTION NEAR EXISTING GAS LINE SCALE NITS OVEREXCAVATON DEPTH OVEREXCAVATION DEPTH FUTURE TIE = 3' BELOW EX GRADE = 3' BELOW FINISH PAD GRADE BEAMS (TYR) UNLESS OTHERWISE NOTED TO THE ELEVATION SHOWN 1 SOUTH —NORTH CROSS SECTION THROUGH ROLLER RINK SCALE: NTS The construction requiremen Wsand the materials to be used beneath the pavers should conform with the paver manufacturers specifications. Soil subgrade below pavers to be scarified to a depth of at least 6 inches, moisture conditioned to optimum moisture content, and compacted to at least 95 percent ofthe maximum dry density of the soil (See page 14 and remainder of RTFBA 6/20/2003 report for JN 2004-037). EX. GYM BUILDI G 29.4' OF BUILDI G(FOR REFERENCE ONE ) aRINKPROP.EDGE EG 41, T jri-�, SAND SLURRY, 12"MIN COVER ALL SIDES & 2BEYOND EXCAVATION LIMIT. PROTECT GAS LINE FROM CONTACT WITH CONCRETE PROP. EDGE OF BUILDING (FOR REFERENCE ONLY) 18.5, 3' OUTER RINK l� PAD= 1394.45 ,y� C QyQ EX CONIC WALKWAY 45 (PROTECT IN PLACE) NOTE: PRovIDE I FUTURE GRADE L SHORING AS NECESSARY TO PROTECT EXISTING WALKWAY IN PLACE BEAM FOOTING RB:R FOR OLD —1387.2 POTHOLE LOCATION I VARIES I 75' 1 20' PROP. EDGE OF BUILDING (FOR REFERENCE ONLY) FF=1395.20 PAD=1394.45 1394.28 1394.45 1394.26 —�EG Rom\ " _ — — \ _______________� BEAM FOOTING j FUTURE GRADE FUTURE RE �j BEAN FOOTING BEAN OVERE%CAVATINI DEPTH OVE'BELO EX DEPTH = 3' BELOW FINISH PAD GRADE = 3' BELOW EX GRADE TO THE ELEVATION SHOWN UNLESS OTHERWISE NOTED WEST —EAST CROSS SECTION THROUGH ROLLER RINK /i n - SCALE: NTS I)I )I u I II II EX 54" STORM DRAIN (RCP)��II 11 J/ ®RTJ- 1360.64 INV DATE l�-IC@ /"�� THE RINK SPORTS PAVILION PHASE II Tes SET aF PLANS AND SEEORDATON MRr BE NE NFUlsslo,� CONSTRUCTION FENCING NOTES FOR cH.Nscs AR ALTTIMES Rx noes ." E .1 TI IAv m�ab ` PERMISSION 1111 ME ENQNEERNG SEPNCES DXS ql. o� x No OE 11A a 0 s D ID REFERENCE ONLY. OTHER INFORMATION IRS ST MPING OF THESE PUNS AND SPECFCATONS NMD Mor EE USED AS A EUBSERJ E FOR PERMIT OF MEANT s ���� NOT A PART OF THE PHASE II BID OF AN'- ��`"" Phase I Grading �" or aPLTT° - 1D'-o• o S�RAILPROS °p0 a"ww NN CITY OF SANTA CLARITA o ° AS" 11 THE RINK SPORTS PAVLION/,s/zaza Under GTv of ELENI moli•+rel �A N R [E xo. — Srro9e SEAT (IN,)Azse aenz cn a,3ss —IF N 20880 CENTRE POME PARKWAY coll1 TOLD EKE PAR a TIE owFCTION or SANTA CLAIWTA CA YHEO FFT. 227-2600 TESTS�.� s ROLLER RINK of e v an.. N m M� TIE 111— ....... 4 a cwfi ¢ PER MA SMNA,ONE ANo NA,E S IF T T A xx xx CROSS SECTIONS C-3048 o T, CITY OF SANTA CLARITA APPROVED 0R GRADING AND RAINACE UNDER TITLE 11 UNIFIED DEVELOPMENT CODE er 10OX SUBMITTAL SET i 0 N Q 9 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCDO0943784 EXHIBIT J TEMPORARY CONSTRUCTION FENCE 1/ CP t� 0 IRPB 394.2 DIRT 1393.8 303� OS t 4� TEMPORARY CONSTRUCTION to1394.4b b ®CP t''9 / 9°jbty�b 9A'yy ti t'' y DIRT t� el �b�l 1394.4 139,15 ty 393, 10 t39b 5 A 13g4.4 SURVEY NOTES 1. MAPPING TOPOGRAPHIC MAPPING WAS COMPILED AT A SCALE OF 1-30', WITH A 1 FOOT CONTOUR INTERVAL FROM DATA COLLECTED IN A FIELD SURVEY PERFORMED USING CONVENTIONAL EQUIPMENT AND PROCEDURES ON OCTOBER 16, 2021, AT THE REQUEST OE THE CITY OF SANTA CLARITA. 2. BASIS OF BEARINGS AND COORDINATES THE BASIS OF BEARINGS FOR THIS SURVEY IS THE CALIFORNIA COORDINATE SYSTEM NAD83, ZONE 5, EPOCH 2017.50 AS DETERMINED LOCALLY BY A LINE BETWEEN CONTINUOUS GLOBAL POSITIONING STATIONS (COPS) AND/OR CONTINUOUS OPERATING REFERENCE STATIONS (CORS) VNCX & CTDM BEING NORTH 25-12-39 WEST AS DERIVED FROM GEODETIC VALUES PUBLISHED BY THE CALIFORNIA SPATIAL REFERENCE CENTER (CSRC). 3. ELEVATIONS a 9bti 9b a t3 THE VERTICAL DATUM OF THIS SURVEY IS THE NORTH AMERICAN VERTICAL DATUM OF 1988 (NAVD88), PER CPS AND tag // / t39311GP�1 \ h p b�, CONVENTIONAL TIES AND GEOID MODELING (GEOID FEB) TO LACFCD BENCHMARK NUMBER VL]0]4, BEING A LA CO DPW b / byty9 b �g TAG HAVING AN ELEVATION OF 1260.45 US SURVEY FEET. y ti39b % CONC \\ty9�0 ti� G'P90\\�39p,q�y t,5obk39Nb \ t39,V'I �PF\t3 \ gy'I 1y931A TEMPORARY CONSTRUCTION t \\ 9y1 9b0 9� t39A5 t FENCE b CP9 9,59 f�9� \9b 9bA \.y9b93 yy \ 3 y91�tc\\ ti3 DIRT 36 \ti3 ✓ r t b i9 y9b� PAVERS \\ ti3 39H, 6 s,,,s t39 ® CP 3 y IRA 21 BUILDING t393'� y9p� ���� t3g9. gbh � / 09b9 y9h. � o b� 39p6 t b SCALE: 1"=30' 0 30 60 RAMP I HEREBY CERTIFY THAT THIS SURVEY WAS PREPARED, 3 \ 9Q 3ga' ti3 DIRT by / AND THE RELATED SURVEY WORK WAS PERFORMED BY p v L AND s t39by y9b� 9by 39 m AC ME OR UNDER MY DIRECT SUPERVISION. ���1 P, GPG 3 3�— NO 8552 �Z o 'n 1 F b 46 t9 b r- b 9 � b 1 h 1 3°jb b \\ 9J 1394 3/3ga S 10/ 17/2024 °n tiOPb DIRT 39A,2 �39C'0 1393 / tyt3��1y BENJAMIN P. HARDIN, PLS 8552 DATE Y r t�y .� 1392 FL B c 1394.7 t 1391 1GF R oSA, yyt GRADING EXHIBIT cQe ag' tag' y AC PARKING LOT THE RINK SPORTS PAVILION 3 ` ELPB 139 TEM PORARY G AC CONSTRUCTION Phase I Grading SANTA CLARITA SPORTS COMPLEX Encompass Consultant Group ��FENCE SANTA CLARITA, CA 333 N. LANTANA ST, SUITE 287, CAMARILLO, CA 93010 PHONE' 15322.4443 VqEBSITE:436-1 INh91V.EC ing—COh1 Survey ofgraded site 0436.15 0436-15_grading_echibit.dwg 1" = 30' ®CP 4 1 OF 1 Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 R H no 0 C T T TKe TVPe P. 11N TaE�e �I gnllllllllllllul, 0 _ ® E ® e e 6 TVP 3 } 6says A- ­53'0° slut CITY ()rF SALT c(: rARnITAcC: rARnITA i3sa I@716"',0, si01 sFaM 6M,N A8'-10"o.c=53'L" TVP ROOF FRAMING P'_AGNO .TKTsk APPAAVEA []"- O ROOF FRAMING NOTES p�S sMyv SFp I22p2q i. ssE SHEETs 1111 T1111111111 FIT IENENT 11TEs®Twcaso RAIM. Ao ea „qw©w m N 5 Ma w ao �z oIP�N EIA LEEN1aE IH w�" IT H-1—A.11ATR Pu(a CITY OF SANTA CLARITA TEA n355 AIT oerc a7Acv 9's 11 2 THE RINK SPORTS PAVILION oa ao zoza o: P3034 Peals m^^M^Po^ rv(ss rvsh a-^o31 Ant/ Vem]a Assoc/ateS/nc. fix To 20860 CENTRE POINTE PARKWAY SANTACLARITA, CA91350 ecRnocu s[Rviccs uarc m1 PosA30�4 ROOF FRAMING PLAN Runary nxo cenlmurvTn s[RV�c oArc uN PREPARED I_ THE .1—T� oT. ex rxu n�mw., ur sux�rvxc �xo o�rz 5203 RI ma_nn1(n 1(Nl F. (`fl (`ITV RF_CI SHEET 138 OF 153 IRMITTAI DocuSign Certificate Of Completion Envelope Id: 1AB85B7493EB43CEA8705FCDO0943784 Subject: Please DocuSign: The Rink Sports Pavilion, Phase II - Construction, P3034 Addendum No. 3 Source Envelope: Document Pages: 132 Signatures: 2 Certificate Pages: 2 Initials: 6 AutoNav: Enabled Envelopeld Stamping: Enabled Time Zone: (UTC-08:00) Pacific Time (US & Canada) Record Tracking Status: Original 10/31/2024 2:51:17 PM Signer Events Araz Valijan avalijan@santa-clarita.com Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign Jackie Lillio Jlillio@santa-clarita.com Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign Shannon Pickett spickett@santa-clarita.com Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign Damon Letz dletz@santa-clarita.com Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign In Person Signer Events Holder: ANDREA HERNANDEZ ahernandez@santa-clarita.com Signature Initial au Signature Adoption: Pre -selected Style Using IPAddress: 216.152.79.2 Iniral X Signature Adoption: Pre -selected Style Using IPAddress: 216.152.79.2 �nira� SP Signature Adoption: Pre -selected Style Using IPAddress: 216.152.79.2 g12signld by: AOIC6789OD43C... Signature Adoption: Drawn on Device Using IPAddress: 216.152.79.2 Signature Status: Completed Envelope Originator: ANDREA HERNANDEZ 23920 Valencia Boulevard City of Santa Clarita, CA 91355 ahernandez@santa-clarita.com IP Address: 216.152.79.2 Location: DocuSign Timestamp Sent: 10/31/2024 3:05:19 PM Viewed: 10/31/2024 3:21:48 PM Signed: 10/31/2024 3:25:42 PM Sent: 10/31/2024 3:26:00 PM Viewed: 10/31/2024 3:45:02 PM Signed: 10/31/2024 3:45:23 PM Sent: 10/31/2024 3:45:41 PM Viewed: 10/31/2024 3:49:30 PM Signed: 10/31/2024 3:50:27 PM Sent: 10/31/2024 3:50:42 PM Viewed: 10/31/2024 3:59:22 PM Signed: 10/31/2024 4:03:08 PM Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp ANDREA HERNANDEZ� Sent: 10/31/2024 4:03:28 PM ahernandez@santa-clarita.com ED CITY OF SANTA CLARITA Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 10/31/2024 3:05:19 PM Certified Delivered Security Checked 10/31/2024 3:59:22 PM Signing Complete Security Checked 10/31/2024 4:03:08 PM Completed Security Checked 10/31/2024 4:03:29 PM Payment Events Status Timestamps Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 Addendum No. 4 R November 7, 2024 Addendum No. 4 BID # CIP-24-25-P3034A The Rink Sports Pavilion, Phase II - Construction City of Santa Clarita, California This addendum must be acknowledged via BidNet and should be included with the bid response. The purpose of this addendum is to address the following for this bid: I. REVISIONS AND CLARIFICATIONS REGARDING BID INFORMATION Please see Exhibit B outlining revisions and clarifications to bid information. Updated documentation follows. Approved: T 11/08/2024 Damon Letz City Engineer END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. Contr tor's Rep rVz?' Bert M. Giac!President AMG & Associates, Inc. Company Name BID # CIP-24-25-P3034A 11/8/24 Date Anthony . Traverso - Vice President/ Secretary/ Treasurer Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 ;�� --rrr EXHIBIT B ANIL VERMA ASSOCIATES, INC. ADDENDUM 4 (Delta B) PROJECT NAME: THE RIN❑ S❑ORTS DATE: 11101 [202❑ ❑AVILION Ar I][]V ❑wq R ❑m ❑ =❑q PROJECT #: ❑303C TO: m= Linl� ❑r❑-EID❑Fu❑T❑❑❑ PROJECT MANAGER: Fn ❑❑❑❑❑q AVA Description: T-- - - r-- -❑' ]A --r==» - = ❑ ❑❑r❑FFID❑m❑ ❑❑- E10-❑❑ ❑❑d ❑❑❑❑mm❑=❑m❑ 1111 ❑a-❑ -- - ---r---D ❑❑❑❑ ❑❑= A=:dd:r=: ❑-Ir❑ 1111 r❑❑❑r❑d - -m ❑a-❑- ❑-❑❑mom ❑ m❑❑❑❑q ❑ddFw❑q _- d -d ❑❑ ❑❑ =:r :lr»❑== T» ❑❑:1 r❑❑❑ 11r❑ M❑d ❑d ❑ FFM Delta A. S ❑❑❑ r❑❑❑ 111"❑ ❑❑❑❑ ❑ r- ----- ❑❑d »d :i-d ==r »d »>d :ir❑ GENERAL 1. SHEET G 101 Index Sheet: - ❑d d Add ❑ d ❑❑ ❑❑=Add ❑d -dd =-1 r❑110❑❑m m❑❑= ARCHITECTURAL 2. SHEET A-110 GL Floor Plan: Add--d❑❑ 113 iD:i=A❑❑ ❑ LD-= ❑❑ ::d-d-::id=-»❑-❑dd❑d❑ 3. SHEET A-130 ML Roof Plan HVAC Pad Level: Add»d❑❑ ❑:D:i=-----dA-W-d» ❑-z--❑dd❑d❑ 4. SHEET A-140 Roof Plan: Add--d❑❑ 113 :D=A» ❑ :D❑FFm ❑-❑Ii❑d d::H--- --== dd❑d- 5. SHEET A-201 Building Elevations: Add»d❑❑ ❑3 rID=iiA❑❑ ❑ iD❑w ❑❑❑-A::dA/V❑ = ==❑-❑dd❑d❑ 6. SHEET A-202 Building Elevations: Add--d❑❑ ❑3 :D- A❑❑ ❑ iD❑Tm ❑❑❑❑]❑d❑d❑W❑]d❑❑ ❑❑❑IDS] ❑dd❑d❑ 7. SHEETA-441 Bleacher/Storage Enlarged Plans: Add--d,❑ ❑iD❑=❑❑❑❑]❑d❑d❑W❑1d❑❑ ❑❑❑ =❑dd❑d❑ 8. SHEET A-505D Thermal and Moisture Protection: Add--d» ❑ -D-i-] ❑❑❑❑]❑d❑d❑R❑ZIDd D=» ❑ »❑ 9. SHEET A-506 Door Details: Add--d-- -3 iD=iiA❑❑ ❑ iD-= ❑❑❑-❑d❑di]t❑ZIDd D=❑l ❑ E2❑ 10. SHEET A-508 Window Type and Frame Details: Add»d-- ❑3 M❑FuA❑❑ ❑ :D❑Fu ❑❑❑-❑d❑di�R❑Emd D -- =r- - --- 11. SHEET A-509A Window Types: Add--d-- - :D❑M ❑-NEW SHEET[] 12. SHEET A-509B Window Details: Add❑❑d❑❑ -:D= --NEW SHEET[] 13. SHEET A-601 Door and Window Type Schedule: Add❑❑d❑- - :D❑M ❑❑❑-❑d❑d❑R❑mod D❑-- r-_r--l❑ ❑❑ D ❑r S :E7❑d ❑❑]❑ 14. SHEET A-611 Window Types and Schedule: Add❑❑d❑❑ 113 ID❑MA❑❑ ❑ ID❑FU ❑❑❑-❑d❑dER❑mod W-d❑❑ S--A- -A - =d-- --d- - 15. SHEET A-612 Window Types: Add--d-- - :D❑IID ❑❑---d-d-R-s-d Wnd❑❑ =❑d❑-wFi 16. SHEET A-621 Room Finish & Toilet Accessory Schedule: Add»d» ❑3 ID❑FUA❑❑ ❑ ID❑FU ❑❑❑-❑d❑d❑ R-- d -» --- A --- CIVIL 17. SHEET C-301 Utility Plan: Add-d N❑-F❑'❑❑d mufl❑- nor Ammon= E2 - Erind❑ ur ❑ddFFrm❑❑FT-i❑:ir -- ❑❑❑Cd -❑ ❑--------------- ❑=❑ ❑❑❑❑ ❑= -❑ ❑❑E10❑MMm❑d FFIM❑❑ SPECIFICATIONS 1. SECTION 00 01 10 Table of Contents: Add N-- S-- ❑❑Add❑d Em--T r❑lio❑❑m 2. SECTION 01 21 00 Allowances: N❑'❑ S- 3. SECTION 08 33 00 Electric Rolling Counter Shutter with Integral Frame: R:iZIDd M===r:-❑ 4. SECTION 08 33 13 Rolling Counter Shutter with Integral Frame: R❑ZIDd M »> =r:l ❑ 5. SECTION 09 68 00-6 Carpeting: R❑-- d M--- -=-:l- 6. SECTION 09 68 13-6 Carpet Tile: Add M----❑sl❑r- END OF ADDENDUM #4 NARRATIVE ADDENDUM 4 NARRATIVE (Delta B) THE RINK SPORTS PAVILION PROJECT CITY OF SANTA CLARITA P-3034A 11/01/2024 Page 1 of 3 INDEX OF DRAWINGS sHT SHEET TITLE sHT SHEET TITLE sHT SHEET ®® ®® L� ®® ®A Ns A anry r,T `""s enrP,wr° a = — — - Al 'I°" CITY OF SANTA CLARITA As scow" Is—. ra`sn" ee m; cn a,Tss - _ rr THE RINK SPORTS PAVILK)N - pet,atzpr4 ,. APPRO UFD !CH CCNSIRI/CI�ON (L SNC£TS ONL vJ Anne Verna Assoc�otes, c. gg x 20880 CEMRE DOME PARKWAY SANMA CLARFFA, CA 9 O oex000 sER�TrEs DATE nANnEnT„EnnEc,a a TIE IN SHEET INDEX "r AD —cn CA aDs5fs'ANg �MyNT, sEaaT BATE 9t3atrs x<TT„r G-101 jac�+ 43 oa/z 4 TITLE sHT SHEET TITLE 2 4 5 g 7 g g -101 GFNFRAI heel Index 66 67 A- A-190 A-201 - 0 A-301 A-302 A-401 A-402 ARCHITECTURE SHEETS -CONTINUED Finish Plan Ground Level Furniture Plan Ground Level Slab Plan Bwldin Elevations _ Buildin Elevations Buildin Sections Buildin❑ Sections 136 137 138 139 140 141 142 14l K-09 K-10 K-11 SOIlL SO➢Z SODS- Si(10- S12L KITCHEN f)FSIGN -CONTINUED Food Service Equipment Elevations Food Service Equipment De{a0s Food Service Equipment De{a0s STRUCTURAL SHEETS Structural Na{es I Si nirtural Notes I Structural Notes Tvpiml Concrete Detdls Tvpiml CMU N Concrete Detdls ®196 197 198 Q199 /�200 ®201 L 207 203 204 E-44L E IlQZ E IlQ3- E 94� E 90:z E-144 E-1Qi F-107 F-106 ELECTRICAL SHEETS General Notes Ahhrev'at'ons Flerfr'cnl SymtioL� Site Power Plan Photometric Lighting Colculdions Photometric Reflected Ceing LighYing�ns Photometric Floor Lighting plan Ground Level Power Plan Enlarged Electrical Room Enlorged Concession Klash Power Plan Roof Power Plan and Ligh{Ing GB-001 CalGreen Buildin Notes -Sheet 1 of 3 ® 69 GB-002 CalGreen Buildin Notes -Sheet 2 of 3 ® To Green building Notes -Sheet 3 of 3 71 72 Architectural Abbreviations Architectural General Notes 73 Site Plan 74 GB-003 AG-001 AG-002 Wall Sections AG-101 Wall Sections BLU24-00102 AUUENUUM #4 nn O3 n n E�TEeloR sruo WALLS SHALLjINSTALLED OVER6" wcHCONCURD U. N O. OR SHOWN ELSEQ 45 0 1 45 0 11 u I4 2' fi"510'�3'3"2'-9" 9'-3" 15'-10 1 15'-03/U 26 1" 1' '26 C FAMILY 3 BLEACHERS 2 B RESTROOM R522 R522 R522 R441 R441 A521 7'-95,9 Q CKE S B 12] '� B 2 A MEN'S WOMEN'S Q B 4 113 58 STO R201 /4302 'I? 4 FIRE RISER FM R302 1242 SF R522 R522 R522 RESTROOM RESTROOM Rszz Rszz z11 sF 1zs R404 Rsz1 Rsz1 10] 1 1os 3 103 '�' Asz1 Rsz1 13 22 SF ---- ------------------------- -------- ------------------ 2%NIAX 83 SF A-012 2]8 SF 1 398 SF R411 O 0 17 __I_ 1 SLOPE,TV 0 -- -- p _-� - - - �- - - - - - - - - - - 44 12 I q 1 119 SF SKATE RENTAL I - - STAIR-1 III ?9 I` _ SHOP - 1oa j �sil I Rao1 11z 220,` 4 1 �� s� sg� �� �� sg� sg� 686E 6 I` ➢. �1 °� P1 416 SF 1-n v4m Al Isle sl III �I Isllsl OFFICE /-- R59U M TICKETING 110 zo �. 11 2 SF - A i P2 - DECK AREA VBS LE \ 5 r I G 4 4��- 11s 11sc A 1os 'dsr°� 108 SF P1 A431 53 SF 1459 SF A-061 3_ i F P \� - / �� // 8"DIAGFRC REFEf7-. SPORTS RBB, � � I w = IF Tb DETaL 1z sTORAGE o s¢^ 1 Rzoz I / Aszz 1zs .' __ 5 % R51U L= 96 SF Q9/ ct) PB ;^771 - O R431 FOR ALCOVE B ITOR R523 R523 �°o"R -912" mom/ CREFERTOES Q,'9G 104 1 81a 2 I REFERTo I p a BOOTH 2%M/IX A-003 _ - BID SKATE 1I d/A6 VESTIBULEI A812 Z— I 13 101 SLOPE, VP ENTRY - 24 m -I--n -.--@ - MINK/ 102 213 SF R5823 Rz23 18-63/8" ICKLEBALL/ 116A OLLEYBALLI 59 SF 13 58 SF -BASKETBALL _ COURT I B i � - - - 1 n - - -- �I - Rao1 11804SF 2 6 - - SKATE B B B / CHANGING Rzoz 8' 6" 14'-61/U A 61 R462 -' / BENCHES R412 - 1W / 308SF CI COLA IONI LADDER ARE 13'-IM3 g I 116E - - = P Iq a,� 15os FOR ACCESSI LE o o Rzs a DF REFEAF m PS SHEET6/AG33' z m - \ - - A412 G .0 1 _ _ C I 3 z ` p � R \R68'-5 R51 R5 fib" 1 R403 Wy 2 A R521 U OME R462 FOR RETERTO W - R520 R 20 R520 PRIVATE PARTY j III O \ \\\ \ ]2 SF R520 R520 A526 11 SECTION SHEET PETER m 31 — --- ------ — B Pz — — - � 1149 SF I SEATING AREA _ 0 I P2 1/4" I" � fi'31/I 'T an°q' " 8 4 Ar- 5-31/8 5-81/2_]-31R 8]'-51/212-95-93fi'V 3fi5'9fi3304351624fi w R520 1520 METAL STUD WIDTH SIZE LEGEND 1' fi I 1 5 9 4 7 11 Aas1rv� R4s3 10" METAL STUD Rszo Rszo R51z KITCHEN& REFERTOSHEET /ti201 R523 R523 R523 ® 8" METAL STUD CONCESSION SY,512FOR UTILITY ® 6" METAL STUD KIOSK wATERHEATER 124 GROUND LEVEL �� s' 4' ° 8' 16' RN 4" METAL STUD 119 WAILSUPPORT 23 SF 9]3 SF SCALE'. 1L"=1'-0" R110 1201lm%25"M B�SCATEETAL STUD ® 8" CMU — P-11. e" - CITY OF SANTA CLARITA As seowN c Ge/�G/2Gaa Dare z z s ies as 03 A 91 THE RINK SPORTS PAVILION 20860 CENTRE PowTE PARKWAY Pawa 111) Anil Votme Associates Inc. SANTA CLARITA, CA91350 ". eoRn000 s[xV�ccs on r[ _ P[ A— of —,,N GROUND FLOOR LEVEL /a_1 1Q Rsnnax A-ccuMux�rr ssRvic un rs rcx �xu n.�uu.. ur scx.rvx�.xo o.n A gppENDUMfk3 MGRINDULO J. KEENAIJ 10/25/2024 FLOOR PLAN BLD24-00102 AnnrKInl Inn IfA B ADDENDUM fk4 MGRINDULO J. KEENAN 11N1/2024 SRN HVAC EQUIPMENT PAD LEVEL 8' P' ° 8' 16' � SCALE 1M"=1'-0" A130 R201 3AR SCALE P z z ies —TA as �3 " 91 s Anil Motme Associates lnc. �µs PRCP"R[° °N°crs me ° I,—N or. M rcx mu nxiuw.. ur acxxrvrz xxo own CITY OF SANTA CLARITA As seowN oe/�o/2oaa ogre THE RINK SPORTS PAVILION 20810 CENTRE POINTE PARKWAY SANTA CLARITA, cA Pawa A_130 n a �+ n1T: eoRn°co s[xV�ccs on r[ ROOF PLAN HVACEpUIPMENTPAULEVEL Rsnnox "xc ccuuux�rV ssRvic un rs B AOOENOUMfk4 MGRINOULO J. KEENAN 11N1/2024 BLD24-001 02 AnnFtini IM ffA SHEET NOTES (CONTINUATION) 3. ROOF GUTTERS SHALL BE PROVIDED WITH MEANS TO PREVENT THE ACCUMULATIO N OF LEAVES AND DABS IN THE GUTTER (REBID CO UP R331 s 4 AND LNG CO ]OSA4 4. MEMBRANE ROOFING SHALL BE APPLIED U OVER THE EQUIPMENT CURBS. PROVIDE CA STRIP ALLAROUND THE CURBS. 20 R4oa I SHEET NOTES 1. REFER SHEETS-111 AND ASBSD FOR THERMAL AND MOISTURE PROTECTION UP LATE A NT 4'-0" 53'-0" 46'-0" 46'-0' 53'_0" 4_0^ 2 WHEREVALLEYFLASHI SHALL BE NOT LESS TH ENTIAL B A PIPE PENETRATION GAGE CALVAKEED SHE INSTALLED OVERNOTL P ANO NMERE OCCURS, REFER R302 R3p2 TVP STANDING TO DETNL 2//ti505D ROOF DRAIN/ MECHANICAL I MODIFIED ROOFSYSTEMW/ I METAL ROOF REFER MINIMUM R-POUND 02. NONPERFORATED OAP (SEEPAL2/G OVERFLOW EQUIPMENT, TVP WALKPADS TO DETAIL3%A505C (SE PLUWINGSMBING D3000,AT LEAST3&INC DRAIN, TVP LOCATIONS) FULL LENGTH OF THE V ULFL v4�d i21rz".12^ I I.I ` I e z1 20 O,I4 m m A } Rao1 IIA 12^ WALKING CONDUITS FOR FUTURE GOLAN PANELS AT THIS .� PADS,TW A LOCATION -SEE EIPCT R505C TVP DWGS 6 - R 05C TYR Z R505C 1VP TVP OVER FlowI REFER5C DETAIL 4 / A-SOSC 5. 1/4"/FT - �.,Sl/4 SCUPPER, REFER Ty TAIL ToA - 21/2".12" 505C 21n 12" L - - F - - - - �- - - L 1 1 Aap1 S 1/4"/FT 5. 1/4" /FT rv� 6 PIPE O ' Rsosc PEN FLIP WHERE OCCURS REFER TO DETAIL 21a. (SEEPLUMBFOR 12� RAw NGS +F -- - -- - - - - - - - - - -- -- PIPE PENETRATION WHERE OCCURS, REFER 0,BETA� DRAu,nNcs FOR U LocnTloNs( �FE z zo VALENEL" s,�° T, LA,, As a NP ROOF PLAN SCALE ME -1'-0" R140 Anil Vetms Associates Inc RI n�a_nn B ADDENDUM#4 MG Nc IB INSTALLED, THE FLASHING AN 0A&INCH R F MMJ N0.26 ET CORROSION RESISTANT METAL EES THAN ONE LAYER OF 4 KOJ MINERAL SURFACED SHEET COMP LYING WITH ASTM HWIDE RI MMJ RUNNING THE ALLEY. M3753 BUILDING CODE R N 8' 4' 0 8' 16' 3AR SCALE CITY OF SANTA CLARITA THE RINK SPORTS PAVILION 20860 CENTRE POINTE PARKWAY SANTACLARIFF CA91350 RINDULO J. KEENAN 11N1rz024 RINDULO J. KEENAN O5rz 1024 ROOF PLAN A-140 0. Annr K]nl IM ifd LIM O O STACA"'GBE VENEER DASHED IF NES INDICATE ADHERED MANUFACTURED GUTTER&DOWNSPOUT EL DORADO- k' 212"0 DECORS, TIP SCREEN CAME T PIASTER WALL (PRIMEANDPANT( 0 ROOF HATCH O SAFETY FALL NGS ACCESS ROOF HATCH STANDING SEAM M AL ROOF A TO PARAPET n 2' 4" L METALFASCIA GFRC GIASSAWMING ON — SS FRAME TOP OF SCREEN WALL 26' 6" HV_AC EQUIP PAD LEVEL "" 19' T TOP OF PARAPET 5 — — 1s' oo t Rw =C!�=on■® � o�= i _moo=���=--= STONEVENEER FIBER CEMENT PAIN EL BASE, REFERTo °ANTAGEWOOF TVP DETAuz/Aszo WOOD TEXTUREBOARD (FACTORY PAINTED) A I STACKSTONE VENEER ADHERED MANUFACTURED "ELDORADO ZORYAKAl STONE VENEER BASE, REFER To TVP DETAIL A52C DASHED LINES INDICATE GLASS AWNING ON GUTTER&DOWNSPOUT Hoc HSS FRAME BEYOND, TVP 12" z1rz"ram �� i HOLLOW METAL FORTYPBASE DOOR,TYR REFER TO DETAIL s/AsosO, sI WEST ELEVATION SCALE 1W"-1'0 A110 FIBER CEMENT PANEL CEMENT PILASTER I (PRIME`AND PAINT) GROUND LEVEL FIBER CEMENT PANEL x18"IXHAUST VINTAGE W000" REMOVABLE STONE VENEER LOUVER FOR TOILET EXHAUST, BRAINABLE MOD TEXTURE BOARD (FACTORY PAINTED) COVER FOR CLEAN OUT ACCESS, TIP BASE REFER TO TIP DETAIL 1vrt520 BLADE TYPE, TVP A METAL FASCIA I STANDING SEAM METALROOF o PARAPET � GFRC _ _ __ _ -,.-_ HVAC EQUI P PAD LEVEL I� — — — 19-6V PER RODS AND ELASTOMERIC VA �� IT lI r _ GROUND LEVE� e4ASIGNAGE�SEEX903 FIBER CEMENT PANEL W TOP OF r COUNTER BOTTOM OF 4 A509 A R508 OPP STACK STONE VENEER ADHERED MANUFACTURED B 90NEVENEER BASE TO E NICHIH ILLUMTEO( MONITOR TO A508 SIM SIM ELDORADO-ZORIAK" ,REFER TIPDETAIL12JA520 FACT RILLUMINATION" (FACTORYAsosO FINISH A RECESSED RECESSED INTERACTIVE MENU MONITOR FOR TVP BASE REFER TO DETAIL AN STONE VENEER BA E TO TVP DETAIL 12JR52REFE D q R VABLE B COVER FOR CLEAN A BASIS OF DESIGN: DOD 6/X OUTAX CESS, TVP FOR TYR BASE nIL DIGITAL TOUCH SYSTEMS 4650T-46"PCAP INTERACTIVESCREEN, 12TOUCHPowTS IB ENTPANEL EAST ELEVATION �B� s/n 05D M RECESSEDOPENING: 50"x32" "VINTAGEWO D" WOOD TEXTURE BOARD SCALE'. 12"=1'0 R201 A110 A SEE DETALW9/A511 (FACTORY PANTED) � P `""� `R""R`° °" - CITY OF SANTA CLARITA As seowN De/�o/2oaa Dore z z ies 7 �s �3 A s,s THE RINK SPORTS PAVILION 20860 CENTRE POINTE PARKWAY Pawa a Anil l em7eA33®Giate3 Inc SANTA CLARITA, CAD/ o °oRn°oo .=ERv�oEs oarE �µs PREPARE° °n'°Ea mE °�reEOP°H or. �� A-201 Rsnnox A- ccuM 11 ssRvic cn rs rcx mu n�iuw., ur acx�rvrz �xo own A ADDENDUM## M. GRINDULO J. KEENAN 10/25/2024 BUILDING ELEVATIONS BLD24-00102 AnnrK]nl Inn ffA 6 ADDENDUM fk4 MGRINDULO J. KEENAN 11N1/2024 QMETAL srANFwc sEAM ANBINGOF � R505C OATH EO UNES IN ICATE CEMENT PLASTER (PRIMEAND PAINT) GUTTER&DOWN BEVOND,TVP Pour TCUPPER OVERFLOW SCUPPER BUILDING NAME AND Loco, SEE R904 TO PARAPET n 9 324" CITY LOGO, REFER TO A 12" SHEET A 904 TOP OF SCREE) WALL n A z METAL FASCIA 26' 6" R51] GFRC EXPANSION JOINTS, PROVIDE CONT Hvnc EQUIP PAD LEVEL n BEAD OF RACIER RODS AND EUASTOMERIC ____ ____ ______ ____ ___ 19' 6�� GFRC BASE DIAL FEN To 101A "o I I 'I� I r _ THE• I � — I _ _ wp ���n���l��,..1 FRO MEZZANINE LEVEL GROUND LEVEL n 2-0 FIBER CEMENT PANEL FIBER CEMENT PANEL ALUM STOREFRONT PROVIDE PROPERTY ADDRESS STACKED STONE VENEER VINTAGEWOOD" "NICIT HAILLUMINATION" SYSTEM, WINDOW SIGNAGE" HIGH LETTERS AND I2" ADHERED MANUFACTURED MOD TEXTURE BOARD (FACTORY PANTED) TYPE-0 FOR NUMBERS W/THICKJESS OF 12" "EIDORADO-ZORYAK'. (FACT P D AS REQUIRED BY FIRE CODE5051 FOR TYP BASE REFER TO GLASS AWNI NG ON OASIGNAGE, SEE 4904 DEAIL6/R505D, SIM HDG HSS FRAME SEE R903 STONE VEN EER BASE REFER TOTW DETAIL 12/A52o SOUTH ELEVATIOA SCALE 18"=1'0 R2s2 4110 I I METAL FASCIA DASHED ENES IN GUT TER&DOWM: BEYOND,TYP 12" 21A A GFRC EXPANSION JOINTS, PROVIDE CONT BEAD OF BACKER LIUISANDPEEI�STOMERIC MFR, TVP E DE52o STANDING SEAM METAL ROOF SCUPPER,TVP CEMENT PLASTER OVER FLOW, TYP (PRIME AND PANT 0 PARAPET 32 TOP OF SCREEN -ALLn zs' s" HVAC EQUI P PAD LEVEL I� mom .�. __■�w FIBER CEMENT PANEL U ALUM STOREFRONT STACKED STONE VENEER 'VINTAGE WOOD" SCALE M„VM NDOW STONE VENEER BASE ADHERED MAN UFACTURED WOOD TEXTURE BOARD TVPEU REFER TO TYP FETAL "EIDORADO-ZORYAK" (FACTOR PAIN TRANSLUCENT PANEL 12JR520 FORTVP BASE, REFER TO FE A L s/RsosD,slM A NORTH ELEVATION �B� SCALE 1A"=1'-0" R202)R110 GROUND LEVEL n 0' 0" CITY OF SANTA CLARITA As seowN RINK SPORTS PAVILION oe/�o/2oaa a. Pawa 0 CENT RE POINTE PARKWAY 1=2HI SANTA CLARITA, CA 91350 M GRINDULO J. KEENAIN A-202 M GRINDULO J. KEENAN BUILDING ELEVATIONS Annr K]nl IM f!A 1 �A J CAST IN HERISI", CRETE � 1-PE STSTL A a-za/4BLEAC " Ha4 DIA sr Y T o aLEAc — — HANDRa 516BOTr 11 ve. v1rz" COMPOSITE WOOD DETAILREFER TO q SLIT MID ,..RAL._ sHER n smESe/As1s To6 BLEACHER n D SHER BENCH TO ACHER V ER �V P GUARDRAIL -- AUTOMATCFIRE — °'_2" V 3 `W REFERTOBE sPRw�aER, REFER - To SHEET FP -too, Asaa s/Asaa, TVP 2 rvPlcnL OL R533 GROUND LEVEL IT DAR ER ssO v:^. saace__L= e-e a�8"ZF��!ms r `GRouNO OVELn GROUND LE Trll - - FACE ® o- o CAST IN PLACE CONCRETE BLEACHER, SSD SECTION SECTION (BSECTION c SCALE. 1/4"=1'-0" A441 A441 SCALE. 1/4"=150" R441 A441 SCALE. 1/4"-1 0" A441 A441 3 4 O 19 e. 22 s. 22 s. 19 e. 10'-0" 11'-4" 11'-2" 11'-2" 11'-4" 10'-0" 9'-62'-10" _32D 7 29 1 35 — — — �40SIR, � J' — �40 SEA — � ——\'405F� �� — — — �405Fi��— — -- 90MGE S�A�€ � C OPENING STORAGE � sD STORAGE 8"CM ss C PENING', D ST6�HGE SPA - � TVP TVP TVP TW `----- I - SF A IF AREA VOID AR - - r fi - 2 ]/4 140 SF vP VOID AREA 4_3 19'-10 12-2 . A441 12-2 . B A-041 ]-0 T-1 r 4-0" 1-1 r 19-10 7-0 A A-041q,_a. 19-10 7-0 ENLARGED PLAN -STORAGE SCALE 1/4"=1-0" �� A 441 1110 �1-PESTSTL A441 A441 A441 1-42'Sr ALLHANDRAIL, REFER T'-0" 1T-2" HANDRAIL, REFER TO DEALS/As1s ENLARGED PLAN -BLEACHER �� T TO DEAIL9/As1s scnlE v4��=v-0. Aa41 4110 P x)ezas wa "vizss z z (g _ .�f/i/Vo/09eAssociates, Inc. /µs PRCP"R[° °n'°crs me °ireccn°n or. m rcx �xu n.�uu.. ur scx.rvx�.xo o.n CITY OF SANTA CLARITA As seowN oe/�o/2oaa ogre THE RINK SPORTS PAVILION 20860 CENTREPOINTEPARTWAY SANTA CLARITA, CAR91350 Pawa �. A441 x6 sn x�h. eoRn°co s[xV�ccs on r[ BLEACHER/STORAGE ENLARGED PLANS AND SECTIONS Rsnnax nxc ccuMux�rr ssRvic un rs B ADDENDUMfk4 MGRINDULO J. KEENAN 11N1/2024 BLD24-001 02 AnnFtini IM ffA GALVANIZED SHEET METAL COPING COVER a�Oo„ 3 .1 SST PAN HID SELF- �}.� TAPPING SCREW W/ NEOPRENE WASHER@30 o.0 16 GAANCHOR CHAIR W/ (4) FASTENERS PER CHAIR. INSTALL PER ROOF MFR RED. FR/ PRESSURE TREATED WD NALERATTACHEC SINGLE PLY ROOF MEMB 3" MIN ON FIELD, HEAT WELD, WRAP OVER TOP of PARAPET ATALLVERTTURN uPS, PROVIDE 16GA FwT STRAP, 8 ABV ROOF &AT 12" 0 C. BASE FLASHING PLYO" MIN ON FIELD WRAP OVERTOP of PARAPET -- PRIMARY SIROLEPLY R OOF MEW CAINT ST TYR ROOF PROFIL BASE PLY PER ROOF PLANS , NOTES. NET TO DETAL 4/A-505C 1) NA HERS SHALL BE SECURELY ANCHORED TOLLE DECKTO RESIST A FORCE OF 300 POUNDS PER LINEAL TO TuNANY DIRECTION. 2) VAPOR BARRIER SHALL BE SEALED AT EDGES i•_ ADJACENT WALL MERE FIBER CEMENT PANEL (SEE OCCURS, VIF EXTERIOR ELEVATIONS FOR FINISH TVPE) COUNTER DOOR GUIDE BY MANUFACTURER BASISOF CURING BUTVLSEAANT RUBBER BOOT SPACER PER MFR WO. DESIGN. COOKSON MODEL I ESC20 SEE SECTION AA SIZE AS REQUIRED PER MANUFACTURER ME MFR KEY TRIM, TYP@ 3/16"5I BULB THE RIVETS INSTRUCTIONS 8" THKCMU WALL, SSD ALL EDGES/CORNERS PROVIDESEAUWTALL @3"TB OC. NIAX.(TYR) METAL CUP AN SEALANT , TYR - - - - v 0 ,mid REFER TO PLUMBING _ 5�8"THE GYP Bp, DRAWINGS FOR PIPE MAsoNRYT-A4CHOP vPE'X PENETRATION LoCATION - -_ HOLLOW METALCooR JAMB METAL BOX STUD IMANuFFAcTURUa FwAMEAssEMaLv By PANEL END Lw COOK (PER SCHEDULE) SEALING SECTION DESIGN. COOKSON MODEL ESC20 AA=A PARAPET WALL w/ COPING �� ROOF PIPE PENETRATION �� 12-10 AsosC 1PO-10 Asosp EXTERIOR FIBER CEMENT DOOR JAMB DETAIL - CMU / HEAD SIM ROLLING COUNTER DOOR INTEGRAL FRAME - JAMB 3"=1 0 Asosp 4"METALSTUC@16"oc 'Ir 8"CMUWALL, SSC srUD METALBOX 1"THK GFRC WALL / / FIBERCEMENTPANEL 11 (SEE EXTERIOR EILEVAHONS / R-18 WALL INSULATION HOOD BRACKET PER / R-18 WALL INSULATION FOR FINISH TYPE) / TI _ WALL FINISH PER MANUFACTURER'S GFRC MFR HSS / FINISH SCHEDULE RECOMMENDATION FRAME SUPPORT 12"THK FIRE RETARDANT 6" METAL STUD @ 16" OC PLYWOOD SHEATHING / 5�8" THK GYP GFRC CEVI SPOTS / 1. ED, TYPE W/TENSION RODS / �DIAGONAL BRACE BARRIER WATER ESISTANT SUPPORT REFER TO .T 6"METAL STUD@18"OC SE SHEET ]/A503 CONT B070M TRACK 'I &ONT BACKE ROD / / { L. BOTTOM SODNT BOTTOM TRACK, / CONT BOTTOM TRACK 1/4"DIAANCHOR 11 � BOLT @ 16" GO I z 1/4" DIA ANC BOLT @16"GO SSp B 0 GFRC SOFFIT - ALUMINUM WEEP _ j scREEC WALL BASE &FLOOR METAL FLASHING, $ _ L5X5X5/I6 CONT STEEL CONO CURB SSp FINISH PER FINISH SCHEDULE PAwT To MATCH ADJACENT FINISH :u ANGLE FOREBAR' _= � _ W S o wa DOWELS @1eroc -- - ceouNC LeAEL® - IF INSTALLA/SIMPSON 1/4"ANCHOR BOLT@16"OC 0'-0" _- CEILING ra 14 �I SET-XP EPDXY PER ACC / BEYOND WATER RESISTANT BARRIER REPORT ESP-2508 V PAVING PER DEPPRESSED CONC SLAB, SEE SHEET A195 WHERE OCCURS FIBER CEMENT PANEL 8"CMUN LANDSCAPE DWGS WALL, SSp5 VAPOR BARRIER FASCIA BY MANUFACTURER (SEE EXTERIOR ELEVATIONS II _III III III III= - -- -- B'So DESIGN. INTERIOR SOFFIT WALL - FORFINISHTYPE) -III III III -I - COOKSON MODEL WHERE 'll IIIIII F IIIIIIIII ESC20 CCURS COUNTER DOOR HOUSING BY MANUFACTURER BASIS OFDESIGN COOKAO FOR SILL REFERTO '- WEEP SCREED DETAIL @ MODEL ESC20 CETALA/A51e INTERIOR WALL SIMILAR OPENING VIF GFRC AND FIBER CEMENT WALL DETAIL 5� FIBER CEMENT WALL 6 SCALE 3^-1 0 Asosp A201 SCALE 3-1 A505C A201 ROLL -UP DOOR w/ INTEGRAL FRAME - HEAD 7 3"=1 0 Asosp P CITY OF SANTA CLARITA As sHowA oe/ao/—A Dare THE RINK SPORTS PAVILION 20800CENTRE POINTS PARKWAY PawA z z P 91s ies 7" as �3 ILI n a �+ n1rJ: Anil Votme Associates Inc. SANTA CLARITA, cA9/aso ". 11 eoRn°ao s[xV�ccs on r[ THERMALANIR MOISTURE PROTECTION °r. A-505D e ACCENCUMR4 MCRINCULo JxEENAN 1101024 BLD24-001 02 AnnFtini inn ffA ACOUSTIC BATT INSULATION , TVP METAL STUD WAL FINISH ASSCHED METAL STUD HEADER, SSD HOLLOW METAL DOORFRAME )®a INTERIOR DOOR HEADER DETAIL SCALE 3"=1'0 R508 EXTERIOR FIBER CEMENT DOOR HEAD DETAIL F16—� SCALE 3"=1'-0" R506 ROUGH IPENINI HOLLOW METAL D0ORF ME LL� FINISH AS SCHEDULED a METAL STUD JAMB, SSD �3 DOOR METAL STUD WALL ACOUSTIC BATT NSUTATI ON, TVP INTERIOR DOOR JAMB DETAIL SCALE 3"=1'0 R508 SEALANT OVER SINGLE FLANGE SEALANT BACKER FIBER CEMENT PANEL (SEE EXTERIOR ELEVATIONS FOR FINISH TYPE) SPACER PER MFR W. O. BATT INSULATION (R-10) ON 6" METAL STUD WALL WIFE 8" THKCMUWALL, SSD 8" THE CMU WALL, SSD WRB METAL CEP METAL STUD HEADER, SSD- GYPBD(SEESCHEDUIE FOR FINISH) _ - I FIBER CEMENT PANEL (SEE -{ -� =J EXTERIORELE/ATIONSFOR FINI SIT TYPE) METALCEP 1/4" GAP, DO NOT CAULK bFLASHING SEALANT S_EA_LANT_W/BACKER NO HOLLOW METAL DOOR HEAD - - -- BATT INSULATION (R-1K) ON6"METAL STUD WALL DOOR (PER SCHEDULE) 6"METAL STUD BREAKMETAL/LTRIM, ENO FRAME PANTED (BEHIND) GYP BD (SEE SCHEDULE FOR FINISH) 1' 0" r MIN. TO DOOR LATCH neeeovca roe oaxsreuon x �� sncns a,v�✓l: TRANSOMWINDOW, TRANSOM SILL/ DOOR HEAD DO�NATEDDOOR A FIREMBLV AS SCHC-0UIL-0 DOOR BOTTOM RAIL THRESHOLD REFER TO DETAIL 1 G/R801 EXTERIOR DOOR HEAD WITH TRANSOM & BOTTOM RAIL DETAIL SCALE3"-1'0 R506 BREAKMETAL/LTRIM, PAINTED SEALANT HOLLOW METAL DOOR JAMB MASONRVT-ANCHOR DOOR (PER SCHEDULE) jMANEu G CLEARANCE@ RECESSED DOORS EXTERIOR FIBER CEMENT DOOR JAMB DETAIL SCALE 3"=1'0 R508 saTn M_,I cn vizss Anil Vetms Associates Inc. WRB, TVP STEELSTUO HEADER, SSD FIBER CEMENT PANEL (SEE EXTERIOR ELEVATIONS FOR FINISH TYPE) METALCLIP 114" GAP, DO NOT CAULK bFLASHING FIBER CEM TRIM BD MFR SPACER, TYP ALUM REVEAL "F"TYP SEALANT w/ BACKER ROD A FIRERATED DOOR ASSEMBLY AS SCHEDULED ALUMINUM FRAMED DOOR HEAD REFER To DETAL 3 s" TYP EXTERIOR STOREFRONT DOOR HEAD DETAIL SCALE' 3"=1'0 R508 BATT INSULATION (R-19) ON 6" METAL STUD WALL I PE METAL STUD FRAMING SHEATHING 8" THK CMU WALL, SSD METAL STUD HEADER, SSD WRB GYP BD (SEE SCHEDULE FOR FINISH) FIBER CEMENT PANEL (SEE EXTERIOR ELEVATIONS FOR FINISH TYPE) METAL CEP 1/4" GAP, DO NOT CAULK bFLASHING NICHIHA"ILLUMINATION "TRIM SEA YNT W/ BACKER ROD HOLLOW METAL DOOR HEAD DO OR SCHEDULE) FIBER CEMENT PANEL BEYOND (SEE EXTERIOR ELEVATIONS FOR FINISH TYPE) EXTERIOR PROJECTED FIBER CEMENT DOOR HEAD DETAIL SCALE 3"=1'0 R506 WRB, TVP METALCEP, WO. FIBER CEMENTPANEL O (SEEEXTERIOR ELEVATIONS 6 FOR FINISHTYPE) 5f8" THE GYP BD SHEATHING, TVP MFR KEY TRIM, TYP@ALL CORNERS SEALANT w/BACIWR R VP A RRERA EB Boo AssEM LV As scHEDULED TYP EXTERIOR DOOR JAMB DETAIL SCALE 3"-1'0 R508 SEALANT OVER DOUBLE FLANGE SEALANT BACKER FIBER CEMENT PANEL (SEE EXTERIOR ELEVATIONS FOR FINISH TYPE) METAL CEP WRB 8"THK CMU WALL, SSD 5f8" SHEATHING 21A METALSTUDFRAMING FIBER CEMENT MFR CORNER OVER MFR CORNER CEPS MFR CORNER CEP SEALANT OVER SINGLE FLANGE SEALANT BACKER HOLLOW METAL DOOR JAMB MASONRY T-ANCHOR DOOR (PER SCHEDULE) - SEAANT W/ _- BBCISER ROD - _ BATT INSULATION (R-18) ON 6"METAL STUD WALL 8"METAL STUD MANEUVERING ECLEARANCE@ NO FRAME RECESSED DOORS 58" THE GYP BD BE SCHEDULE FOR FINISH) MIN TO D EXTERIOR PROJECTED FIBER CEMENT DOOR JAMB DETAIL SCALE 3"=1'0 R508 S ADOENDUMa4 MGRINDULO J KEENAN 11A). CITY OF SANTA CLARITA ns seowe oe/�o/2oaa THE RINK SPORTS PAVILION u. Pawa zoaso CENTRE POI NTIE PARKWAY eT SANTA CLARCTAA91350 A-506 DooB ID=TAILS AnnrNnI IM tta BATT INSULATION (R-18) ON 10" METAL STUD WALL METAL ITTH METAL STUD HEADER, SAID "EIDORADO-ZORVAM' ADHERED MANUF STACKED STONEVENEER WEB MORTAR SCRATCH COAT MORTAR SETTING BED GYP BD (SEE SCHEDULE FOR FINISH) SEALANT W/ BACKER ROD 9) LAVERS WIFE SEAL EBGETO RN BEEAKMETAL/LTRIM PANTED SEALANT W/ BACKER Roo WINDOW HEAD BLOCORO WINDOW (PER SCHEDULE) EXTERIOR STONE VENEER STOREFRONT HEAD ON MTL STUD DETAIL �� SCALE' 3"-1'-0" R508 WRB, TVP METAL CEP, W 0. FIBER CEMENT PANEL (SEE EXTERIOR ELEVATIONS FOR FINISH TYPE) 58" THK GYP BD SHEATHING TVP MFR KEYTRIM TVP @ ALL CORNERS SEA YNT w/ BACKER ROD, TVP MTL STUD, WD — JAMB / MU W ON OVER STOREFRONT FRAME SYSTEM TYP EXTERIOR TRANSLUCENT JAMB DETAIL / WINDOW WALL JAMB SIM 3"-1' 0" R508 "ELDORADO-ZORVAM' AD HERE MANUF STACKED STONE VENEER MORTAR SCRATCH COAT MORTAR SETTING BED 10" METAL STUD END FRAME METALLATH WE STEELTUBE, WD 9) LIVERS WRB SEAL EDGETO FIN BE EAKMETAL/LTRIM, PAINTED SEA WTW/ BACKER ROD BLOCKING NDOW JAMB WNDOW (PER SCHEDULE) -I SEA UWT W/ BACK RROD BATT INSULATION (R-19) ON 10"METAL STUDWALL GYP BD (SEE SCHEDULE FOR FINISH) EXTERIOR STONE VENEER STOREFRONT JAMB ON MTL STUD DETAIL SCALE3"-1 0 R508 WRB, TVP STEEL STUD HEADER, WD FIBER CEMENT PANEL (SEE EXTERI OR ELEVATIONS FOR FINISHTVPE) METAL CEP 1/4" GAP, DO NOT CAULK Z-FISEING FIBER CEM TRIM BD mlemmemwe ALUM REVEAL "F"TVP SEALANT w/ BACKER ROD JAMB / MULLION OVER STOREFRONT FRAME SYSTEM TYP EXTERIOR TRANSLUCENT HEAD DETAIL / WINDOW WALL HEAD SIM 3"-1' 0" R508 _s ems _A, _ sj. s Anil/berme Associates Inc EXTERIOR 1:1 "ELDORADO-ZORVAK" ADHERED MANUF STACKED STONE VENEER MORTAR SCRATCH COAT MORTAR SETTING BED METAL LATH WE 8"THK CMU. SAID SEALANT W/ BACKER ROD WNDOWFRAME GIAZING (PER SCHEDULE) BATT INSULATION (R-10) ON 10" METAL STUD WALL 58" THE GYP BD (SEE SCHEDULE FOR FINISH) WINDOW HEAD/JAMB SIM @ EXTERIOR STONE VENEER WALL ON CMU 3"-1' 0" R508 Z INTERI01 STRUCTURAFROID WHEREOCCURS TRANSLUCENT HEAD / MULL ON OVER STOREFRONT FRAME SYSTEM SAY Tw/ BACKER ROD HSS STRUCTURAL FRAME WHERE OCCURS 5A" FIRE RETARDANT EXTERIOR GRADE PLYWOOD SHEATHING. TESTED UL283 5 METALSTUD SP @ 16" OCw/ THERMAL INSULATION 7ffi CEMENT PLASTER ON METAL LATH OVER BLDG PAPER INTERIOR EXTERIOR TYR TRANSLUCENT SILL DETAIL SCALE'. 3"=1' 0 R508 GLAZING (PER SCHEDULE) WINDOW FRAME SEALANT W/ BACKER ROD SHIM AS REQUIRED PRECAST CONCRETE SILL, BEPTH VARIES, AT SEALANT W/ BACKER Roo "EIDORADO-ZORVAM' ADHERE MANUF STACKED STONE VENEE DOWEL AS REQUIRED BY MFR MORTAR SCRATCH COAT MORTAR SETTING BED METAL ITTH WEB 8"THK CMU, WD BATT INSULATION (R-10) ON 10" METAL STUD WALL 5f8"THE GYP BD (SEE SCHEDULE FOR FINISH) WINDOW SILL @ EXTERIOR STONE VENEER WALL ON CMU 3"-1' 0" R508 B L D24-00 B ADDENDUMk4 K VI METAL STUD SP @ 16" OCw/ THERMALINSULATION SEA YNT w/ BACKER Roo STRUCTURAL ROD INTERIOR WHERE OCCURS JAMB / FRONT W ON OVER STOFRREONT FRAME SYSTEM R EXTERIOR TRANSLUCENT HEAD/MUWON OVER STOREFRONT FRAME SYSTEM SEA YNT w/ BACKER ROD 5A" FIRE RETARDANT EXTERIOR GRADE PLY OF SHEATHING. TESTED UL 2635 ZA" CEMENT PLASTER ON METAL LATH OVER BLDG PAPER TYP TRANSLUCENT JAMB/HEAD SIM �g SCALE'. 3"=1'0 CITY OF SANTA CLARITA THE RINK SPORTS PAVILION 20860 CENTRE POINTE PARKWAY SANTA CLARITY, CA 91350 M J. KEENAN 1101/2024 WINDOW TYPE AND RINDULO J. KEENAN HOM,S024 FRAME DETAILS A-508 0. AnnFtinl IM ffA WRB, TVP 1 112" METALCEP, WO. FIBER CEMENT PANEL FOR FIN FOR FINISH TYPE) WINDOWFRAME/TERIORELEVATIONS 4F MULLION 5f8" THE GYP BD SHEATHING, 1"TH K GFRC WALL / / R-19 WALL INSULATION UT ME TW INTERIOR EXTERIOR MFR KEY TRIM, TVP@ALL CORNERS GFRC MFR HSS FRAME SUPPORT INTERMEDIATE FRAME TRANSLUCENT GFRC GEM SPOTS 0"METAL STUD @10"oC / PANEL/WINDOW, TYP r5� W/TENSION RODS �~ DIAGONAL BRACE SCALE'. 3"=1'-0" R509A R811 SUPPORT REFERTO SHEET]/R503 CONTSEALANT / -..,, OF a BACKER Roo CONT B070M TRACK TRANSLUCENT PANtL JHMtl FkAMt ov SEALANTW/BACKER ROD OVER STOREFRONT _ 5f8"THE GYP ED(SEE FRAME SYSTEM SCHEDULE FOR FINISH) WINDOW FRAME - - - - GLAZING(PER SCHEDULE) METAL FLASHING PAINT TO MATCH SEALANT W/ BACKER ROD ADJACENT FINISH TRANS LUCENT PANEL H EAO FRAME OVER sTOREFRONTFRAME INTERIOR ` BATT INSULATION (R-19) ON 10"METAL STUD WALL SYSTEM 5fe"THE GYP Bo (SEE 21/4" SCHEDULE FOR FINISH) TYP TRANSLUCENT HEAD/ JAMB SIM DETAIL �� SCALE 3"=1'-0" R509A WINDOW HEAD/JAMB SIM @ EXTERIOR STONE VENEER WALL ON CMU SCALE3"-1'0 R509A BLOCKING SEA NTW/ BACKER ROD 5f8" FIRE RETARDANT EXTERIOR GRADE PLYWOOD SHEATHING TESTED UL2D35 TRANSLUCENT PANEL JAMB 10" METAL STUD END FRAME FRAME OVER STOREFRONT FRAME SYSTEM INTERIOR ICI EXTERIOR SEA YNT W/ BACKER ROD BREAK METAL/L TRIM, PAINTED 91) LAYERS WRB SEAL EDGETO FIN MORTAR SCRATCH COAT MORTARSETTING BED METAL7/1 LATH WRB STEEL TUBE, SSD "ELDORADO ZORYAc' ADHERED MANUF STACKED 90NEVENEER EXTERIOR STONE VENEER STOREFRONT JAMB ON MTL STUD DETAIL SCALE'. 3"=1'-0" R509A TRANSLUCENT PANEL FRAME JAMB/HEAD SIM @ GFRC, TYP Lc� EXTERIOR GHAZING(PER SCHEDULE) WNDOWFRAME SCALE 3"=1'0 Rso9A SPACER PER MFR, TVP FIBER CEMENT PANEL (SEEa ERIOR ELEVATIONS SEAYNT W/BACKER ROD WI NDOW(PER SCHEDULE) FOR FINISH TYPE) SHIM AS REQUIRED BLOCKING MFR KEY TRIM,TVP @ALL CORNERS WRB,TVP PRECASTCONCRETE SILL, STOREFRONT FRAME wwoow SILL SEALVNT OVER BACKER Roo, TYP DEPTHVARIEs, vIF SYSTEM SEALANT W/BACKER ROD __ _ SEALANT wr anckER Roo >.�;� - e PRE caTETEu,nNDow SILL, DEPPTH IT VARIARIES, VIF DOWEL AS REQUIRED BY MFR SEALANT W/ BACKER Roo 112 vz" METAL CEP MORTAR SETTING BED MFR SPACER, TVP MORTAR SCRATCH COAT TRANSLUCENT PANELJAMB FRAME OVER STOREFRONT FRAME SVSTE WIFE TYP WRB "ELDORADO 8"THK CMU, SSD ZORYAK' ADHERED MANUF STACKED BATTINSULATION(R-19) STONE VENEER ON 10" METAL STUD WALL METAL STUD HEADER, SSD F. 58" THE GYP BD (SEE METAL LATH INTERIOR INTERIOR SCHEDULE FOR FINISH) EXTERIOR BATT INSULATION (R-19) ON 10" METAL STUD WALL a TRANSLUCENT PANEL JAMB WINDOWSILL @ EXTERIOR STONE VENEER WINDOW FRAME JAMB / HEAD SIM @ GFRC, EXTERIOR STONE VENEER STOREFRONT @ CMU CONDITION WALL ON CMU TYP SILL ON MTL STUD DETAIL SCALE. 3"=1'0" R509A SCALE. 3"-1'0" R509A SCALE. 3"=1'0" R509A SCALE. 3"-1'-0" R509A A a LL DATE c z z ies 7 zaA �3 � 91�s Anil l�onanAssmi fi s /n, �µs PRCPnR[o 2n'ocrs me oireccnon or. m rcx �xu n.�uu.. u. scx.mv�.xo o.n THE RINK SPORTS PAVILION zoaso CENTRE DO LIFE PARKWAY SANTA CLARITY, CA9/Aso Paw4 sii eoRnoao s[xV�ccs onr[ WINDOWTYPES Rsnnax nxc ccuuux�rr ssRvic un rs B ADDENDUMfk4 KVIM J. KEENAN 11N1/2024 BLD24-001 02 AnnFtini IM tta a ERIORWALL AS SCHEDULED )UNTER FRAME SIGN ESS WC EXTERIOR WALL ASSCHEDULEB 1 CANT BEAD OF SEALANT w/ STAINLESS STEEL BACKER ROD, TVP .. ,� HOLLOW METAL FRAME FINISH AS SCHEDULED � 4. - - - METAL STUD JAMB, SAID FIXED LOI VAR VENT, c0ORDIATEw MECHANICAL _ �3 DRAwwcs FORVENT DUCT 9Y coNT BEAD OF AI NTw/ :.-. INSTALLATION BACKER ROD, TVP — - PREFORMEDSTAINLESS STEEL FRAME METAL STUD WALL EXTERIOR MARINE GRADE ACOUSTIC BATT INTERIOR EIRERIOR PLvw000 SHIM wsuLAnoN,rvP wsecT UNREscREEN fi YB" INTERIOR ry PLANTED, PRE -FORMED HOLLOW METAL FRAME SERVICE WINDOW JAMB / HEAD SIMILAR �� PASS THRU WINDOW = 3"=1'0 R509B SCALE 3"=1'0 A509B AXTERIORWALL S SCH EDULED EIRERIOR INTERIOR LOUVER HEAD / SILL / JAMB SIMILAR 5 3"-1'0" A509B SERVICE COUNTER FRAME BASIS OF DESIGN. y READVACCESS WC 4,29131 ROUGH OPENING PRECAST CONC SILL CONT BEAD OF WINDOWFRAMEAS SCHEDULED SEALANT BACKER w/ Roo, TIN PREFORMED sraNlEss STEELFRAME } GIAZING(PER SCHEDULE) CONT BEAD of SEALANT w/ a� METAL sruo JAMB, sso 7__rT BACKER Roo, TIN FINISH AS SCHEDULED cLAZINGAs SCHEDULED EXTERIOR mwwNEGRADE — _ LA 90REFRONT FRAME E\ PLvw000 SHIM SEALANT W/BACKER FLOOR FINISHAs DowELAS REouIREo ROD, rvP scHEDULE CONCRETE FLooR, AT 1 ByMFR METAL STUD WALL_L4 i > EXTERI OR WALL As scHEoulEo Acousnc anTT FINISH AS SCHEDULED INSULATION, TVP VIF ,C� SERVICE WINDOW SILL INTERIOR WINDOW F4 STOREFRONT SILL SCALE. 3"=1'0" R509B SCALE. 3"=1'0" A509B 3"-1'0" A509B �a o PR A a w oe/�o/2oaa z Dare THE RINK SPORTS PAVILION Pawa z A 91s 7 as - ies �3 Anil Verme--39®GYate9 Inc 10 20860 CENTRE POINTE PAR wAv SANTA CLARITY, CA 91350 ET.A-5 ory (I - rv1r), eoRnoao 5[xV�ccs on r[ WINDOW DETAILS LUJs PFEPAFEo VNOER mE oIRECnoN oF. 9B RGnoN ANO CouMUNIrY SERVIC O.1 rE a LL rcx mu n�iawr, ur acx�rvrz �xo own B ADDENDUM#4 K VIM IT. KEENAN 11N12024 BLD24-001 02 AnnrK]ni inn ffA DOOR SCHEDULE DooR BEE BCREDINYLCAllFL cANIET r x. rLooR. IC4L5 Door opening Flame DO,il Deer Deer Rough open open M,K MittHeight LengN Thickness Door Type Rating Magnet Finish Glazing Opening He)ght Length Type Materiel Finish Heatl Jemb Sill HeJwere Gm,p Description � EeLaNLT ELoow coxcRETEt A M ; ' ,. -° � 1. REFER TO SHEETA506&A507 FOR DOOR DETAILS. 2 SUITTED RowN G DOORS N EED TO CLOSE FLUSH TO A COUNTER TOP. 3. FOR HARDWARE GROUP SCHEDULE REF ER TO SPECI FIXATION SECnoN oe ll oo. 4. EGRESS D ONES SHALL BE READILY OPERABLE FROM THE EGRESS 1 4'-0" T-0" 0'-13/4" BB WD PTD A",Pa,el 4'-0" r-9" 1 HM PTD vA-b9e vA-b9e 1E/he n 2 3'-0" T-0" 0'-13/4" D WD PTD 3'-0" 1'-0" 1 HIM PT 3/A-b91 34b91 1E/he01 91 Previde24"x1e"benem grille SIM _ DooR sEE scRED CLIFF CINC w O - '.� ', - ItIS1QEL7H 0LD SIDEWTHOUT THE USE OF A KEY OR AND SPECIALKNOWLEDGE OR EFFORT I N ACCORDANCEWTH BUILDING CODE 1010.1. 19. 5. EACH DOOR IN AMEANS OF EGRESS FROMA GROUPA OR ASSEMBLY AREA NOT CLASSIFIED AS AN ASSEMBLY OCCUPANCY HAVIN G AN OCCUPANT LOAD OF 500E MORE SHALL NOT BE PROVIDED WITHA LATCH OR LOCK UNLESS IT IS PANIC HARDWARE OR FIRE EXIT HARDWARE BUI LDI NO CODE 101029 FIRE CODE 1010. DOOR SCHEDULE NOTES: 2 DOOR MATERIALSlamgPush 3 2'-0" 7'-0" 0'-13/4" A WD PT 2'-0" ]'-0" 1 HM PTD /A-50fi 2/A-50fi 1E/A-5 10 4 4'-0" ]'-0" 0'-13/4" BE WD PTD Vision Panel 4'-0" ]'-0" 1 HM PT 1/A-50fi 2/A-50fi 1E/A-fi01 10 5 3'-0" 7'-0" 0'-13/4" D WD PTD 3'-0" 1'-0" 1 IT PTD 3/A-501 3J4501 SIMN 1E/h001 01 Provitle 24"x10"botlom grille 0 3'-0" 7'-0" 0'-13/4" B WD PTD Visors Panel 3'-0 1'-0" 1 HM PT 1/A-506 2JA-506 1E/A 301 19 7 3'-0" 7'-0" 0'-13/4" A 20 MIN HM PT 3'-0 1'-0" 1 HM PTD 5/A-507 0/A-507 1G/h001 07 0 0'-2" 7'-0" 0'-13/4" AA 20MIN HM PTD 0'-2 1'-0" 1 HM PTD /A-507 0/A-507 1GIA1 14 10 3'-0" 7'-0" 0'-13/4" D WD PTD 3'-0" 1'-0" 1 HM PT 3/A-500 3J4501 SIM 1E/h001 09 Provitle 24"x10"botlom grille 11 3'-0" 7'-0" 0'-13/4" A 20MIN HM PTD 3'-0" ]'-0" 1 HM PTD 5/A-507 0/A-507 1 G/A 601, 004 12 3'-0" 7'-0" 0'-13/ A 20 MIN HM PTD 3'-0" 1'-0" 1 HM PTD 0/A-506 41A-501 1GIA 20 13 53/001G14 0'-0" 0'-2" 0'-13/4" C 20 MIN AL PF F UIlFl,g. d Glass Door lnstle Stmfm,t 0'-0" 0'-2" 1 HM PF 4/A-506 IS,101 1GIA 101 02 (ADA) Automatic Swing Door Operator wth Plate Butlo,. Ref,rF, note 10 E E° ENT O '" wt1 HM=HOLLOWMEfAL b. AL=ALUMINUM c WD=WOOD 3. DOOR FINISH. e. PTD=PAINTED b. PF=PRE-FINISHED, FACTORY PAINTED cAN=ANODIZED, FACTORVFINISH 15 3'-9" 7'-0" 0'-0" A 20MN HM PT 3'-0" 1'-0" 1HM PTD 0/A-506 1/A-506 1G/h001 04 10 3'-0" 7'-0" 0'-13/4" B WD PTD Viso, Panel 3'-0" 1'-0" 1 HM PTD 1/A-500 2JA-500 1E/h001 13 17 2'-0" 7'-0" 0'-13/4" A WD PT 2-0' 1'-0" 1 HM PTD 1/A-506 2JA-506 1E/h00 05 10 0'-0" 0'-2" 0'-13/4" C 20 MIN AL PF FUIlFlametl Flaming Glass Door lnstle Storefront 0-0" 0'-2" 1 HM PF 4/A-506 5/A-506 1G/A 601 02 (ADA)Autom.SC S-H Door Operator with Push Plate Butlo,. Ref,rF, note 10 20 2'-0" 1'-0 2'-A' H 3'-0" 2'-0" 3 /A-505B SIM 0/A-505B - 10 Roof Hatch 19/32" SIM Em BED 4. GLHZINGTVPE 21 3'-0" 1'-0 4'-A' H 2'-0" 4'-0" 3 3/A-404, 3/A 404, 10 Roof Hatch 19/302 /A-505B 9A-505B DooR BEEBCHED HE°VCER a. REFER TO DOOR SCHEDULE AND SPECIFICATIONS FOR GUIZIN G TYPE 23 15'-0" 7'-4" R SS AN 15'-0" 1'-4" SS AN 4 - - 0 09 Buitl to,,1 metal sletletl rolling tlools se re openings above counters Cen fully caRPErt a Exao.ED 5. FRAME TYPE c oseto Coo,terTop.(Electlic)See,ote2 w coxcRET — EO p e. KD=MNOCImOWN b. AW= ALL WELDED, SINGLE PI EC 24 7'-0" 5'-2" R SS AN 7'0 4'11" SS AN AS, 510 SIM 4/h606D B/AA10 09 BU It tooJer met& I,Petl mllmg tloo¢ re openngs above counters Cen fully oset, CounterTop.(M enuel)See,ote2 � T Dooa sEE scHED ea°D� '� CERAMIC N CLIFF CA FEEL, DID EH 0. FRAMEMATERIAL e. HM=HOLLOWMEfAL b. AL -ALUMINUM 7. FRAMEFINISH. e. PTD=PAINTED b. PF=PRE-FINISHED FACTORVPAINTED z AN=nNoolzeq FACTORYFINISH 20 3'-0" 7'-0" O'-13/4" B WD PTD Viso, Panel 1 HM PTD 1ffl, 0 2JA-506 12 29 0'-4" 4'-0" 0'-13/4" AA 20MIN HM PT 0'-4" 4'-0" 1 HM PTD 3/A-505D SIM 3/A 505D 1G/h001 21 32 0'-4" 4'-0" 0'-13/4" AA 20MIN HM PTD 0'-4" 4'-0" 1 HM PTD 3/A-505D SIM 3/h505D 1G/h001 21 33 0'-4" 4'-0" 0'-13/4" AA 20MIN HM PTD 0'-4" 4'-0" 1 HM PTD 3/A-505D SIM 3/h505D 1G/h001 21 35 0'-4" 4'-0" 0'-13/4" AA 20MIN HM PT 0'-4" 4'-0" 1 HM PTD 3/A-505D SIM 3/A D 1G/h001 21 C, PC 'ETEE 8. HARAWARE CROUP. E B" mr — O s rDa- oRraR eED scRED REFERTO HARDWARE ceouP FAITH SPECIFICATIONS 9. DEraRE REFERENCE INDICATED ON DOOR SCHEDULE a. REFER TO OF 10. POWER -OPERATED SWINGING DOORS SHALL COMPLY WITH ANSI/ REMOVABLE W W W W MULLION s-o° s-° #� W #II 7 Wf -�#WHERE E° 5 OCCURS 0" 0"0"0"1 DooR BEEBCHED ADD aUTomanc Dooa Bonome, e� TRREeHotn ED, sEE E BITMAA156.10. LOW ENERGY POWER- OPERATED SWINGING DOORS SHALLCOMPLYWITHBHWA150.19 PUSH BUTTONS SHALL BE ON THE WALL34"- 48"AFT. AS ZrMOUNTED xisR CAZL"NT COUNTERTOP O '�CDE'P,, A FIN FLOOR Eme D wti 71t A-HM SINGLE AY ILMDOUBLE B-HMSINGLE BB-HMDOUBLE C-DOUBLE D-HMSINGLE IT SINGLE LEAF R-ROLLUPCOUNTER Bo rrom PaoE LE FLUSH FLUSH FLUSH FAITH FLUSH WITH VISION FRAMEDWITH FULL FLUSH FAITH METAL ROOF VISION PANEL PANEL 10"STSTL GLASSPBMEIS GRILLE HATCH COVER MORTAL E @PUSH DOOR TYPES 2 SIDE,TW SCALE 1/4"=1'-0" R8o1 DooR BEEBCHED BETwmasncBED —ATHERETRi111No INCRETEEE TRANSOMAS - SCHC-0ULC-0 DRawixoe y d a T T T ALLWEIDED HMY FRAME EL FEE L ENT I.IRI _ 2_ _ ALLwELDED 7 L HM FRAME \ / s F / eox NHTE EER / \\ F / \\ TT Opi, peat EDDE iCCEB xo son Bue DDE 2 1 DOOR L2" 2" DOOR -oI 2" 2 1 OPEN 2" - x rE: REEERTL DooR aERamE — RCHEDU� "lRDooR WIDTH WIDTH WIDTH aPPucan D RAME RAME FRAME DOOR FRAME TYPES r3—� WIDTH (ACTUAL) WIDTH(ACTUAL) WIDTH (ACTUAL) SCALE 1/4"=1'-0" A001 DOOR THRESHOLDS �� SCALE'. 3"=1'-0" R801 1- TYPICAL 2-w/TRANSOM 3-TYPICAL P CITY OF SANTA CLARITA As seowN oe/�o/2oaa onre THE RINK SPORTS PAVILION 20860 CENTRE POINTE PARKWAY Pawa z z ( a) zas a0a n at. x6 su xs h. Anil Votme Associates Inc. 10 SANTA CLARITY, CA 91350 �. °oR°�° xvt°Es Dorf µs PxEP"xE° xx°Ex mE _I,—N or. a A-601 Rsnnox nxu ccuuux�rr ssRvic un rs rcx �xu n.�uu.. ur acx.rvrz .xo o.n DOOR AND WINDOW TYPE SCHEDULE B ATENDUMfk4 KVIM J. KEENAIN 11N1/2024 B L D24-00102 ADDENDUM #4 WINDOW SCHEDULE MARK WINDOW FRAME OEECRIPTON COUNT SILL GLP➢NG IMORH HEIGHT HEIGHT WPE GlA➢NG COLOR TYPE MATERIAL FINISH JAMB HEAD SILL 1 2'-0" 4'-0" SE. A ""E/HP Tinletl Grey A ALUM PF 0/P-508 SIM IS, Ir8 IS, Ir8 1 2 2'-0" 4'-0" SE. A FIAT E/HP Tinletl Grey A ALUM PF 0/P-508 SIM 0/A-508 ]/A-508 1 3 T7 4'-0" SE. A DGAT E/HP TiNed Grey A ALUM PF 0/P-508 SIM 0/A-508 ]/A-508 1 4 4'-0" 1'-8" SE. B DGAT E/HP/F Tinted Grey B ALUM PF CA508SIM 0/A-508 ]/A-508 1 G 5 4'-0" 1'-8" SE. B DGAT E/HP Tinned Grey B ALUM PF 3/A-509A SIM 3/A-509A 4/A-509A 1 0 4'-0" 1'-8" SE. B DGAT E/HP Tinned Grey B ALUM PF 3/A-509A SIM 3/A-509A 4/A-509A 1 ] 4'-0" 1'-8" SE. B DGATE/HP TinledGray B ALUM PF 1 8 4'-0" 1'-8" SE. B DGAT E/HP Tinned Grey B ALUM PF 3/A-509A SIM 3/A-509A 4/A-509A 1 9 4'-0" 1'-8" SE. B DGh-E/HP Tinletl Grey B ALUM PF 3/A-509A SIM 3/A-509A 4/A-509A 1 10 4'-8" 5'-0" SE. E DGAT E/HP Tinted Dark E ALUM PF W509A SIM 3/A-509A 4/A-509A 1 Grey 11 4'-8" 5'-0" SE. E DGAT E/HP Tinted Dark E ALUM PF W509A SIM 3/A-509A 4/A-509A 1 Grey 12 2'-2" 5'-0" SE. F DGAT E/HP Tinted Dark F ALUM PF W501A SIM 31A-501A 41A-501A The 09 Walk Up Ticket WiMP, in,I,dks aspeaker hole 1 Grey and tleel trey with interior co,art, money or paper traHA,tions. There isample,iobiliry, whilestafistays pretcttl, 1/4 cleartmpered 13 2'-0" 4'-0" SE. G OGh-E/HP TinedGray G ALUM PF 3/h509A 51M 3/A-509A 4/A-509A 1 14 ]'-2" 4'-0" SE. J DGAT E/HP Tinned Gray J ALUM PF 4/A-505D SIM ]/A-505D SIM 4/A-505D 1 SIM 20 4'-0" 4'-0" SE. D DGAT E/HP Tinned Gray D ALUM PF 4/A-509B SIM 4/A-509B SIM 4/A-509B 1 SIM 31 3'-0" 3'-8" SE. L DG"E/HP L ALUM PF 3/A-509B SIM 3/A-509B SIM 3/A-509B Open pass Thru wintlow, stainless steel frame 1 SIM 35 4'-7112' 4'-312" SE. IT DGATE/HP Tinned Gray H ALUM PF 1/A-509B 1/A-509B SIM 2JA-509B ThK biperting wintlow/unheattlaircohain package is 1 itleel for tlrrve- FIT or exterior walkup applications Bipahing door, ends open to the sitles on o,erhead windowing far tretlFfree sll. Paticage i,Free, the wrawom mount air c,Her, Iraq and a relay witch tat integrate the fanMiintlow operation (electric wiUdo only) Window self closes farse,,rP and food afere 40 3'-0" 1'-0" SE. M DGAT E/HP M METAL PF 5/A-509B SIM 5/A-509B 5/A-509B Louver w/ Insert Wire Screen 1 41 3'-0" 1'-0" SE. M DGAT E/HP M METAL PF 5/A-509B SIM 5/A-509B 5/A-509B Louver w/ Insert Wire Screen 1 BE 1 40'-0" 2'-0" SE. BE 1 TP. BE ALUM KCRF 1/A-509A SIM 1/A-509A 1/A-509 KeIweII WeII F ecetle-see note] 2 KIV1 18'-0" 3'-4" SE. KIV1 TP. KIV1 ALUM KCRF WA 508 9/A-508 SIM A, 508 KeIweII WeII Farads see note] 8 UP 12'-0" 2'-5" SE. UP TP. UP ALUM KCRF 4A-508 1/A-509A 2JA-509 KeIweII WeII Farads see note] 1 /A-509A UP 3'-0" 10'-2" SE. UP TP. KR-1 ALUM KCRF 2/A 509A, 1/A-509A 5/A-509A Bell Wall F aroseseenote] 4 1/A-509A SIM, AA-509A US 1 8'-0" 2'-5" SE. US 1 TP. US 1 ALUM KCRF 4A-508 SIM, 1/A-509A 5/A-509A Bell Wall F aroseseenote] 1 1/A-509A SIM KU1 21'-8" 2'-4" SE. KU1 TP. KU1 ALUM KCRF 4A-508 SIM, 1/A-509A 5/A-509A KeIweII WeII F stakeseenote? 1 1/A-509A SIM KV-1 10'-0" 2'-5" SE. KV-1 TP. KV-1 ALUM KCRF 4A-50851M, 1/A-509A 5/A-509A KeIweII WeII Facadeseenote? 1 1/A-509A SIM W-U 21'-]CA" ]'-4" SE. U DGATE/HP Title Grey U ALUM PF 4/A-508 1/A-509A 2JA-509 1 W-V 10'-0" ]'-4" SE. V DGh-E/HP Tinletl trey V ALUM PF 4/A-508 1/A-509A vA-509 1 w-P 1z'-o" r-4" sE. P oc2-E/HP Timetl trey P ALUM PF 4n-59e vA-599A W-W1 21'-55H 0" ]'-4" SE. W DGh-E/HP Tinletl Gray W ALUM PF 0/h50851M 0/A-50851MA-509AW-W2 �1"A-59e 21'-55H 0" ]'-4" SE. W DGh-E/HP Tinletl Gray W ALUM PF 0/h50851M 0/A-508 SIM A-509A 1 0 12'411 10'-0" SE. 0 DGAT E/HP TUted Grey 0 ALUM PF 5/h500 SIM 4/A-500 SIM 0/A-509B 1 S 8'-413H A' ]'-a" SE. S DGh-E/HP IIntel Grey S ALUM PF 5/P-5005IS 4/A-5005IS 0/A-509B 1 WINDOW SCHEDULE NOTES: 1. WINDOWTYPE. a. REFER TO WNDOWTYPE ELEVATIONS 2 GLAZING TYPE REFER TO WNDOW SCHEDULE AND SPECIFICATIONS FOR GLAZING TYPE b sG -sNGE 1a " c G-D BLE GLAZE 2-14"(MULTIP EGtHZINGSHALLBEA MINIMUM OF ONE TEMPERED PANE MEETING THE RECUIREMENTS OF SECTION R308 S ETY GtHZING e. TO = CkYLG,"i'11d' A T =TEMPERED f Lam=LOW-EFFICIENCY g. HP =HIGH PERFORMANCE SC-035 MAX ORSHGC-03 MAX h. FG =FPOSTED GLASS, INSIDE FACE d. BRAMETYPE FA= FACTORY ASSEMBLED 4. RAMEMATERIAL IT =HOLLOW METAL b. ALUM -ALUMINUM 5. FRAMERNISH. a. PF PRE FINISHED FACTORY ANODIZE BLACK b. KCRF - KALWALL CORROSION RESISTANT FINISH BLACK 8. DETAILS. REFER TO DETAIL REFERENCE INDICATED ON WINDOW SCHEDULE 1. KALWALL PERFORMANCE REQUIREMENTS INNER COLOR WHITE OUTER COLOR CRYSTAL PANELTHICMNESS-23/4" FOR CLERESTORY PANELTHICMJESS-4" FOR GROUND LEVEL W/ KALWALL WEATHERABLE SURFACE(KWS) COATING MAX U-FACTOR-O 3 MAX AFGC-O 35 8. S.E. SEE ELEVATION nvveovca rote oarvsreuon ry (t sncns — n: 20 GROUND LEVEL n - 0' 0" WINDOW TYPE - A ❑A� SCALE 1/4"-1-0" R811 4' 8' GROUND LEVEL n 0'-0" V WINDOW TYPE -E SCALE 1/4"-1 0 R811 4' 8' 1'-33/4" 2'-01/2" 1'-3Net " ® SERVICE OPENING 432 SO CINNIAAS PER CA PER RETAIL e ToCODE REQUIREMENT BASIS OF DESIGN'. - wcl4x2e131 GRouND LEVEL WINDOW TYPE -H SCALE 1/4"=1'-0" R811 PI>lIIk169J�i WINDOW TYPE - KN-1 SCALE 1/4"-1'0 o arses ems—�A° k s, s Anil Vertn Ass®cietes Inc 4' 0' m ❑❑ GROUND LEVEL n 0' ]" WINDOW TYPE - B ❑B� SCALE 1/4"-1'0 R811 2 22"y I I GROUNDLEVEL 00 WINDOW TYPE - F �� SCALE' 1/4"-1'0 R811 GROUND LEVEL 0' NOTE REFERTO SCHEDULE FOR FOR WINDOW 4' 0" DETAILS. 40 GROUND LEVEL n -o'o" WINDOW TYPE - D ❑0� SCALE 1/4"-1'0 R811 2' 0" ofgE GROUND LEVEL n -o'o" WINDOW TYPE -G ❑� SCALE 1/4"-1'0 R811 {-3'-1112" GROUND LEVEL -0' WINDOW TYPE - L WINDOW TYPE - M ('V SCALE 1/4"=1'0 R811 SCALE 11 1'-0" R811 12' 0" 3 EQUAL PARTS 5 12'- 81/2" 3'-11/4" 6 6 3'-11/4" R508 0 F V z R508 EFIRERATED ENTRANCE DOOR - 5 AND FRAMES TO _ R508A eE INSIDE of THE STOREFRONT q FRAMING R508 GROUND LEVEL - - 0 0 GROUND LEVEL �T - - V 0 0 WINDOW TYPE -0 SCALE' 1/4"-1'0 R811 WINDOW TYPE W-P & KP-1 �F '❑ SCALE 1/4"-1'-0" RB 6 ADDENDUMfk4 MGRINDULO J. KEENAN 11N1/2024 CITY OF SANTA CLARITA THE RINK SPORTS PAVILION 208600 NTREPOINTEPARKWAY SANTA CLARITA, CA 91350 WINDOW TYPES AND SCHEDULE A-6110 ADDENDUM #4 i Is 3'-5" GROUND LEv 0' 0" WINDOWTYPE KR-1 SCALE 1T4"-1'0 AD,2 218" 5 EQUAL PARTS GRI WINDOWTYPE W SCALE 1T4"=1'0 AD12 ]'-2. _DJ BOOTH LEVEL z' 4" WINDOWTYPE J �� 1T4"=1 0" A612 II Cam' S 509 S GROUND I"TEL o' o" WINDOWTYPE S SCALE 1T4"-1'0 AD,2 WINDOWTYPE W-W1 1T4"-1'-0" A612 21' 4 5 EQUAL PARTS Vs JGRr GROUND LE 0'-0" WINDOWTYPE W-W2 SCALE 1/4 - 1 0 ltD,2 NOTE REFER TO SCHEDULE FOR FOR W NDOW DETAILS jA GROUNDL EL o'-o" WINDOW TYPE W-V & KV-1 SCALE 1T4"-1'-0" AD,2 WINDOWTYPE KB-1 1T4"-1'-0" A612 GROUND LEVEL 0'-0" P CITY OF SANTA CLARITA ns seowN ogre z z oe/�o/2oaa 91s 7 a THE RINK SPORTS PAVILION oaso CENTRE POATE P RARKWAY Pawa a �h: Anil lom7eAssociates, Inc.sANOINTE, 0 eoRn°ao s[xV�ccs on r[ �µs PRCP"R[° °n'°crs me °ireccn°n or. m WINNOW TYPES A_6�2 Rsnnax "xc ccuuux�rr ssRvic un rs rcx �xu n.�uu.. u. scx.mv�.xo o.n B ADDENDUM#4 KVIM J. KEENAN 11N1/2024 BLD24-001 02 AnnFtini inn ffA ROOM FINISH SCHEDULE Room Floor Finish Well Wiling Notes Number Neme Aree Base Nohh Eesl SONh West Finish Type Height Finsh Metenel Finsh M'YLY Finish Materiel Finish Metenel Finsh 101 DJ BOOTH 213 SF CT VB GB PF GB PF GB PF GB PF 0'-4"/7 102 VESTIBULE 50 SF PT TCB BE PT BE PT BE PT PF GB 8'-2" 103 WOMEN'S RESTROOM 398SF PT TC BE PT BE PT BE PT BE PT PF GD 8'-2" 104 JANITOR 30SF PT TC GB FRP GB FRP GB FRP GB FRP PF GD 8'-0" 105 VESTIBULE 2 455E PT TC BE PT BE PT BE PT BE PT PF GB 106 MEWS RESTROOM 278 SF PT TC BE PT BE PT BE PT BE PT PF GD 107 FIRE RISER RM 83 SF TO GB PF GB PF GB PF CP PF EXP 108 STAIR 58 SF TO GB PF GB PF GB PF GB PF EXP 109 ELEC RM 119 SF TO VB GB PF GB PF GBX PF GB PF EXP 110 OFFICE 230 SF CT VB GB PF GB PF GB PF GB PF ACT 8'-2" 111 TICKETING 108 SF CT VB GB PF GB PF GB PF GB PF ACT 8'-2" 112 SKATE RENTAL SHOP 416 SF CT VB GB PF GB PF GB PF GB PF ACT 8'-2" 113 LOCKERS 211 SF CT VB A GB PF GB PF GB PF GB PF ACT 8'-2" 114 FAMILY RESTROOM 585E g C BE PT BE PT BE PT BE PT PF GD 8'-2" 115 STAIR 53 SF TO GB PF GB PF GB PF GB PF EH 116A ENTRY 15ISF GB FRP/PF PMP 118E CIRCULATION AREA 1150 SF CT VB GB FRPRF GB FRP/PF GB FRPRF GB FRP/PF PMP 116C DECK AREA 1459 SF CT VB PMP 116D CUSTOMER LINE 72 SF CT GB PMP 117 ROLLER SKATE RINK/ PICKLEBALL/ VOLLEYBALL/ BASKETBALL COURT 11804 SF OR PMP 118 SKATE CHANGING BENCHES 308 SF CT H VB H GB FRP/PF GB FRPNVP/ PF GB FRP/PF PMP 110 KITCHEN &CONCESSION KIOSK 0]35F PT TC GB FRP GB FRP GB FRP GB FRP PF PXL 8'-8" 121 SEATING AREA 733 SF CT GB FRP/PF PMP 122 PRIVATE PARTY SECTION 1149 SF CT VB GB FRPOP/PF GB FRPDNP/P PMP 123 OF AREA Not Plecetl CT g VB GB PF GB PF GB PF GB PF PH 124 UTILITY 23 SF PT TO A GB FRP GB FRP GB FRP GB FRP PF GD 8'-0" 125 STO 225E TC GB PF GB PF GB PF CP PF EXP 126 SPORTS EOPMT STORAGE 08 SF TC VB GB FRP GB FRP/PF GB FRPRF GB FRP/PF EH 12] BLEACHERS 12425E TC TP GB/TP 14'-0" 201 STORAGE 1069 SF RC VB GB PF BB PF GB PF GB PF P q 202 STORAGE 13055E RC VB GB PF GB PF GB PF GB PF EHP TOILET ACCESSORY SCHEDULE (TA GO Type Meik I Materiel&Finish Manufacturer Slid InsGlRUr Type Count ® ®®—® ® ® —� ® ®—® ® ®B 6806 Slim, 36 42—® ® ® —® ® ®—® ® —® ® —� ® —� ® —� ® —� ® —® nvvewca roe oarvsreuon ry (t sncns —Ui ,e TP lLESl —li_ st, s Anil Vcrms Associates Inc FINISH I MATERIAL LEGEND GYPSUM BOARD TYPES GB GYPSUM WALLBOARD GD GREENE ARD DRYWALL OF X GVPSUM WALLBOARD, FIRERESISTANT BE BACKER BOARD WALL MATERIALTYPES (REFER TO SHEET AG 601, AG 602, AG 603 ANDAG 604 FOR MORE INFORMATION) PT PORCELAIN TILE FRP FIBERGLASS REINFORCED PLASTIC PF PAINT FINISH MP MEFALPANEL CP CEMENT PLASTER WP MDF WAVE PATTERN 3D PANEL VB VINVL WALL BASE, 4" FLOOR & BASE MATERIAL TYPES (REFER TO SHEET AG 601, AG602, AG603 AND AG 604 FOR MORE INFORMATION) PT PORCEWNTILE CT CARPETTILE RT ROLLED CARPET TO TROWEL FINISH CIP CONCRETE, SEALED WD WOOD TCB 8"HIGH x38"RADIUS TILE COVE BASE CEILING MATERIALTYPES I (REFERTO SHEETAG 101, AG 102, AG 103 AND AG 104 FOR MORE INFORMATION) ACT ACOUSTICAL CEILING TILE EXP EXPOSER TO METAL DECKAND BEAMS GB GYPSUM WALLBOARD GO GREENBOARD DRYWALL TP TECTUM PANEL PMP PERFORATED METAL PANEL PXL PRELUDE OIL (FRO) PANEL GENERAL NOTES. 1. APPLY CLEAR ANTI- GRAFFITI COATING TO VERTICAL FINISH SURFACES, EXCEPT PORCELAIN TILES a POSED TO PUBLIC VIEW. 2 APPLY ANTI- GRAFFITI FILM TO ALL GLASS SURFACES UP TO 8'0 HIGH MINIMUM, INCLUDING ILLUMINATED SIGNS. 3. EE SEE C}EICA,TION MAT FINIS OCOL EOUI NTS. A 4. PROVIDE IN 16 GA METAL BACKING AS REQUIRED TO SUPPORT TOILET ACCESSORIES. USEI6GA SUPPORTING STUDS FOR BABY CHANGING STATIONS. g ADDENDUMk4 M GRINDULO J.KEENM 11N1/2024 CITY OF SANTA CLARITA THE RINK SPORTS PAVILION 20860 CENTRE POINTE PARKWAY SANTA CLARITA. CA 91350 ROOM FINISH & TOILET ACCESSORY SCHEDULE A-621 or Annr K]nl IM ifd GENERAL NOTES: 1. A COPY OF THE GRADING PERMIT AND APPROVED GRADING PLANS SHALL BE IN THE POSSESSION OF A RESPONSIBLE PERSON AND AVAILABLE AT THE SITE AT ALL TIMES. 2. ANY MODIFICATIONS OF, OR CHANGES TO, APPROVED GRADING PLANS SHALL BE APPROVED BY THE CITY ENGINEER PRIOR TO IMPLEMENTATION IN THE FIELD. 3. SEPARATE PLANS FOR THE TEMPORARY DRAINAGE AND EROSION CONTROL MEASURE MUST BE SUBMITTED UPON ISSUANCE OF NTP 1. 4. ALL SUBDRAIN OUTLETS SHALL BE SURVEYED FOR LINE AND ELEVATION. THIS SHALL BE SHOWN ON THE AS -BUILT GRADING PLAN INCLUDED IN THE FINAL GEDTECHNICAL AND GEOLOGY REPORT. 5. THE FACES OF CUT AND FILL SLOPES SHALL BE PREPARED AND MAINTAINED TO CONTROL EROSION. THIS CONTROL SHALL CONSIST OF JUTE NETTING AND EFFECTIVE PLANTING, OR OTHER DEVICES SATISFACTORY TO THE CITY ENGINEER. (17.87.020 A) 6. WHERE NECESSARY, CHECK DAMS, CRIBBING, RIPRAP, OR OTHER DEVICES OR METHODS SHALL BE EMPLOYED FOR EROSION CONTROL. JUTE NETTING SHALL BE IMMEDIATELY INSTALLED ON ANY SLOPED HAVING A VERTICAL HEIGHT OF SEVEN FEET OR MORE AND STEEPER THAN 3:1 (H:V) TO MINIMIZE OR CONTROL EROSION PROBLEMS. 7. ALL CONSTRUCTION AND GRADING WITHIN STORM DRAIN EASEMENT SHALL BE PER THE APPROVED PLANS FILL NOTES: B. ALL FILL AND TRENCH'S SHALL BE COMPACTED PER THE PROJECT GEDTECHNICAL REPORT AND AS DIRECTED BY THE GEOTECHNICAL ENGINEER OF RECORD. 9. SUFFICIENT TESTS OF THE FILL SOILS SHALL BE MADE TO DETERMINE THE RELATIVE COMPACTION OF THE FILL IN ACCORDANCE WITH THE FOLLOWING MINIMUM GUIDELINES OR AS DETERMINED BY THE GEOTECHNICAL ENGINEER: 9.o. ONE TEST FOR EACH TWO -FOOT VERTICAL LIFT. 9.6. ONE TEST FOR EACH 1.000 CUBIC YARDS OF MATERIAL PLACED. 9.c. ONE TEST AT THE LOCATION OF THE FINAL FILL SLOPE FOR EACH BUILDING SITE (LOT) IN EACH FOUR-FDOT VERTICAL LIFT OR PIXtTION THEREOF. 9.d. ONE TEST IN THE VICINITY OF EACH BUILDING PAD FOR EACH FOUR -FOOT VERTICAL LIFT OR PORTION THEREOF. SUFFICIENT TESTS OF FILL SOILS SHALL BE MADE TO VERIFY COMPLIANCE OF THE SOIL PROPERTIES WITH THE DESIGN REQUIREMENTS INCLUDING SOIL TYPES AND SHEAR STRENGTHS. THE RESULTS OF SUCH TESTING SHALL BE INCLUDED IN THE REPORTS REQUIRED BY SECTION 17.86.030 I. 10. NO FILL SHALL BE PLACED UNTIL STRIPPING OF VEGETATION, REMOVAL OF UNSUITABLE SOILS, AND INSTALLATION OF SUBDRAINS (IF ANY) HAVE BEEN INSPECTED AND APPROVED BY THE GEDTECHNICAL ENGINEER. (17.86.030 B) 11. CONTINUOUS INSPECTION BY THE GEOTECHNICAL ENGINEER OR HIS RESPONSIBLE REPRESENTATIVE SHALL BE PROVIDED DURING ALL FILL PLACEMENT AND COMPACTION OPERATIONS. 12. CONTINUOUS INSPECTION BY THE GEOTECHNICAL ENGINEER OR HIS RESPONSIBLE REPRESENTATIVE SHALL BE PROVIDED DURING ALL SUBDRAIN INSTALLATIONS. (17.86.03D B) 13. FILL SLOPES IN EXCESS OF 2:1 STEEPNESS RATIO ARE TO BE CONSTRUCTED BY THE PLACEMENT OF SOIL AT SUFFICIENT DISTANCE BEYOND THE PROPOSED FINISH SLOPE TO ALLOW COMPACTION EQUIPMENT TO BE OPERATED AT THE OUTER LIMITS OF THE FINAL SLOPE SURFACE. THE EXCESS FILL IS TO BE REMOVED PRIOR TO COMPLETION OF ROUGH GRADING. (OTHER CONSTRUCTION PROCEDURES MAY BE USED WHEN IT IS DEMONSTRATED TO THE SATISFACTION OF THE CITY ENGINEER THAT THE ANGLE OF SLOPE, CONSTRUCTION METHOD AND OTHER FACTORS WILL HAVE EQUIVALENT EFFECT). (17.86.030 E) 14. THE GEOTECHNICAL ENGINEER SHALL PROVIDE SUFFICIENT INSPECTIONS DURING THE PREPARATION OF THE NATURAL GROUND AND THE PLACEMENT AND COMPACTION OF THE FILL TO BE SATISFIED THAT THE WORK IS BEING PERFORMED IN ACCORDANCE WITH THE PLAN AND APPLICABLE CODE REQUIREMENTS. (17.86.030 H) 15. THE GRADING CONTRACTOR SHALL COMPLY WITH THE REQUIREMENTS OF SECTION 17.B8.01D L AT THE COMPLETION OF ROUGH GRADING. INSPECTION NOTES: 16. THE PERMITEE OR HIS AGENT SHALL NOTIFY THE ENGINEERING SERVICED DIVISION AT LEAST ONE WORKING DAY IN ADVANCE OF REQUIRED INSPECTIONS AT FOLLOWING STAGES OF WORK: 16.0. PRE -GRADE ITEM. (17.BB.101 Gl) 16. b. INITIAL. WHEN THE SITE HAS BEEN CLEARED OF VEGETATION AND UNAPPROVED FILL AND IT HAS BEEN SCARIFIED, BENCHED OR OTHERWISE PREPARED FOR FILL. NO FILL SHALL BE PLACED PRIOR TO THIS INSPECTION. (17.88.D10 G2) 16.c. ROUGH. WHEN APPROXIMATE FINAL ELEVATIONS HAVE BEEN ESTABLISHED; DRAINAGE TERRACED, SWALES AND BERMS INSTALLED AT THE TOP OF THE SLOPES; AND THE STATEMENTS REQUIRED IN SECTION 17.88.010 L HAVE RECEIVED. (17.68.010 C3) 1I FINAL. WHEN GRADING HAS BEEN COMPLETED; ALL DRAINAGE DEVICES INSTALLED; SLOPE PLANTING ESTABLISHED, AND THE AS -BUILT PLANS, REQUIRED STATEMENTS, AND REPORTS HAVE BEEN SUBMITTED. (17.88.010 G4) 17. IN ADDITION TO THE INSPECTION REQUIRED BY THE ENGINEERING SERVICES DIVISION FOR REGULAR GRADING, REPORTS AND STATEMENTS SHALL BE SUBMITTED TO THE CITY ENGINEER IN ACCORDANCE WITH SECTION 17.BB.D10. EFERFE11-IL ­IOR OF: A- ""T"siLIN A a�=ss .e A rnr FGFINaN.CNn, va--%vs--(t �cc�s onrz v/. AGENCY NOTES: 18. AN EROSION CONTROL PLAN/ BEST MANAGEMENT PLAN (BMP) SHALL BE PREPARED AND A COPY AVAILABLE FOR REVIEW AT THE PROJECT SITE AT ALL TIMES. ALL MEASURES OUTLINED IN THE PROJECT BMP SHALL BE IMPLEMENTED THROUGHOUT THE DURATION OF CONSTRUCTION. GEOLOGY AND SOILS NOTES: 19. ALL RECOMMENDATIONS INCLUDED IN THE CONSULTANTS SOIL AND GEOLOGY REPORTS SHALL BE COMPLIED WITH AND ARE A PART OF THE GRADING SPECIFICATIONS. (17.83.010 F) 20. GRADING INSPECTIONS SHALL BE CONDUCTED UNDER PERIODIC GEOLOGIC INSPECTION WITH WEEKLY INSPECTION REPORTS TO BE SUBMITTED TO THE ENGINEERING SERVICES DIVISION. 21. THE CONSULTING GEOLOGIST SHALL APPROVE ROUGH GRADING BY FINAL REPORT PRIOR TO APPROVAL BY THE CITY ENGINEER. THE FINAL REPORT SHALL INCLUDE AN AS -BUILT GEOLOGIC MAP. PLANTING AND IRRIGATION NOTES: 22. ALL CUT SLOPES OVER FIVE FEET AND FILL SLOPES OVER THREE FEET SHALL BE PLANTED WITH AN APPROVED GROUND COVER AND PROVIDED WITH AN IRRIGATION SYSTEM AS SOON AS PRACTICAL AFTER ROUGH GRADING. (17.87.020 D) STORMWATER POLLUTION NOTES: 23. EVERY EFFORT SHALL BE MADE TO ELIMINATE THE DISCHARGE OF NON-STORMWATER FROM THE PROJECT SITE AT ALL TIMES. 24. ERODED SEDIMENTS AND OTHER POLLUTANTS SHALL BE RETAINED ON SITE AND MAY NOT BE TRANSPORTED FROM THE SITE VIA SHEETFLOW, SWALES, AREA DRAINS, NATURAL DRAINAGE COURSES, OR WIND. 25. STOCKPILES OF EARTH AND OTHER CONSTRUCTION -RELATED MATERIALS SHALL BE PROTECTED FROM BEING TRANSPORTED FROM THE SITE BY THE FORCES OF WIND OR WATER. 26. FUELS, OILS, SOLVENTS, AND OTHER TOXIC MATERIALS SHALL BE STORED IN ACCORDANCE WITH THEIR LISTING AND SHALL NOT CONTAMINATE THE SOIL AND SURFACE WATERS. ALL APPROVED STORAGE CONTAINERS SHALL BE PROTECTED FROM THE WEATHER. SPILLS SHALL BE CLEANED UP IMMEDIATELY AND DISPOSED OF IN A PROPER MANNER. SPILLS SHALL NOT BE WASHED INTO THE DRAINAGE SYSTEM. 27. EXCESS OR WASTE CONCRETE SHALL NOT BE WASHED INTO THE PUBLIC RIGHT-OF-WAY OR ANY OTHER DRAINAGE SYSTEM. PROVISIONS SHALL BE MADE TO RETAIN CONCRETE WASTES ON SITE UNTIL THEY CAN BE DISPOSED OF AS SOLID WASTE. 28, TRASH AND CONSTRUCTION RELATED SOLID WASTES SHALL BE DEPOSITED INTO A COVERED RECEPTACLE TO PREVENT CONTAMINATION OF RAINWATER AND DISPERSAL BY WIND. 29. SEDIMENTS AND OTHER MATERIALS MAY NOT BE TRACKED FROM THE SITE BY VEHICLE TRAFFIC. THE CONSTRUCTION ENTRANCE ROADWAYS SHALL BE STABILIZED SO AS TO INHIBIT SEDIMENTS FROM BEING DEPOSITED INTO THE PUBLIC RIGHT OF WAY. ACCIDENTAL DEPOSITIONS SHALL BE SWEPT UP IMMEDIATELY AND SHALL NOT BE WASHED DOWN BY RAIN DR OTHER MEANS. 30. ANY SLDPES WITH DISTURBED SOILS OR DENUDED OF VEGETATION SHALL BE STABILIZED SO AS TO INHIBIT EROSION BY WIND AND WATER. 31. THE FOLLOWING BMP'S AS OUTLINED IN, BUT NOT LIMITED TO, THE 'BEST MANAGEMENT PRACTICE HANDBOOK. CALIFORNIA STORMWATER QUALITY TASK FORCE, SACRAMENTO, CALIFORNIA, THE LATEST REMSED EDITION, MAY APPLY DURING THE CONSTRUCTION OF THIS PROJECT (ADDITIONAL MEASURES MAY BE REQUIRED IF DEEMED APPROPRIATE BY CITY INSPECTORS): / 32. EXCESS SPOILS, SOIL AND DEBRIS RELATED TO PHASE II CONSTRUCTION SHALL BE HAULED OFF SITE AND DISPOSED OF BY CONTRACTOR. 33, CONTRACTOR TO CONTACT SANTA CLARITA WATER TO RENT A HYDRANT METER FOR THE SOUTH HYDRANT. THE METER IS TO REMAIN IN PLACE UNTIL THE CITY HAS ISSUED THE CERTIFICATE OF OCCUPANCY OR AS APPROVED BY THE CITY PROJECT MANAGER. CONTRACTOR TO PROVIDE THE CITY PM WITH THE METER READING AT THE START OF THE PROJECT AND FOR EACH MONTH UP TO THE REMOVAL OF THE METER. CONTRACTOR WILL NOT BE BILLED FOR THE WATER TAKEN FROM THE SOUTH HYDRANT. 34, THE PHASE I AS -BUILT SURVEY IS 'FOR INFORMATION ONLY. PHASE II CONSTRUCTION CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REQUIRED GRADING BEYOND THE AS -BUILT SURVEY. 35. CONTRACTOR TO CRACK SEAL THE STAGING AREA ASPHALT PRIOR TO APPLYING THE SLURRY COAT AND STRIPING. 36. REFER TO THE ROUGH GRADING CERTIFICATION FROM PHASE I. RyRAIILPROS (scT)A211A atom cn rANk24 O-TANTT'N o s/ fW J. gqTA noN C61869 n P: c/w/zsz Crvl o ABBREVIATIONS AC ASPHALT CONCRETE ADA AMERICAN DISABILITY ACT PCC POC PORTLAND CEMENT CONCRETE POINT OF CONTACT APPROX APPROXIMATELY POLY POLYETHELENE B BOLLARDS PROP PROPOSED CBP CONCRETE PULL BOX COMM COMMUNICATIONS PROJ PVC PROJECT POLYVINYL CHLORIDE CONC CONCRETE PVMT PAVEMENT CP CONTROL POINT R RECEPTACLE (ELECTRIC) CVT COMMUNICATIONS VAULT D DEPTH RC RCP RELATIVE COMPACTION REINFORCED CONCRETE PIPE DS DRAIN SPOUT REF REFERENCE EG EXISTING GROUND ELPB ELECTRICAL PULL BOX SEED SD SEWER CLEANOUT STORM DRAIN ESMT EASEMENT SDWK SIDEWALK EX EXISTING SPECS SPECIFICATIONS FF FINISH FLOOR FH FIRE HYDRANT STD TG STANDARD TOP OF GRATE H HEIGHT TEMP TEMPORARY ICV IRRIGATION CONTROL VALVE TOP TOP OF PIPE IRPB IRRIGATION PULL BOX W WIDTH MIN MINIMUM AT S NOT TO SCALE TRK VAR TRUCK VARIED LENGTH SIZES PB PULL BOX UNIX UNKNOWN UTILITY COORDINATION: WATER, SEWER, GAS, ELECTRIC and TELECOMMUNICATIONS These utilities ore moinloined by the city of Santo Clorito and the persons listed beloM shouldm be contacted for any non -emergency assistance. IN THE EVENT OF AN EMERGENCY DIAL 911 Aroz Volijlan Nelson Vasgaez Project Monger Parks Administrator City of Santo Clorito City of Santa Clorito CNI (661) 2B6-4D31 CNI (661) 29D-2219 GEOTECHNICAL REPORT. PREPARED BY: R.T. FRANKIAN AND ASSOCIATES 61327 HUNTINGTON LANE, SUITE A SANTA CLARITA CA, 91355 DATE: JUNE 20. 2023 JOB NUMBER: 2004-037-003 ADDENDUM 1 4 11 W / BLD24-00102 CITY OF SANTA CLARITA APPROVED FOR GRADING AND DRAINAGE UNDER TITLE 17 UNIFIED DEVELOPMENT CODE BY: DATE: cuuN*Pv oROINANc[ uR spr[ LN aAPISIONS 01 AN' III' CITY OF SANTA CLARITA SSOw TFE RINK SPORTS PAVLION , GENERAL NOTES C-300 ADDENDUM #4 ALLOWANCE #1 A. INSTALL UP TO 50' OF fi- PVC SEWER PIPE Ilj FROM THE GREASE INTERCEPTOR 4" PVC @e SEWER PIPE AS NEEDED TO HATCH THE I - INVERT ELEVAPON DF THE (E) 6" SEWER 6" STORM DRAIN 1.1 6- STORM DRAIN 2.1 ° MAINLINE TRENCH d BACK FILL PER n �.e (SEE NOTE 2) FOR DETENTION BASIN AND DRAINAGE I FINISH S GEDTECHNICAL REPORT. LINE TD RUN EXISTING ROOF (SEE NOTE 2) ELEMENTS SEE SHEET C 304 PARALLEL TO THE (E) SEWER MAINLINE. b N �912140 58 _ N 7972749,8g 6 �� DRAIN OUTLET / B. TRENCH DEPTH NOT TO E%GEED 9' FROM (E) ] PROTECT IN PLACE EX GYM CUTER WALL E Ii411134 71 111 E 641112R.39 CE. BEET TOALIGNWITH (E) 6" PVC SEWER. z a �, . .,INV 1391 6 it ,,,,,,,,,,,,,, ,,,,,,, „ ,,,,,,, ,,,,,,,,, „ MV 1392 '1,,,,,,, 1 ,,,,,, INV 1392 5 INV 1392 =Illg „I ........... ... ..... .... j C. INSTALL 4' TO B' SWEEPING 90 DEGREE -a - - _ - D. INSTALL 6" TO 6" CONNECTION TO THE (E) �% 1e 1x la is Ia a SEWER MAINLINE. 1x p x _ _ [x a 1r IN 9T ilet [ 6" STORM DRAIN 3.0 E. REMOVE d REPLACE UP TO 600-SF OF fi- - sc a so (SEE NOTE 2) SECTION OF SAND. ^ - ') _ - - -� T - -FWf F f x. + F. INSTALL ONE 6" CLEANOUT AS DIRECTED 4 3 ,a e T d t: x G ALLOWANCE #2, IF REQUIRED, SHALL BE COMPLETED ON A TIME AND MATERIAL BASIS a W' ESTINATED AND NOT TO EXCEED VALUE OF WI •14 OUTER BUILDING) •1• 'L" �\ ^ W �I fiSD,ODO. OUTLINE �x O e III W t H. ALLOWANCE #2 SCOPE OF WORK WILL ONLY BE >'� � i ° i REWIRED IF THE (E) 6" SEWER MAINLINE 111 a I° POC 5'�FROM FACE OF BUILDING P IN ELEVATION IS HIGHER THAN THE 4" Z ° < \ I. ELECTRICAL ROOM SEE SHEET FP-100 ' L=17 5' V SEWER LINE INVERT ELEVATION AT THE POINT i r! 'y p' �� EX. DRAIN INLET k OF CONNECTION AS SHOWN ON C-3D1. 1 I e i rR F ` EX. STORM DRAIN +I �.I CONSTRUCTION NOTES: - N 197207664 i 5 9.2' F E 6411221 32 ' ( , Oi INSTALL 6_ PVC STORM DRAIN PIPE. Q INSTALL 1D"x6" REDUCER. v (INV 13 I O) 1 z, o Q INSTALL 4" PVC STORM DRAIN PIPE. O ROOF DRAIN PER ARCHITECTURAL DRAWINGS, SHEETS xs m ail t 1x A-520 TO A-524 d PLUMBING DRAWING P-100. ,�0 /. +• EX. STORM (RAIN PDC=13.8'� 3] OO INSTALL 10- PVC FIRE LINE PIPE. Q INSTALL 12"x12" TRAFFIC RATED GRATE INLET AND CONNECT TO EXISTING PIPE. 4" SANITARY SEWER (INV 1390.48) �', p INV. 1392.2 O INSTALL 4' PVC SEWER PIPE. xa INSTALL 6" 22.5' ELBOW. CONNECTION FROM BATHROOM SEE PLUMBING SHEET P-110 N 197!O6D.BD ^^^^^ INSTALL B" PVC WATER LINE. OO Q REMOVE EX. DRAIN INLET BOX AND PIPE AS SHOWN ON PLAN. t% E 641N243.45 1y INSTALL 6" SWEEPING WYE TO CONNECT TO EX. 6" SEWER. 17 r,T �� FG 1394.70 O zOs INSTALL 6" PVC CLEAN OUT FACING UPSTREAM. 4.77 'Pe�J xs it ss INV 1392.20 Q INSTALL 6" BACKFLOW PREVENTON DEMCE (DOUBLE CHECK). Q INSTALL 4" PVC CLEAN OUT. C 641 3.71 F N IF, 064.99 L-6.8' Q INSTALL 6" PVC FIRE LINE PIPE. Q CONSTRUCT CONCRETE ENCASEMENT PER DETAIL 3 ON SHEET C-305. J e E 641 42.59 OUTER BUILDING (D CONNECT TO EX. 10- FIRE LINE. CONCRETE SHALL BE 5DO-C-25OD PER S PW ` Is 12ss° 6" STORM DRAIN 2.2 M N 19720794D OUTLINE za INSTALL 4' 11.25' ELBOW. STORM DRAIN NOTES: I ' (SEE NOTE 2) �-64iT238.73 �x POC AT 5' FROM Q CONNECT TO EX. 8" WATER LINE. n INSTALL 4' 90' ELBOW. PER ADDENDUM O7, ITEM 02, N/E STORK DRAIN PIPE AS -BUILT I FACE OF BLDG O ( i1 I ] Q CONNECT TO EX. STORK DRAIN BOX. NV. 1392.20 x � INSTALL 4" x 4" x 4" TEE. MEASUREMENTS) III INV. 1392.2D3B $ Q INSTALL 6"x fi"x 4" TEE. ® 1 CONNECTION POINT OF PIPE IS LOCATED AT EDGE OF SIDEWALK �./11 Q INSTALL 4" 22.5' ELBOW. 6' FROM CENTER OF ADJACENT LIGHT POLE TO THE WEST 3 INSTALL 6'x fi" WYE CONNECPON. OUTER I (O 2. PIPE ALIGNMENT d ELEVATION AT CONNECPON POINT HAVE N 19722B9 85 / Q 2.5" % 4" REDUCER BUILDING !' INSTALL 6' 45' ELBOW. BEEN FIELD VERIFIED. AS -BUILT SURVEY WILL BE PROVIDED. E 6411133 93, s �, ] (TP 1389.7) ounlNE 4" SEWER LINE 2.0 5 INSTALL 10 45' ELBOW WITH CONCRETE THRUST BLOCK OO INSTALL 4" 45' ELBOW. NOTED MEASUREMENTS ARE WITHIN 6" +/-. rR 1O 3. 12" PVC PIPE BURIED 4' BELOW WALKWAY ELEVATION TO TOP (SEE NOTE 2) w $ PER LACDPW STD PLAN W-21. Q INSTALL 3" PVC STORM DRAIN PIPE. T. :. OF PIPE. INLET STRUCTURE HAS BEEN REMOVED III THE PIPE IS Jy + 2r PLC (GAS) PER © INSTALL 10. 22.5' ELBOW. O INSTALL 6" % 6" X 3" TEE. CAPPED BELOW GRADE. T { + I PLUMBING PLANS INSTALL ATRIUM GRATE IN PLANTER AREA. ® C�jENE L N TES': 6" STORM DRAIN O SEE LANDSCAPE DRAWINGS. ROOF DRAIN PER PLUMBING DRAWING P-111. Ir,lrl. (SEE NOTE 2T'' �'- x 1. CONTRACTOR TO VERIFY ALL E%ISTING 5.8' a R +. 0 6 o zo _ �' INV. 139'2.2 i1 m Q INSTALL fi"x6' FLAT GRATE PER LANDSCAPE DRAWINGS O 2 5" ROOFDRAIN INSIDE STUD WALL FROM AWNING PER r 159 COMI0 i SEE GRADING PLAN FOR LOCATION. ARCH. DRAWING A471. CONNECTIONS PRIOR TO CONSTRUCTION. I + EX. SEWS OC L[ FEET (TP 13909) \ x.1 ✓ INv. t392.2 2. FOR PROFILES OF SEWER, STORM DRAIN, AND FIRE (INV 1368. ➢) 1' - 10' o' e Q INSTALL 6" 90' ELBOW. WATER LINES, SEE SHEET C-302 AND C-303. III SEWER POC AT 5' 10.7'- F 2r FROM FACE OF z'.+ FG 1394.70 ]t CINV CONNECT WATER LINEBLDG, SEE P-111 INV. 1392.2 NV. 1392.20 +EX. STORK DRpITO BUILDING SEEPLUMILD BUILANS (SEE STORK -7.7 DRAIN NOTES)>SEE PLUMBING PION x GRADING BOUNDARYO OUTLINE PAND IPE AVERM[Nz FOR CONTINUATION > x GRADE BEAM FWNDATION�n OUTER BUIL=43 xt 1 4 r HASEIVTNV. 1392.20 L-2PROMDE HOT TAP CONNECPON RTi �. ] BE VERIFIEDSTDEXISTING GAS LINE LIN la SD' ---- 1] v+ u W ,g CAUTION! EX. 2" GAS LINE / R FW ----//---- -____ _ - _ - - - -- 5^ LLOWANCE #1. SEE NOIE, THIS SHEET 0 4'CN LINE PER _ z -- -- -- __ ___ __ _ �S - iz n AD N 1972119.62- - - 10 1 PLUMBING PLANS - - - J �. 1 ° -__ -E-- __ - s AND MENTM �E E 6411287.14 �ESFlEET�=1T ----- ----- ----- ----- - _- --- r Cltt OF SANTA CLARITA m v / EASEMENT - -z APPROVED - - - xa EX 59" RCP (PIP) L 19.2' A N RT LEVA ION TO FOR h - - - - - - - - - - - �­1111) - - - - - T - _ BE VER ASS IN s cRno Nc R DRAINAGE H "(lP 138911) 9�0\ to �✓ '( _ 55 SS v 59 BS `Y] PHASE UNFEDNDE DEVELOPMENT CODE s - - - - T - - - 4, -� w BE N 6°CINC CAS CASING EX 6" SEWER LINE DATE' GREASE INTERCEPTOR AND INLET PIPE , - - - - - - - 6" STORM DRAIN 4.0 (I3 END 6" CONG CASING 6 WATER LINE SEE PLUMBING DRAWINGS, SHEET P-111 (SEE NOTE 2) 4) - -- " HEII SH NA� ITELA AAE NRN 10 FIRE LINE (SEE NOTE zEN MAINTENANCE NOTE: 9 K B PER THIS PLAN PE IS PLAN II PROTECT IN PLACE I F FNreFT**En MICMATaExuAlIAsION' ory EHILMA+r+ou .x ALL PROPOSED DRAINAGE PER PLUMBING ❑ 4" SEWER LINE go (SEE NOTE 2) ER-CAppED GASLIflE- 6' PVC SEWER LINE FROM GREASEIESI MME FACILITES WILL BE DRAWINGS (SEE NOTE 2) �o a - INTERCEPTOR TD RUN PARALLEL TO E%. FIRE LINTENT E THE EX. 6" SEWER MAINLINE AS MAINTAINED PRIVATELY z EX. WATER LINE E ", isorvs HE AN' cU ° a._ Rpof [sslD� ." CITY OF SANTA xCLARITAs o *EA oac r ° cW 'e Y ADDENDUMN 4 c it 1 DCASE E3 iss;l"gas-4cr, MRA1LPROS www.r,r,a�ua�.cor„ r raN ([ ] Nt l 2ooli�i�"I _ x C61869 fn oerl000 sceurecs arc 45 EXP: a/w/zsz• P/Ans PaEDFIEc UncEa TIE NIEcncn I. LANIIEcncn o s 3 CIVI c 5/22 /24 O R[a riav Alva cauu�Nrry scaurc arc f f cp2DATEpF CA�1 icx ,xis a ✓aNINC PRa00� BLD24-00102 r/11/24 TFE RINK BPORTB PAVLK)N ,,,,,, UTILITYUTILITY PLAN�C-301-301 ADDENDUM #4 FS 1393.41 2.1 SLOPE P)I FS 113934.4N.54 n w P'1 BIORETENTION BASIN ELEV = 1390.0 -2>I' FS FS 131392.69 @ t FS 1394.95 INV 1391.10 - f 6 9 FS 13 3.59 INV. 1189.00 FS 1394.92 t FS 1394.BB is zy FS 1394.88 to !, F 394.52 FS 1395.00 ty TC 1}95.45 FS 1}93.67 es III END PIPE TG 1394.75 to a TG 1394.75 y FS 1394.48 12 t FS 1394.95 1 4.95 FS 1}91.72 IFS i3 2.98 N BOW 1394.00 f FS 1394.95 y FS 1394.92 n xsZ to 1394.43 a 92 FS 1394.72 15 FS 1394.95 TC 1395.45 TC 1395.18 r R11' 1 FS 1 93.00 BOW 1393.94 t FS 1395.00 xi TG 1394.84 a TOC 1395.45 FS 1394.68 FS 1 1'X3'XB" F 3 i 1 S I FS 1393.90 34 F END PIPE I FS 1}93.87 11, 49.3' a41' BW 1393.94 n __ "� so - +p - - -r - - - "` s - F' vn � N sG yn N I BW BOW 1393.71 F 07 CURB FS 1393.61 4' - � FS 1}95.00 FS 1394.64 I I WARNING TILE �139475.'�^' BW5.0079FS 1395.00 FS 1395.00 TC13`fS 139440 CUB yz.FS 1395.20 itFS139353p p ECR FOC 1393.53 yy is TG 1394.75 m TG 1}94.75 FS 1394.28 m FS 1393.70 BW 1394.'B yy �I !I I STEP • 0 FS 1395.DO 4s I,}' 2 yy FS 1395.OD ii FS 1395.00 FS 1394.04 yy ® 1 (FS 1393.57) 6' URB F 1393.46 WARMING TLE -307 3 FS 1394.58 O N 1 '~ ss II r 6" URB TC 1393. 2 ys FS 1394.92 FS 1393. 2 - u L CUR TC 1393.65' __ FS 1393.15 •t FS 1393.96 Q' III COR 1393.65 s]---- - = _ _ (3 RISERS ® 4" HT) GENERAL NOTES: j COR 1393.96` w 26.2 1. FOR PAVEMENT AND LANDSCAPING DETAILS, SEE LANDSCAPE ARCHITECTURAL DRAWINGS p I � 3 2. FOR NORTHINGS k EASTINGS, SEE COORDINATE TABLE ON SHEET C-305 CDR 139 „ FS 139sD1 BIORETENTION BASIN NOTES: jn m CDR 139 Q - FS 1394.96 Q INSTALL UNDERDRAIN PER DETAIL 1 ON SHEET C-305. 6" C RB FS 1392.99 ] 7.6' 2 CONSTRUCT CAST -IN -PLACE TYPE G1 DRAINAGE INLET PER CALTRANS STANDARD PLAN D72B, SHOWN ON C-3D5. ili r1 CDR 1393. 49 - - _ ____ - 9 FS 1393..94 Q INSTALL 6' MINUS ROCK WITH FILTER FABRIC ON SIDES AND BOTTOM. DIMENSION PER PLAN. Q IS 13I9ry90INSTALL CONCRETE CUTOFF WALL PER LANDSCAPE ARCHITECURAL DRAWINGS se 3._ III ! �rn I I � COR 1393.67 si y" / ;ry I I 1j s FS 1393.7I9_ FFE 1395.20 I B' CURB TC COR 13W.J9 / rW� I • j FS 1392.B4 f43 o PAN LID PAVERS I R88 JJCUgB FS 3� 993.19 sy O 4 tt4 GB 1393.94 GB 1395.08 yz I III 139�t III �' �'rn F F '�� O TR 1395.02 ns iil GB 1393.87 GB 1395.03 116 ` 13 9.67 � si F 13 4.73 k p124 I _ (FS 1393.63) FS 1394.42 FS 1394.69 TO BE PROTECTED IN PLACE M F51395.16 96 D5 0As L a F a FS 1 0 5 r O S 1394.69 101 20 CURB F 4] _ _ I 6 _ CITY OF SANTA CLARITA -3�7 APPROVED URB 1392h8) - - _ - - - Fort \ _ _ __ - ___ - 3 - - -- _ _ __ --_ - l GRADNG AND DRAINAGE _ BW 1393.31-]1 v/ _..- - --__ _-__ F IFS 1395,13 UNIFIEDDE DEVELOPMENT CODE UNDE BW it ]e FS 139337 FS 1394.44 90 FS 1394.62 TR 1393.OS. sy BW 139333 ]s - _- s --- _ S FIRE LANE TURN �ItOUN - S TR 1 9}.OS i- - DATE AlEl 10 BW 139333 76 '� 'J `j FS 139337 DAND ANII El 6" CURB (FS 1}92.75) ]t - _ .- _._ -.- _ __- _ _ __ _ .. . E reTTEN 1-sscry rrecu Tx . /TEreNAT orvs ory sauE vnTxouT w E BW 1 93.19 Ta EXISTING PAVERS TO BE PROTECTED IN PLACE NCNE[It rvc sENvlc[s ONs aN \� THE s,/wPNre OF THESE PLANS AND SPECIFICATIONS �INoT FE IEEre A res �E ARE FEre �K _ _ _ - -- - _ _ PROVISIONS aF ANr GT PxE°°xE° x._ oRpof6sslo�NNE 'HAD°" CITY OF SANTA OLARITADO ATES�G 21111 FILL ARE 11 TEA OF f ' fW 3'9 A/zs/zawN IA „EE yRA1LPROS �`+ "., ro. SANTA s eiE3 - i e,Ti z`ss-aoa, zoo IN��T EE 1TE RINK BPORIB PAVLpN P3034 /r,a�u�a� nor„ s C61869 n 208W0 CB11X........ T ]aN ([ ] oNt l W T SANTA CiLAPoTA, CA DOW OFN000 YFuiCfS FTC 4 EXP: a/]D/25zi< P EET' ANs PaEPAaEo uNOEa THE olaECTIaN OF. /AN NEcnaN o ,P 3'HAD GRADING PLANS TTEN crvI Q� o s/zz/za 0 C 30F R[FTiav FNa cauu�NrTv sCaurc T f f F F pF Icx Txls cpzLATECA�t A-- ✓FNINC PRF00� BLD24-00102 ADDENDUM #4 N EXHIBIT T - TEMPORARY POWER TAFITs3;F, FI,o A 9, 355 re A A PLANS PIDPARII UN111 Tll 111 ECTIOry DF' 11 JANINCFGA PRA00 OF RECIFA FCN NANO FC,NMNNi,vNSFR IF] 11-1 s III 1-MRA1LPROS ,PNTPz TP-,ITRIT' IF SIR LFEDIFTP k LArvTTN RI —TIN o si ❑ ❑'I oOl��l QpoF fs s,o ' -TV 110N VAI, IT Blade m nAizs r`` eID o E of cA�e° Icx ,xls CONSTRUCTION NOTES: Q OUTDOOR RATED CAT 5 CABLE FROM GYMNASIUM ROOF PARAPET WALL TO CITY TRAILER Q MAINTAIN A MINIMUM OF 14' CLEARANCE O FROM ROAD SURFACE TO CABLE CITY TO PROVIDE CABLE SPECIFICATIONS © ROUTE CABLE TO INSIDE OF CITY TRAILER AS DIRECTED Qo CITY WILL MAKE CONNECTIONS AT BOTH ENDS TO PROVIDE SIGNAL FOR CONTRACTOR TO COMPLETE INSTALLATION OF THE SPECIFIED COMPUTER EQUIPMENT AND LOCAL NETWORK 0 INSTALL TWO POLES AS NEEDED AT THE SOUTH DRIVEWAY 0 ESTIMATED CABLE LENGTH NOT TO EXCEED 456 0 PATH SHOWN IN SCHEMATIC Q LEAVE EXCESS CABLE FROM RUN ON THE GYMNASIUM ROOF. CITY WILL COMPLETE THE RUN AND FINAL CONNECT ON FROM THIS POINT Q MOUNT 6' LONG X 1.5" DIAMETER SUPPORT POLE TO INSIDE OF PARAPET WALL (2' ATTACHED TO WALL AND 4' ABOVE WALL) FOR SUPPORTING CAT 5 CABLE. PROVIDE REQUIRED CABLE CONNECTION AT TOP OF POLE. Q+ INSTALL POST AS NEEDED FOR 14' CLEARANCE Os ROUTE CABLE THROUGH SOLAR STRUCTURE AND SECURE IN PLACE 0 PLACE CITY OFFICE AT THIS LOCATION, ADJUST FENCE PANELS AS NEEDED FOR PLACEMENT CITY OF SANTA CLARITA APPROVED FOR GRADING AND DRAINAGE UNDER TITLE 17 UNIFIED DEVELDPMENT CDDE BY: DATE: Tll RI„EN PISIONS 01 ANVI 111 REV15ED BI APPROVED IT DATE A ADDENDUM 4 11 1 Cimi OF 3A\NTA\ rrL.AfiITA\ / 1/ awry TFE RINK BPORTB PAVLION TEMPORARY CAT 5 & EXHIBIT CITY TRAILER INSTALL BLD24-00102 ADDENDUM #4 PHASE 1 CONSTRUCTION GRADING - SHEET FOR REFERENCE PURPOSES ONLY EX PARKING 16LA J-- i 50.0' 33 2' STAGING AREA PLACEFENCE/STANDS ALONG EX FACE OF CURB \Z 1J.0 0 a5 EX EDGE OF CONC 0 1 A'0 END FENCEAT BLDG WALL, 2"MAXCLEAR GAP BETWEEN FENCE AND BLDG WALL EX BACK OF WALK OEX GYM BLDG l EX PARKING ISLAND I I I I I I I I I 0 I 1 EX COLUMN ITT INSTA 20'W AC P, LON CENTE D TE, INSTALL 3"P CSCH IF FORDRA AGE, TCH NOTES: r- 1. FENCE LAYOUT SHOWN MAY eEADJUSTED SLIGHTLY To MAwTAw STANDARD PANEL LENGTHS. SOME PANELS VN LL REQUIRE LENGTH M ODIFI CAT ON. FENCE PANEL BASE SUPPORTS NOT TO SCALE. 2. SEE APPROVED TEMPORARY FIRE ACCESS PLAN ATTACHED AT THE END OF THIS PLAN SET. ENDFENCEATE DG FSALLFENCE AND DMAXCLEAR GAP BETWEEN FEN CEAND BLDG WALL I - EX CONC EDGE s.o EX EDGE PROJECT OF °Av SITE CONSTRUCT DIRT RAMP IN FRONT OF EXPOSED EDGE OF PAVERS FOR THE WIDTH OF THE GATE. RAMPLENGTH 3' NOTE. CONTRACTOR �® TO ADJUST FENCE AS REQU I RECTA CONSTRUCTION LEGEND \ INSTALL TEM P.CONSHEREOONCLUDE S HIGH) EN PER SPECS HEREON INCLUDE SCREEN UP LESS oTHERvm sE NOTED INSTALL 20WIDE ACCESS GATE PER SPECS HEREON ---- DEMO LIMITS FENCE / GATE SPECS EX EDGE OF CONC WALKWAY B2, PAVERSTOREMAIN ❑ OUTSIDE OF DEMO LIMITS Ex coNc PAVER EDG ❑ ❑ l EX EDG STRIPE _ EX CURB FACE CU B,E,X LET _SESCELIN IDE ------------ \ SETFENCECORNER/GAT ENDPOST(EEUTTERTE NATES Ss FACE OF Ex cuxB FACE ox Tc 2112INN �RAILPROS �eea'guRavV VIHHIEEIH�- F (55,)vzs5-a5<2 91}55 0 ,. 10Z Om Na 59BH ENIIEEP , s rnE olsEcrla6 af. `� PLn,�Ns////ppR[PaaE000UNo[ . Tempoary Conswdon Fence Panels 0 Panel Length =12', Height= 6'- SEE NOTE HEREON ON CUSTOMIZED PANEL LENGTHS O Out'ide vd FOA l an d h orizonW ltame=l-3/0" dia meter WD ing, 0 65 (16 gang e) wal I HHOUn ess with h of dipped galvanized coaang 0 One"ft III (full length) antl two honznntal bates (each side of vertiII Dace) usng 1-3/0" tliameter W Ding ( 065 1 &gauge wall W IcknessJ, with hot dipped galvanlzetl coatng 0 All tubing will be mnne d using full penetatng welds, exposed weltls are coatbd with a spay on galvanlzetl cobtng o A Act fence obdc to aII tame W Ding, Including cornea, with aluminum wire tes every 6" on center 0 Chain link fabric is 11 gauge, 2" mesh with hot tlippetl galvanIZed coatng o The bottom sde of the IdUldl end post must be open for Installation on the sbnd male post 0 Commercial Mesh Saeening per KIDec bel ow • Tempoary Constructor Panel SA- 0 GBI—Add Constructor 0 All tubing exceptforthe uprights,pport' are made from 1-3/0" tliameter W Ding, 065 16-gauge wall th lckn ess), ,th hot tlippetl galvanized coatng 0 Upright male supports must allow the 1-3/0"vert cal panel W bes W slide oyerwith a mug fit o Uprig ht male supportswill befab11It1dfrom WbU witha 0k5(16gauge)wallthickness 0 All tubing will be 101111 etl using WII penetrator weltls, exposed weldsare coaWd with a spay on gaI'd nlzetl coat ng • Hartlwaa 0 Gate hardware kits/5 GATES Double swing configuaton -Two 10.Wot panels each ,th a gate helperwheel • 1-3/3" OR Cmlar 2- 3/3 OD. Fort: latch 2- 1 3/3" OR Female tinge 2- 1 3/3" OD. Male hinge At required n- 3nd bolt' At hardware tobe galvanized 0 Panel to panel clamps / 63 PANELS X 2 =166 1 / 3/3 double clamps All requiretl nut'and bolt' All hartlwaa W be galvanlzetl • High Visi6 Miry Anchor Fence Weight' / 63 PANEL STANDS X 2 =166 0 3o Pound eadh 0 Two per panel And 0 Designed W fit over panel sAnds 0 Designed W tltrmsh W thegaund 0 Oange safety color • Commercial Open Mesh Screening /47 SCREENS 0116 X5'6 0 Green o Ogg Series 0 SIXeen opacity, 0g% Blockage 0 Gamet'at each conerand every 6" to, atbchment At 3111,—Wbes (lop, bottom, ends, center e"O"OnWp 0 Secure using heavy duty %" UV ated zip tes 0 C tall zip testush . scope of Work Incwdestie Following: Pnahase 311 listed mateDals, assembv of 311 listed mateDals, n of all listed mafedals, and any and all required maintenance fion, Issuance of tie notce W paceed o dryaappmval of the f nal payment request Insbuaeon shau commence following Issuance of the second not e to p—eed . At mateDals are to be new n sed mateDals will be allowed ® base I mmndn ea cepWnce of encmg avon and mateDa sas �nsWl ed at �ssnanceo We NOlcem Paceed PHASE 1 GRADING ADDENDUM 4 11 ` CITY OF SANTA CLARITA 1/,6/2024 TFE RINK SPORTS PAVLION 208E0 CEl PI PARKWAY al CLAIM, CA &M CONSTRUCTION SITE FENCE PLAN C-102 ADDENDUM #4 GRADING NOTE ALL GRADING ACTIVITIES WILL F COMPLY WITH THE RT UO FRANKIAN GEOTEON NICAL Z REPORT RECOMMENDATIONS DATED JUNE 20 2023. O F JOB NUMBER 2004-037-003 -JFittI rVK KtrtKtNUt H IBACKFILL NOTE: CAe 0 CONTRACTOR SHALL FOLLOW SOIL REPORT RECOMMENDATIONS ON BACKFILL. r PAD BOUNDARY NOTE: OUTER PAD BOUNDARY IS THE SAME AS THE EXCAVATION BOUNDARY FROM SHEET C-301 DAYLIGHT LINE - EX. GYM BUILDING �O �—=—_____===fir--- 4: I , — -- ------ I — FUTURE EDGE DE FouNonnoN IF_ I (REF ONLY) EDGE OF DEMO D AC �I I RELOCATED DRAINAGE INLET HT LIG 1' BELOW BELOW BOTTOM OF DAYLINE �I-1 REMOVED PAVEMENT J I ^ N Ir � I II I - --------------®___ ILT 9JN lFj JF I AC 1 I I 11 1 1 }I EDGE OF DEMOB AC NEW PB i GRADE AROUND NEW ED 1' CLEAR v (2', MAX)_ \\AC GRADS 1' MIN. AROUD VAULT (2:1 MAX SgJTIT DEMD AREA TO BE CLEANED OUT OF ALL DEBRIS AND GRADED T DIRECT ALL F OWS INTO THE - R LOCATED SO IN ET, 9 N 1972113.90 E 6411216.24 N ,9T2, 30.29 E 6411240.54 / / e RINK PAD EL = 1394.45 165' UTILITY NOTE. SEE DEMO PLAN (SHEET C-101) FOR EXISTING UTILITY SCHEDULE AND LEGEND 4.1---- —�Z 1 y — — — — — — — — II OFTFOUNDATION (REF ONLY) — — RE J / FUTURE BLDG WALL / �1 (REF ONLY) I � N 1972121 75 LOWER SUB -GRAD BY 7" E 841„H4.99 TO ACCOMiNIADAT 186 CY E 6411119.37 OF SPOILS. BALA OF i� T SPOILS SHALL BE AULE OFF SITE BY CONT ACTOR RAD PT N 19J2231.5' i E 1411139.26 N 197225115 N 19]2135.1] RAD Pi. E 841112528 E 6411204,97 ROLLER RINK PAD EL = 1394.28 N 192118RAD Pi N 1972246.64 LAD PT , N 197226\6..47 E 641114]]3 114E 142.02 . 115 FT X 75FT L N ,972260.14 N 914 616BEE 4 E 6411181 ,1] — — — — — — — — — — — — — — — — — — — — — FUTURE BLDG WA L OUTER RINK PAD EL = 1394 45 FUTURE EDGE (REF ONLY) OF FOUNDATION 1���I I� /\ (REF ONLY) \ iII I II IIF EE- ,`��--1-�— — — — — — — ---- — -- EX 54' RCP- - — — — — — — — - -_ �r _ RCP LINE T — � — DAYLIGHT ---- ---- ------ ----- 1 / EDGE OF PAVERS EX EDCE CON' EDCE OF — — LEFT IN PLACE BASKETBALL COURT 6ONC' oAc s,Tss To �RAILPROS scam: ,.FIT - ,�oN s° ergs a°�1 iss,iAz`ss-4eTAR <z SS om - Na. s9ere Tl EEC con....... P<re re THE o�reFZT�oN oF. zzT-zeooE e�p�o A ILTON .ro. �, �T oA'TETT FA =�TNT,�reF TNT TTTF �_ <FF�,FT �TT ,H�_ co F 0 O O II co II I f if CAI Ir 0 II ij II II I I �I a , I it I Q ® - - C99 GRADE DR AROUND EX DRAIN INLET 21 MAX) II I I IT, I I II I I I Rcr1 i n zo �� I I. IS C9 I ADJUST PAD BOUNDARY AND S OLE i0 2'.1 MA -- TO PROVDE A 1 BUFFER/BENCH AT THE EXISTING WALKWAY T� Cltt of SArviq CLnRITA � Yy1/APPROVED hGUING R E TITLE 17 UNIFIED REVOPMENT CODE a BY'. Z O o TF \\e U DOCIII LE TH T PHASE 1 GRADING QICAL FEET CITY OF SANTA CLARITA , s azq THE RINK SPORTS PAVILION _ 20880 CENTRE POINIE PARKWAY 3ANMA CLARRA, CA 91450 FINISH RAD/ GRADING C-303 AUUENUUM #4 VARIES 165' OUTER RINK INNER RINK PROP. EDGE OF BUILDING FUTURE FF=139520 (FOR REFERENCE ONLY) 1394.45 PAD-1394.28- EG PAD= 139428 1394,21 131 1394.45 q.l II xm,%�\Nmu�\\u u\%�\ ffi\_\ ��� FEE A, 13888 zI - --- u OVEREXCAVATION DEPTH OVEREXCAVATION DEPTH FUTURE TIE R&D FOR OLD - = 3' BELOW EX GRADE = 3 BELOW FINISH PAD GRADE BEAMS (TYR) POTHOLE LOCATION UNLESS OTHERWISE NOTED TO THE ELEVATION SHOWN FUTURE GRADE BEAM FDOTING SOUTH -NORTH CROSS SECTION THROUGH ROLLER RINK w a SCALE: NTS A THE CONSTRUCTION REQUIREMENTS AND THE MATERIALS TO BE USED BENEATH THE CONSTRUCTION LEGEND PAVERS SHOULD CONFORM WITH THE PAVER MANUFACTURERS SPECFICATONS. SOIL SUBGRADE BELOW PAVERS TO BE SCARIFIED TO A DEPTH OF AT LEAST 6 INCHES MOISTURE CONDITIONED TO OPTIMUM MOISTURE CONTENT, AND COMPACTED TO AT OVER -EXCAVATE, RECOMPACT AT LEAST 95 PERCENT OF THE MAXIMUM DRY DENSITY OF THE SOIL (SEE PAGE 14 90% RC. AND MOISTURE CONDITION AND REMAINDER OF SIDRA 6/20/2003 REPORT FOR IN 2004-037), PER THE GEOTECHNICAL REPORT EX. GYM BUILDING FILL TO GRADE AT 90% RC AND MOISTURE CONDITION PER THE PROP. EDGE OF BUILDING (FOR REFERENCE ONLY) 18.5' 3' OUTER RINK PAD= WQ2QP 1394, 45 GOXA EX GONG WALKWAY (PROTECT IN PLACE) C, NOTE: PA.lDE — — NE sHORwD As NECESSARY TO PROTECT EXISTING WALKWAY IN PLACE NO R&R FOR OLD O 1387A POTHOLE LOCATION VARIES GEOTECHNICAL REPORT SEA TS 1 20 OUTER RINK INNER RINK OUTER RINK PROP, EDGE OF BUILDING PROP. EDGE OF BUILDING (FOR REFERENCE ONLY) (FOR REFERENCE ONLY) B' PAD- 1394.45 EG FUTURE FF=1395,20 PAD=1394.45 PROP. EDGE OF BOILDING 39445 1394.45 FOR REFERENCE ONLY) 1394.28 PA0=1394.28 1394 28 EG cD PAD= 1394,45 j ____ _ ______________ _ 9:1 fOg4'QO FUTURE FF EC --— /NP % �NO EXCAVATION �___ i---------------- FUTURE GRADE _ ZONE _ LJM FOOTING NAME,FUTURE GRADE FUTURE TIEBEAM FOOTING BEAM OVERE XCAVATION DEPTH OVEREXCAVATION DEPTH 3 BELOW FINISH PAD GRADE = 3' BELOW EX GRADE EX 3" GAS ALTERNATIVE BID- IF POOR SOILS TO THE ELEVATION SHOWN UNLESS OTHERWISE NOTED EX 4" CONDUITS ENCOUNTERED L\ CONDUIT/GF5 LINE ENCASEMENT, 5-SACK SAND SLURRY, 12"MIN COVER ALL SIDES & 2' BEYOND EXCAVATION LIMIT, PROTECT GAS LINE FROM CONTACT WITH CONCRETE USING A PLASTIC SLEEVE. SECTION NEAR EXISTING GAS LINE SCALE: NTS Underground o`L� RIFE` 1-Boo T-z600 � WEST -EAST CROSS SECTION THROUGH ROLLER RINK E 11 SCALE: NTS it 11 II I II II EX 54" STORM DRAIN (RCCI Il �n 1380.84 INV PHASE 1 GRADING o-o LAI 'A ,,,ss T� �RAILPROS E"' TIO� HEVSO CITY OF SANTA CLARITA �w .. - - s'PA ADDE NDUMN#4 11 /1 6/2S24 (.1) 1 1 411z `P Tm "^"^" � Te THE RINK SPORTS PAVILION ((e THE 20880 CENIHE POINIE PAAKWAY ,a �10Z Lanr+ a THE DiaEc*Ton oF. 9ANMA CLARRA, CA 91350 EFT. ILAI ROLLER RINK ANI PII DE dM9�� vPv 3 K SPS RE aII o,, s �, I T„s xx xx CROSS SECTIONS CLAID -304 ADDENDUM #4 W) 00 0 0 0 CI CV Q 0 Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 REV. 2 DOCUMENT 00 0110 This contract shall be in conformance with the Construction Specification Institute (CSI) Standard Specifications TABLE OF CONTENTS Division Document Title INTRODUCTORY INFORMATION 00 01 01 Title Page 00 01 07 Seals Page 0001 10 Table of Contents 0001 15 List of Drawing, Tables, Schedules and Technical Specifications BIDDING REQUIREMENTS 00 11 13 Advertisement for Bids 00 11 16 Notice Inviting Bids 00 21 00 Access, Indemnity and Release Agreement 0021 13 Instructions to Bidders 00 31 32 Geotechnical Data and Existing Conditions BID FORMS AND BID SUBMITTALS 0041 13 Bid Form 0043 13 Bond Accompanying Bid 0043 14 Bidder Registration Form 00 43 36 Subcontractors Listing 0045 13 Statement of Qualifications for Construction Work 00 45 13A Statement of Qualifications Questionnaire 0045 19 Non -Collusion Declaration 00 45 46 Bidder Certifications 00 45 48 CARB Off -Road -Diesel Certification CONTRACT FORMS 00 50 50 Notice of Intent to Award for Construction 00 51 00 Notice of Award 00 52 00 Agreement 00 55 00 Notice to Proceed 0061 13.13 Construction Performance Bond 0061 13.16 Construction Labor and Material Payment Bond 00 62 90 Escrow Agreement for Security Deposits in Lieu of Retention PROJECT SPECIFICATIONS for BIDDING (Addendum 4) 11/01/2024 THE RINK SPORTS PAVILION PROJECT TABLE OF CONTENTS CITY OF SANTA CLARITA P-3034A 00 01 10-1 Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 REV. 2 00 63 25 Substitution Request Form 00 65 30 Agreement and Release of Any and All Claims 00 65 36 Guaranty CONDITIONS OF THE CONTRACT 00 72 00 General Conditions 0073 16 Supplementary Conditions — Insurance and Indemnification 00 73 24 In -Use Off -Road Diesel -Fueled Fleet Regulations 00 73 80 Apprenticeship Program 0091 13 Addenda Supplemental Contract Documents EXHIBIT "A" Geotechnical Exploration Report Job No. 2004-037-003 prepared by RT Frankian June 20, 2023 / ON FILE LNUJA" mil Corrosivity dy ep rtpr2p red by RT Frankian June 23, 2023 / ON FILE TeallthTep_a�n Tentatie lansON FILE EXHIBIT "E" e Dartmn entative lte Plan (Life Safety) ON FILE EXHIBIT "F" Fire Department ue o ification Plan ON FILE EXHIBIT "G" Fire Department Approved Construction Access Plan ON FILE EXHIBIT "H" Phase I Grading and Site Improvements not part of bid/information onl ON FILE EXHIBIT "I" Phase I Grading Certificate (City to provide prior to issuance of NTP I EXHIBIT "J" City Provided Survey Control Points (4 Locations) N - e d #3 EXHIBIT "K" City Provided Fencing Plan (contractor to maintain throughout construction) ON FILE IUD" "=Aa te I / Scissor Lift Specifications ON FILE 'tion and Certification for Payment Form G702 (Sample Only, Contractor Purchase) ON FILE EXHIBIT "O" AIA Continuation Form G703 (Sample Only, Contractor to Purchase) ON FILE EXHIBIT "P" C&DMMP REQUIREMENTS EXHIBIT "Q" Los Angeles County MTD 1816 Sheet 4 As -Built (not part of bid/information only) EXHIBIT "R" Emergency Gas and Water Shut Off Locations Map EXHIBIT "S" Emergency Contact Sheet EXHIBIT "T" Temporary Power Specifications / Exhibit DIVISION 01 - GENERAL REQUIREMENTS Division Document Title............................................................................... Number of Pages 01 1000 General Requirements.............................................................................. 07 01 11 00 Summary of Work.................................................................................... 07 01 12 16 Phasing of the Work................................................................................. 04 01 20 00 Measurement and Payment...................................................................... 07 01 23 00 Alternates (Bid Items)...........................................................................02 01 25 00 Substitution Procedures............................................................................ 04 PROJECT SPECIFICATIONS for BIDDING (Addendum 4) 11/01/2024 THE RINK SPORTS PAVILION PROJECT TABLE OF CONTENTS CITY OF SANTA CLARITA P-3034A 0001 10-2 Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 REV. 2 01 26 00 Modification Procedures.......................................................................... 14 01 26 13 Request for Information / Clarification................................................... 02 01 29 00 Payment Procedures................................................................................. 06 01 29 73 Schedule of Values................................................................................... 03 01 31 00 Project Management and Coordination................................................... 13 0131 13 Project Coordination................................................................................ 04 01 31 19 Project Meetings...................................................................................06 01 32 13 Construction Schedule............................................................................. 11 01 32 29 Project Forms........................................................................................... 05 01 3300 Submittal Procedures............................................................................05 01 41 00 Regulatory Requirements......................................................................... 07 01 42 00 References and Definitions...................................................................... 09 01 42 13 Abbreviations, Symbols and Acronyms .................................................. 16 01 45 16 Contractor Construction Quality Control ................................................ 18 01 45 23 Testing and Inspection............................................................................. 06 01 45 25 Testing, Adjusting, and Balancing for HVAC........................................ 17 01 50 00 Construction Facilities and Temporary Controls .................................... 14 01 55 26 Traffic Control and Access...................................................................... 04 01 56 00 Site Security and Safety........................................................................... 06 01 57 13 Temporary Erosion and Sedimentation Control ...................................... 05 01 60 00 Products, Materials, Equipment & Substitutions .................................... 03 01 71 23 Field Engineering..................................................................................... 06 01 73 29 Cutting and Patching................................................................................ 06 01 74 00 Cleaning.................................................................................................... 02 01 74 19 Construction and Demolition Waste Management ................................. 09 01 77 00 Contract Closeout..................................................................................... 09 01 78 36 Warranties................................................................................................. 03 01 78 39 Project Record Documents...................................................................... 11 01 79 00 Maintenance & Operations (M&O) Staff Demonstration & Training ... 10 0181 19 Indoor Air Quality Procedures................................................................. 08 TABLE OF CONTENTS FOR TECHNICAL SPECIFICATIONS Division Document Title..............................................................................Number of Pages DIVISION 02 - EXISTING CONDITIONS 02 26 00 Assessment........................................................... 02 26 01 Removal and Disposal of Hazardous Substances 0241 16 Demolition............................................................ DIVISION 03 - CONCRETE 03 1000 Concrete Forming and Accessories PROJECT SPECIFICATIONS for BIDDING (Addendum 4) THE RINK SPORTS PAVILION PROJECT CITY OF SANTA CLARITA P-3034A 09 07 04 05 11/01/2024 TABLE OF CONTENTS 0001 10-3 Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 REV. 2 03 20 00 Concrete Reinforcing.............................................................................. 05 03 30 00 Cast -In -Place Concrete............................................................................ 18 03 48 00 Pre -Cast Concrete wall Caps.................................................................. 05 03 49 00 Glass Fiber Reinforced Concrete (GFRC)............................................. 14 DIVISION 04 - MASONRY 042200 Concrete Unit Masonry ........................................................................... 11 04 73 00 Manufactured Masonry Veneer.............................................................. 06 DIVISION 05 - METALS 0505 13 Hot -Dip Galvanizing..........................................................................................................06 05 05 22 Metal Welding..............................................................................................................08 05 1200 Structural Steel Framing....................................................................................................15 05 30 00 Metal Decking..............................................................................................................05 05 41 00 Cold -Formed Metal Framing.............................................................................................06 05 50 00 Metal Fabrications.............................................................................................................07 05 51 00 Metal Stairs..............................................................................................................07 0551 15 Aluminum Ladder..............................................................................................................05 05 52 00 Metal Railings..............................................................................................................07 DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES 06 1000 Rough Carpentry ..............................................................................................................05 06 20 00 Finish Carpentry ..............................................................................................................04 06 41 00 Architectural Wood Casework...........................................................................................06 06 73 00 Composite Wood..............................................................................................................05 06 83 00 Composite Paneling...........................................................................................................04 DIVISION 07 - THERMAL AND MOISTURE PROTECTION 07 21 00 Thermal Insulation............................................................................................................05 07 22 00 Roof Deck Insulation.........................................................................................................04 07 22 13 Foil -Faced Rigid Insulation...............................................................................................07 07 26 00 Vapor Barrier..............................................................................................................02 07 27 26 Fluid -Applied Weather Resistant Barrier..........................................................................07 0741 13 Metal Roof Panel Standing Seam......................................................................................10 07 42 13 Insulated Core Metal Panel................................................................................................11 07 42 43 Composite Wall Panel........................................................................................................09 07 52 16 Modified Bituminous Membrane.......................................................................................09 07 60 00 Flashing and Sheet Metal...................................................................................................06 07 71 00 Roof Specialties..............................................................................................................03 07 84 13 Penetration Firestopping....................................................................................................12 07 92 00 Joint Sealants..............................................................................................................07 PROJECT SPECIFICATIONS for BIDDING (Addendum 4) 11/01/2024 THE RINK SPORTS PAVILION PROJECT TABLE OF CONTENTS CITY OF SANTA CLARITA P-3034A 0001 10-4 Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 REV. 2 DIVISION 08 - OPENINGS 08 11 13 Hollow Metal Doors and Frames ............ 08 31 16 Access Panels and Frames ....................... 0 3 00 ectnc Ro ling Counter Shutters with li 0 33 1 l i g Co ter hu ers i h Inte al F 08 41 03 Fire Protective Metal Doors and Frames 0841 13 Aluminum Entrances and Storefronts..... 08 44 26 Point Supported Structural Glass ............ 08 45 23 Fiberglass Sandwich Panel Wall System 0851 13 Aluminum Windows ............................... 0856 19 Pass-Thru Window .................................. 08 71 00 Door Hardware ................................... 08 78 00 Special Function Hardware ..................... 08 80 00 Glazing ................................... 0888 13 Fire Rated Glazing ................................... 08 90 01 Louvers and Vents ................................... DIVISION 09 - FINISHES 09 22 16 Non -Structural Metal Framing ................ 09 24 00 Portland Cement Plaster .......................... 09 29 00 Gypsum Board ................................... 09 30 13 Tiling ................................... 0951 13 Acoustical Panel Ceiling ....................... 09 51 33 Acoustical Metal Ceiling ......................... 09 64 21 Wood Gymnasium Flooring .................... 0965 13 Rubber Base ................................... 09 68 00 Carpet ................................... 96 3 e Til 09 77 00 Fiberglass Reinforced Wall Panels ......... 09 77 13 Fiberglass Reinforced Panel .................... 09 84 00 Direct -Attached Acoustical Panels ......... 09 90 00 Painting and Coating ............................... 09 96 23 Graffiti -Resistant Coating ....................... DIVISION 10 — SPECIALTIES 10 14 00 Signage ........................ 1021 16 Solid Plastic Toilet Compartment 10 26 13 Corner Guards ........................ 1028 13 Toilet and Janitor Accessories ..... 10 44 13 Fire Extinguisher and Cabinets .... DIVISION I I — EQUIPMENT rame ..i.. e................ S.. PROJECT SPECIFICATIONS for BIDDING (Addendum 4) THE RINK SPORTS PAVILION PROJECT CITY OF SANTA CLARITA P-3034A 13 03 05 04 05 07 08 07 11 05 39 05 08 05 04 10 09 07 11 09 06 07 04 03 03 06 07 06 09 04 10 05 03 04 04 11/01/2024 TABLE OF CONTENTS 0001 10-5 Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 REV. 2 1140 00 Food Service Equipment....................................................................................................37 11 52 23 Motorized Lift..............................................................................................................04 11 66 23 Basketball Equipment........................................................................................................09 DIVISION 12 — FURNISHINGS 12 36 61 Quartz Countertops............................................................................................................07 12 93 00 Furnishings..............................................................................................................03 DIVISION 13 — SPECIAL CONSTRUCTION 13 47 13 Corrosion Monitoring / Cathodic Protection.....................................................................10 DIVISION 21— FIRE -SUPPRESSION 21 13 13 Fire -Suppression Sprinkler System........................................................................................ 16 DIVISION 22 — PLUMBING 22 05 13 Basic Plumbing Materials and Methods................................................................................ 21 22 05 53 Plumbing Identification.......................................................................................................... 03 22 07 00 Plumbing Insulation................................................................................................................ 06 22 10 00 Plumbing Piping and Fixtures............................................................................................... 21 DIVISION 23 - HEATING, VENTILATING, AND AIR CONDITIONING 23 05 00 Common Work Results HVAC............................................................................................ 08 23 05 93 Testing, Adjusting, and Balancing for HVAC..................................................................... 12 23 07 00 HVAC Insulation.................................................................................................................. 09 23 08 00 HVAC Systems Commissioning........................................................................................... 07 23 09 00 HVAC Controls.................................................................................................................. 13 23 30 00 HVAC Air Distribution.......................................................................................................... 14 23 80 00 HVAC (Heating, Ventilating and Air Conditioning) Equipment ......................................... 10 DIVISION 26 - ELECTRICAL 26 05 00 Common Work Results for Electrical.................................................................................... 06 2605 13 Basic Electrical Materials and Methods................................................................................ 11 26 05 19 Low -Voltage Wires (600 Volt AC)....................................................................................... 07 26 05 26 Grounding and Bonding......................................................................................................... 05 26 05 33 Raceways and Boxes Fitting and Supports............................................................................ 08 26 05 86 Motors and Drives.................................................................................................................. 04 26 08 00 Electrical Systems Commissioning........................................................................................ 07 26 09 23 Lighting Control System........................................................................................................ 09 26 24 16 Panelboards.................................................................................................................. 05 26 26 00 Switchboards.................................................................................................................. 04 26 50 00 Lighting.................................................................................................................. 14 26 55 64 Theatrical LED Lighting / Show Dimming System.............................................................. 16 DIVISION 27 — COMMUNICATIONS PROJECT SPECIFICATIONS for BIDDING (Addendum 4) 11/01/2024 THE RINK SPORTS PAVILION PROJECT TABLE OF CONTENTS CITY OF SANTA CLARITA P-3034A 0001 10-6 Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 REV. 2 27 41 16 Integrated Audio -Video Systems and Equipment................................................................. 59 DIVISION 28 — ELECTRONIC SAFETY AND SECURITY 28 16 00 Intrusion Detection and Alarm...............................................................................................25 28 3100 Fire Detection and Alarm....................................................................................................... 35 28 3149 Carbon Monoxide Detection and Alarm Systems................................................................. 05 28 4129 Closed Circuit Television System.......................................................................................... 09 DIVISION 31— EARTHWORK 3122 00 Grading.................................................................................................................. 03 3123 00 Earthwork.................................................................................................................. 04 3123 16 Trenching Backfill and Compaction...................................................................................... 17 DIVISION 32 — EXTERIOR IMPROVEMENTS 3201 13 Rolled Slurry Seal, Existing Pavement.................................................................................. 02 3201 17 Asphalt Pavement Repair....................................................................................................... 03 32 01 90 Operation and Maintenance of Planting................................................................................ 05 32 1116 Aggregate Base.................................................................................................................. 03 32 12 16 Asphalt Paving.................................................................................................................. 06 32 13 13 Portland Cement Concrete Paving (Pedestrian).................................................................... 17 32 14 00 Unit Paving.................................................................................................................. 08 32 1600 Curbs, Gutters, Sidewalks, and Drives.................................................................................. 06 32 1713 Precast Concrete Parking Bumpers........................................................................................ 02 32 1723 Pavement Markings................................................................................................................ 12 32 17 26 Detectable Warning Surfaces................................................................................................. 05 32 80 00 Planting Irrigation.................................................................................................................. 21 32 90 00 Planting.................................................................................................................. 22 3291 13 Soil Preparation.................................................................................................................. 05 DIVISION 33 — SITE IMPROVEMENTS 33 01 10 Waterline Disinfection & Testing.......................................................................................... 06 33 05 09 Piping General.................................................................................................................. 17 33 05 31 PVC Gravity Pipe.................................................................................................................. 03 33 05 31.16 PVC Gravity Pipe (AWWA C900, Modified)..................................................................... 07 33 05 33.13 HDPE Gravity Pipe............................................................................................................... 05 33 12 16 Valves and Appurtenances..................................................................................................... 22 33 14 17 Service Connections............................................................................................................... 04 33 14 23 Manholes, Vaults & Meter Boxes.......................................................................................... 05 33 40 00 Storm Drainage Utilities......................................................................................................... 24 END OF TABLE OF CONTENTS PROJECT SPECIFICATIONS for BIDDING (Addendum 4) 11/01/2024 THE RINK SPORTS PAVILION PROJECT TABLE OF CONTENTS CITY OF SANTA CLARITA P-3034A 0001 10-7 Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 REV. 2 Appendices / References A. Standards a. City of Santa Clarita Information Bulletins and Standard Details website: • santaclarita.gov/building-safety/info-bulletins-details/ END OF DOCUMENT PROJECT SPECIFICATIONS for BIDDING (Addendum 4) THE RINK SPORTS PAVILION PROJECT CITY OF SANTA CLARITA P-3034A 11/01/2024 TABLE OF CONTENTS 00 01 10-8 Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 REV. 2 DOCUMENT 00 0110 This contract shall be in conformance with the Construction Specification Institute (CSI) Standard Specifications TABLE OF CONTENTS Division Document Title INTRODUCTORY INFORMATION 00 01 01 Title Page 00 01 07 Seals Page 0001 10 Table of Contents 0001 15 List of Drawing, Tables, Schedules and Technical Specifications BIDDING REQUIREMENTS 00 11 13 Advertisement for Bids 00 11 16 Notice Inviting Bids 00 21 00 Access, Indemnity and Release Agreement 0021 13 Instructions to Bidders 00 31 32 Geotechnical Data and Existing Conditions BID FORMS AND BID SUBMITTALS 0041 13 Bid Form 0043 13 Bond Accompanying Bid 0043 14 Bidder Registration Form 00 43 36 Subcontractors Listing 0045 13 Statement of Qualifications for Construction Work 00 45 13A Statement of Qualifications Questionnaire 0045 19 Non -Collusion Declaration 00 45 46 Bidder Certifications 00 45 48 CARB Off -Road -Diesel Certification CONTRACT FORMS 00 50 50 Notice of Intent to Award for Construction 00 51 00 Notice of Award 00 52 00 Agreement 00 55 00 Notice to Proceed 0061 13.13 Construction Performance Bond 0061 13.16 Construction Labor and Material Payment Bond 00 62 90 Escrow Agreement for Security Deposits in Lieu of Retention PROJECT SPECIFICATIONS for BIDDING (Addendum 4) 11/01/2024 THE RINK SPORTS PAVILION PROJECT TABLE OF CONTENTS CITY OF SANTA CLARITA P-3034A 00 01 10-1 Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 SECTION 08 33 00 ELECTRIC ROLLING COUNTER SHUTTER WITH INTEGRAL FRAME PART 1 GENERAL 1.01 SUMMARY A. Section Includes: Electric operated rolling counter shutters with integral frame. B. Related Sections: 1. 05 50 00 Metal Fabrications. 2. 09 90 00 Painting and Coating. 3. Division 26. Electrical wiring and conduit, fuses, disconnect switches, connection of operator to power supply, and installation of control station and wiring 1.02 SYSTEM DESCRIPTION A. Design Requirements: 1. Wind Loading: a. Supply door to withstand up to 5 psf design wind load. 1.03 SUBMITTALS A. Reference Section 01 33 00 Submittal Procedures; submit the following items: 1. Product Data. 2. Shop Drawings: Include special conditions not detailed in Product Data. Show interface with adjacent work. 3. Quality Assurance/Control Submittals: a. Provide manufacturer ISO 9001:2015 registration. b. Provide manufacturer and installer qualifications - see below. C. Provide manufacturer's installation instructions. d. Provide manufacturer's Health Product Declaration (HPD) for each product. 4. Closeout Submittals: a. Operation and Maintenance Manual. b. Certificate stating that installed materials comply with this specification. PROJECT SPECIFICATIONS for BIDDING (Addendum #4) 11/01/2024 THE RINK SPORTS PAVILION PROJECT ELECTRIC ROLLING COUNTER SHUTTERS WITH INTEGRAL FRAME CITY OF SANTA CLARITA P-3034A 08 33 00-1 Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 1.04 QUALITY ASSURANCE A. Qualifications: 1. Manufacturer Qualifications: ISO 9001:2015 registered and a minimum of five years experience in producing counter doors of the type specified. 2. Installer Qualifications: Manufacturer's approval 1.05 DELIVERY STORAGE AND HANDLING A. Follow manufacturer's instructions. 1.06 WARRANTY A. Standard Warranty: Two years from date of shipment against defects in material and workmanship. B. Maintenance: Submit for owner's consideration and acceptance of a maintenance service agreement for installed products. PART 2 PRODUCTS 2.01 MANUFACTURER A. Manufacturer: 1. Basis of Design: Cookson: 1901 South Litchfield Road, Goodyear, AZ 85338. Telephone: (855) 950-3672. 2. Cornell 3. Clo a Building Product 2.02 PRO A. Model: ESC20 2.03 MATERIALS A. Curtain: 1. Slat Configuration: a. Stainless Steel: No. 1F, interlocked flat -faced slats, 1-1/2 inches (38 mm) high by 1/2 inch (13 mm) deep, minimum 22 gauge AISI type 304 94 finish stainless steel with stainless steel angle bottom bar with lift handles and vinyl astragal. PROJECT SPECIFICATIONS for BIDDING (Addendum #4) 11/01/2024 THE RINK SPORTS PAVILION PROJECT ELECTRIC ROLLING COUNTER SHUTTERS WITH INTEGRAL FRAME CITY OF SANTA CLARITA P-3034A 08 33 00-2 Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 2. Finish: a. Stainless Steel: type 304 #4 finish. B. Endlocks: Fabricate interlocking slat sections with high strength molded nylon endlocks riveted to ends of alternate slats. C. Head and Jamb Frame: Integral welded with guide groove incorporated into jamb design 1. Fabrication: a. Stainless Steel: 16 gauge AISI 300 series formed shape 2. Finish: a. Stainless Steel: type 304 44 finish. D. Shaft Assembly: 1. Counterbalance Shaft Assembly a. Barrel: Steel pipe capable of supporting curtain load with maximum deflection of 0.03 inches per foot (2.5 mm per meter) of width b. Spring Balance: Oil -tempered, heat -treated steel helical torsion spring assembly designed for proper balance of door to ensure that maximum effort to operate will not exceed 25 lbs (110 N). Provide wheel for applying and adjusting spring torque. E. Brackets: Fabricate from reinforced steel plate with bearings at rotating support points to support counterbalance shaft assembly and form end closures for hood. 1. Finish: a. Stainless Steel: type 304 44 finish F. Hood and Fascia: Minimum 24 gauge stainless steel with reinforced top and bottom edges. 1. Finish: a. Stainless steel: type 304 94 finish. G. Countertop: Custom design as indicated in drawings. 2.04 OPERATION 1. Motor - Evergard Tube Motor Operator: Complete electric tube motor operator with 120V Single Phase, Nemal Wall Mounted Control Unit, 24V rechargeable battery back-up, 12 ft long, pre -wired, wiring harness, solenoid actuated brake and speed governor and 3 button push button station. Motor is rated for a maximum of 10 cycles per hour, 24 VDC TENV motor, overload protection, cULus PROJECT SPECIFICATIONS for BIDDING (Addendum 44) 11/01/2024 THE RINK SPORTS PAVILION PROJECT ELECTRIC ROLLING COUNTER SHUTTERS WITH INTEGRAL FRAME CITY OF SANTA CLARITA P-3034A 08 33 00-3 Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 recognized, with a rating as recommended by door manufacturer for size and type of door. Operator shall be capable of driving the door at a speed of 3 to 8 inches per second (8.69 to 20.22 cm/sec). Operator shall also be capable of 12-28 RPM. Fully adjustable mechanical internal worm limit switch mechanism shall synchronize the operator with the door. The electrical contractor shall mount the control stations and supply the appropriate disconnect switch all conduit and wiring per the overhead door wiring instructions. Provide a guide mounted interlock system to prevent damage to the door and operator when mechanical door locking devices are provided. a. Supply model EverGard Motor Control Box with programmable logic board and back-up power supply. 120v AC input power with auto switch to 24v DC back-up power. Back-up power to provide power for 10 cycles (25 minutes). i. (2) 12v rechargeable lead sealed batteries. ii. Programmable battery self -testing. iii. Monitoring points for open/close position, AC power loss and battery low voltage. iv. 12' wiring whip to connect control box and motor standard (Optional 25', 50', 75' & 120' available). v. Emergency Push Button (EPB): Flush mounted, single red push button station wired for emergency open function only. vi. Door power indicator: Flush mounted voltage monitor for battery back-up system. Flashing red light indicates low battery power and maintenance check-up. Can be located up to 150 ft. away from motor control box. vii. Non-resettable cycle counter. viii. UL325 compliant system. 2.05 ACCESSORIES A. Countertop: 1. As indicated in drawings. PART 3 EXECUTION 3.01 EXAMINATION A. Examine substrates upon which work will be installed and verify conditions are in accordance with approved shop drawings. B. Coordinate with responsible entity to perform corrective work on unsatisfactory substrates. C. Commencement of work by installer is acceptance of substrate. PROJECT SPECIFICATIONS for BIDDING (Addendum #4) 11/01/2024 THE RINK SPORTS PAVILION PROJECT ELECTRIC ROLLING COUNTER SHUTTERS WITH INTEGRAL FRAME CITY OF SANTA CLARITA P-3034A 08 33 00-4 Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 3.02 INSTALLATION A. Install door and operating equipment with necessary hardware, anchors, inserts, hangers and supports. B. Follow manufacturer's installation instructions. 3.03 ADJUSTING A. Following completion of installation, including related work by others, lubricate, test, and adjust doors for ease of operation, free from warp, twist, or distortion 3.04 CLEANING A. Clean surfaces soiled by work as recommended by manufacturer. B. Remove surplus materials and debris from the site. 3.05 DEMONSTRATION A. Demonstrate proper operation to Owner's Representative. B. Instruct Owner's Representative in maintenance procedures. END OF SECTION PROJECT SPECIFICATIONS for BIDDING (Addendum #4) 11/01/2024 THE RINK SPORTS PAVILION PROJECT ELECTRIC ROLLING COUNTER SHUTTERS WITH INTEGRAL FRAME CITY OF SANTA CLARITA P-3034A 08 33 00-5 Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 SECTION 08 ROLLING COUNTER SHUTTERS WITH INTEGRAL FRAME PART 1 GENERAL 1.01 SUMMARY A. Section Includes: Manual rolling counter doors. B. Related Sections: 1. 05 50 00 Metal Fabrications. 2. 08 7100 Door Hardware 3. 09 90 00 Painting and Coating 4. Division 26. Electrical wiring and conduit, fuses, disconnect switches, connection of operator to power supply, and installation of control station and wiring. 1.02 SYSTEM DESCRIPTION A. Design Requirements: 1. Wind Loading: a. Supply door to withstand up to 5 psf design wind load. 1.03 SUBMITTALS A. Reference Section 01 33 00 Submittal Procedures; submit the following items: 1. Product Data 2. Shop Drawings: Include special conditions not detailed in Product Data. Show interface with adjacent work. 3. Quality Assurance/Control Submittals: a. Provide manufacturer ISO 9001:2015 registration. b. Provide manufacturer and installer qualifications - see below. C. Provide manufacturer's installation instructions. d. Provide manufacturer's Health Product Declaration (HPD) for each product. 4. Closeout Submittals: a. Operation and Maintenance Manual PROJECT SPECIFICATIONS for BIDDING (Addendum 4) 11/01/2024 THE RINK SPORTS PAVILION PROJECT ROLLING COUNTER SHUTTER WITH INTEGRAL FRAME CITY OF SANTA CLARITA P-3034A 08 33 13-1 Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 b. Certificate stating that installed materials comply with this specification. 1.04 QUALITY ASSURANCE A. Qualifications: 1. Manufacturer Qualifications: ISO 9001:2015 registered and a minimum of five years experience in producing counter doors of the type specified. 2. Installer Qualifications: Manufacturer's approval. 1.05 DELIVERY STORAGE AND HANDLING A. Follow manufacturer's instructions. 1.06 WARRANTY A. Standard Warranty: Two years from date of shipment against defects in material and workmanship. B. Maintenance: Submit for owner's consideration and acceptance of a maintenance service agreement for installed products. PART 2 PRODUCTS 2.01 MANUFACTURER A. Manufacturer: 1. Basis of Design: Cookson: 1901 South Litchfield Road, Goodyear, AZ 85338. Telephone: (855) 950-3672. 2. Cornell 3. Clo a Building Products 2.02 PRODUCT INFORMATION A. Model: ESC20 2.03 MATERIALS A. Curtain: 1. Slat Configuration: a. Stainless Steel: No. 1F, interlocked flat -faced slats, 1-1/2 inches (38 mm) high by 1/2 inch (13 mm) deep, minimum 22 gauge AISI type 304 PROJECT SPECIFICATIONS for BIDDING (Addendum 4) 11/01/2024 THE RINK SPORTS PAVILION PROJECT ROLLING COUNTER SHUTTER WITH INTEGRAL FRAME CITY OF SANTA CLARITA P-3034A 0833 13-2 Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 94 finish stainless steel with stainless steel angle bottom bar with lift handles and vinyl astragal. 2. Finish: a. Stainless Steel: type 304 94 finish B. Endlocks: Fabricate interlocking slat sections with high strength molded nylon endlocks riveted to ends of alternate slats. C. Head and Jamb Frame: Integral welded with guide groove incorporated into jamb design 1. Fabrication: a. Stainless Steel: 16 gauge AISI 300 series formed shape 2. Finish: a. Stainless Steel: type 304 94 finish D. Shaft Assembly: 1. Counterbalance Shaft Assembly: a. Barrel: Steel pipe capable of supporting curtain load with maximum deflection of 0.03 inches per foot (2.5 mm per meter) of width b. Spring Balance: Oil -tempered, heat -treated steel helical torsion spring assembly designed for proper balance of door to ensure that maximum effort to operate will not exceed 25 lbs (110 N). Provide wheel for E. Brackets: Fabricate from reinforced steel plate with bearings at rotating support points to support counterbalance shaft assembly and form end closures for hood. 1. Finish: a. Stainless Steel: type 304 94 finish F. Hood and Fascia: Minimum 24 gauge stainless steel with reinforced top and bottom edges. 1. Finish: a. Stainless steel: type 304 94 finish G. Countertop: Custom design as indicated in drawings. 2.04 OPERATION A. Manual Operation: 1. Push -Up: Manual lift or pole with hook PROJECT SPECIFICATIONS for BIDDING (Addendum 4) 11/01/2024 THE RINK SPORTS PAVILION PROJECT ROLLING COUNTER SHUTTER WITH INTEGRAL FRAME CITY OF SANTA CLARITA P-3034A 0833 13-3 Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 2.05 ACCESSORIES A. Locking: 1. Masterkeyable cylinder lock: Operable from sides of bottom bar. Provide Interlock switches on motor operated units. a. Schlage Mortise Cylinder B. Countertop: 1. As indicated in drawings. PART 3 EXECUTION 3.01 EXAMINATION A. Examine substrates upon which work will be installed and verify conditions are in accordance with approved shop drawings B. Coordinate with responsible entity to perform corrective work on unsatisfactory substrates. 3.02 INSTALLATION A. Install door and operating equipment with necessary hardware, anchors, inserts, hangers and supports. B. Follow manufacturer's installation instructions. 3.03 ADJUSTING A. Following completion of installation, including related work by others, lubricate, test, and adjust doors for ease of operation, free from warp, twist, or distortion. 3.04 CLEANING A. Clean surfaces soiled by work as recommended by manufacturer. B. Remove surplus materials and debris from the site. 3.05 DEMONSTRATION A. Demonstrate proper operation to Owner's Representative. B. Instruct Owner's Representative in maintenance procedures. END OF SECTION PROJECT SPECIFICATIONS for BIDDING (Addendum 4) 11/01/2024 THE RINK SPORTS PAVILION PROJECT ROLLING COUNTER SHUTTER WITH INTEGRAL FRAME CITY OF SANTA CLARITA P-3034A 0833 13-4 Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 SECTION 09 68 00 CARPET PART 1 GENERAL 1.01 SECTION INCLUDES A. Carpet. B. Carpet cushion. C. Edge strips. D. Adhesives. E. Items required for complete installation. 1.02 RELATED SECTIONS A. Section 03 30 00 - Cast -in -Place Concrete. B. Section 09 65 13 — Rubber Base 1.03 SUBMITTALS A. Submit under provisions of Section 01 33 00. B. Product Data: Manufacturer's data sheets on each product to be used, including: 1. Preparation instructions and recommendations. 2. Storage and handling requirements and recommendations. 3. Installation methods. C. Verification Samples: For each finish product specified, two samples, representing actual product and finish. D. Seaming Layout: Submit proposed seaming layout. E. Extra Stock: Submit extra stock equal to 2% of total installed. 1.04 QUALITY ASSURANCE A. Manufacturer Qualifications: Minimum 5 year experience manufacturing similar products. B. Installer Qualifications: Minimum 2 year experience installing similar products. C. Performance: Fire performance meeting requirements of building code and local authorities. 1.05 PRE -INSTALLATION MEETINGS PROJECT SPECIFICATIONS for BIDDING (Addendum 4) 11/01/2024 THE RINK SPORTS PAVILION PROJECT CARPET CITY OF SANTA CLARITA P-3034A 09 68 00-1 Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 A. Convene minimum two weeks prior to starting work of this section. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver and store products in manufacturer's unopened packaging bearing the brand name and manufacturer's identification until ready for installation. B. Handling: Handle materials to avoid damage. 1.07 PROJECT CONDITIONS A. Maintain environmental conditions (temperature, humidity, and ventilation) within limits recommended by manufacturer for optimum results. Do not install products under environmental conditions outside manufacturer's recommended limits. 1.08 SEQUENCING A. Ensure that products of this section are supplied to affected trades in time to prevent interruption of construction progress. 1.09 WARRANTY A. Manufacturer Warranty: Manufacturer shall warranty their carpet for a minimum of ten (10) years from date of installation and final acceptance by the Owner. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Acceptable Manufacturers: 1. Basis of Design: Shaw Carpet 2.02 MATERIALS A. Carpet Material: 1. Material: Scepter II, 50521 2. Size: 12 feet 3. Type: Broadloom 4. Construction: Solid cut 5. Color: As selected by Architect from manufacturer's standard colors. 6. Installation Method: Direct glue down. 7. Backinia: Classicbac. PROJECT SPECIFICATIONS for BIDDING (Addendum 4) 11/01/2024 THE RINK SPORTS PAVILION PROJECT CARPET CITY OF SANTA CLARITA P-3034A 09 68 00-2 Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 8. Auxiliary Materials: a. Metal edge strip clear anodized finish. b. Adhesives, water resistant, mildew resistant, nonflammable, and nonstaini adhesives as recommended by carpet manufacturer. C. Concrete primers for carpet installation. d. Seaming tape for seams as recommended by the carpet manufacturer for the type of seam used in installation. e. Leveling compound. B. Carpet Cushions: 1. Type: Rubber. 2. Service: Extra heavy traffic. PART 3 EXECUTION 3.01 EXAMINATION A. Do not begin installation until substrates have been properly prepared. B. If substrate preparation is the responsibility of another installer, notify AOR of unsatisfactory preparation before proceeding. 3.02 PREPARATION A. Clean surfaces thoroughly prior to installation. B. Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for the substrate under the project conditions. 3.03 INSTALLATION A. Install in accordance with manufacturer's instructions and in proper relationship with adjacent construction. Test for proper operation and adjust until satisfactory results are obtained. B. Comply with recommendations of Carpet and Rug Institute'Specifier's Handbook'. 3.04 PROTECTION A. Protect installed products until completion of project. B. Touch-up, repair or replace damaged products before Substantial Completion. END OF SECTION PROJECT SPECIFICATIONS for BIDDING (Addendum 4) 11/01/2024 THE RINK SPORTS PAVILION PROJECT CARPET CITY OF SANTA CLARITA P-3034A 09 68 00-3 Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 SECTION 09 68 13 CARPET TILE PART 1 GENERAL 1.01 SECTION INCLUDES A. Carpet tile. B. Edge strips. C. Adhesives. D. Items required for complete installation 1.02 RELATED SECTIONS A. Section 03 30 00 - Cast -in -Place Concrete. B. Section 09 65 13 — Rubber Base 1.03 SUBMITTALS A. Submit under provisions of Section 01 33 00. B. Product Data: Manufacturer's data sheets on each product to be used, including: 1. Preparation instructions and recommendations. 2. Storage and handling requirements and recommendations. 3. Installation methods. C. Verification Samples: For each finish product specified, two samples, representing actual product and finish. D. Extra Stock: Submit extra stock equal to 2% of total installed. 1.04 QUALITY ASSURANCE A. Manufacturer Qualifications: Minimum 5 year experience manufacturing similar products. B. Installer Qualifications: Minimum 2 year experience installing similar products. C. Performance: Fire performance meeting requirements of building code and local authorities. 1.05 PRE -INSTALLATION MEETINGS PROJECT SPECIFICATIONS for BIDDING (Addendum 4) 11/01/2024 THE RINK SPORTS PAVILION PROJECT CARPET TILE CITY OF SANTA CLARITA P-3034A 0968 13-1 Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 A. Convene minimum two weeks prior to starting work of this section. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver and store products in manufacturer's unopened packaging bearing the brand name and manufacturer's identification until ready for installation. B. Handling: Handle materials to avoid damage. 1.07 PROJECT CONDITIONS A. Maintain environmental conditions (temperature, humidity, and ventilation) within limits recommended by manufacturer for optimum results. Do not install products under environmental conditions outside manufacturer's recommended limits. 1.08 SEQUENCING A. Ensure that products of this section are supplied to affected trades in time to prevent interruption of construction progress. 1.09 WARRANTY A. Manufacturer Warranty: Manufacturer shall warranty their carpet for a minimum of ten (10) years from date of installation and final acceptance by the Owner. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Acceptable Manufacturers: 1. Basis of Design: EF Contract 2.02 MATERIALS A. Carpet Tile: 1. Material: Dart KRAR. 2. Construction: Textile Composite. 3. Backing: Standard. 4. Color: As selected in drawings. 5. Installation Method: Glue -down. 6. Auxiliary Materials: a. Metal edge strip clear anodized finish. PROJECT SPECIFICATIONS for BIDDING (Addendum 4) 11/01/2024 THE RINK SPORTS PAVILION PROJECT CARPET TILE CITY OF SANTA CLARITA P-3034A 0968 13-2 Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 b. Adhesives, water resistant, mildew resistant, nonflammable, and nonstaining adhesives as recommended by carpet manufacturer. C. Concrete primers for carpet installation. d. Seaming tape for seams as recommended by the carpet manufacturer for the type of seam used in installation. e. Leveling compound. PART 3 EXECUTION 3.01 EXAMINATION A. Do not begin installation until substrates have been properly prepared. B. If substrate preparation is the responsibility of another installer, notify AOR of unsatisfactory preparation before proceeding. 3.02 PREPARATION A. Clean surfaces thoroughly prior to installation. B. Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for the substrate under the project conditions. 3.03 INSTALLATION A. Install in accordance with manufacturer's instructions and in proper relationship with adjacent construction. Test for proper operation and adjust until satisfactory results are obtained. B. Comply with recommendations of Carpet and Rug Institute'Specifier's Handbook'. 3.04 PROTECTION A. Protect installed products until completion of project. B. Touch-up, repair or replace damaged products before Substantial Completion. END OF SECTION PROJECT SPECIFICATIONS for BIDDING (Addendum 4) 11/01/2024 THE RINK SPORTS PAVILION PROJECT CARPET TILE CITY OF SANTA CLARITA P-3034A 0968 13-3 Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 oi• • MAXIMUM ROUGH OPENING WIDTH AND OPENING HEIGHT Width Height Face of Wall 1116" 5' Between Jambs 1116" 6' DETERMINING ROUGH OPENING WIDTH In order to calculate the desired clear opening, you must account for the jamb of the unit. The jamb will sit within the opening, therefore taking away from some of the clear opening.To ensure the final product achieves your desired clear opening, you must add the below dimension to it. Please note that the dimensions will vary based on mounting and operation. Add to Desired Clear Add to Desired Clear Mounting Operation Opening Width Opening Height Between Jamb Push-up 3 7/8" V 2 7/16" Between Jamb Tube Motor / Crank 6 7/8" V 2 7/16" Face of Wall Push-up / Crank / Tube Motor 3 7/8" 2 3/16" WALL THICKNESS REQUIRL, Minumum 43/4" Maximum 13" SLAT CROSS SECTION The dimensions featured on this sheet are provided as a rough guide for planning purposes. Exact dimensions cannot be provided until field conditions and all options are confirmed. Once field conditions are confirmed, please visit our website at www.cornelliron.com/drawings to generate custom drawings on demand for your specific opening. 800.233.8366 1 cornelliron.com CornellCookson, Inc. is an ISO9001:2015 registered company 6.2022 COI�NELL Innovative door solutions Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 PACKAGE UNIT Model ESC20 with integral frame and sill FACE OF WALL FRONT SIDE GUIDE PROJECTION ROUGH OPENING HEIGHT CLEAR OPENING HEIGHT CLEAR OPENING SILL PROJECTION WIDTH FASCIA SIDE ROUGH OPENING 0-1 sW WIDTH BETWEEN JAMBS FRONT SIDE GUIDE PROJECTION ROUGH OPENING HEIGHT CLEAR OPENING HEIGHT CLEAROPENING SILL PROJECTION WIDTH FASCIA SIDE ROUGH OPENING 0-1 sus WIDTH WALL THICKNESS HOOD PROJECTION FROM WALL 0'-10%1- HOOD PROJECTION ABOVE HEADER 0'-1113/s" GUIDE PROJECTION COIL SIDE 0' 2/e" FASTENER EDGE DISTANCE 0'-23/e" WALL THICKNESS GUIDE PROJECTION . PROJECTION FASCIA SIDE L SIDE 0' %I- �s TRIM PIECE INSTALLED AFTER PACKAGE UNIT IS FASTENED TH TO THE OPENING WALL THICKNESS HOOD PROJECTION FROM WALL TRIM PIECE INSTALLEDAFTER PACKAGE UNIT IS FASTENED TO THE OPENING GUIDE PROJECTION COIL SIDE NldbH O F 0 sus 7 WALL THICKNESS SILL PROJECTION L FASTENER EDGE COIL SIDE DISTANCE 0'-2" GUIDE PROJECTION FASCIA SIDE SILL O' 91s° DEPTH The dimensions featured on this sheet are provided as a rough guide for planning purposes. Exact dimensions cannot be provided until field conditions and all options are confirmed. Once field conditions are confirmed, please visit our website at www.cornelliron.com/drawings to generate custom drawings on demand for your specific opening. CUSTOM -DESIGNED SOLUTIONS Our experienced Architectural Design Support Team can customize our products to fit your specific application. Call 800.233.8366 ext. 4551 • architecturaldesignsupport@cornel[cookson.com 800.233.8366 1 cornelliron.com CornellCookson, Inc. is an ISO 9001:2015 registered company 6.2022 Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 RTFA GEOTECHNICAL ENGINEERING & ENGINEERING GEOLOGY City of Santa Clarita 23920 Valencia Boulevard Santa Clarita, California 91355 Attention: Ms. Araz Valij an October 25, 2024 Job No. 2004-037-004 Subject: Report of Geotechnical Observations and Testing Grading to Construct Building Pad Proposed Roller -Skating Rink Existing Santa Clarita Sports Complex Southeast of Golden Valley Road and Centre Pointe Parkway Santa Clarita, California References: See Attached List Ladies/Gentlemen: This report presents the results of our geotechnical field observations and field density testing of compacted fill placed to construct a building pad for the proposed roller-skating rink at the subject site. This report only summarizes the results of the grading performed to construct the subject building pad that was performed during the period of September 6, 2024, through October 11, 2024. The grading work summarized in this report involved the removal of the upper three feet of soil in the area of the proposed roller-skating rink and the replacement of that material as compacted fill, elevated to 130 percent of optimum moisture content. The intent of the grading was to reduce the expansion potential of the upper fill soils and to utilize those recompacted soils to provide support of the foundations and floor slabs of the proposed roller-skating rink. R. T. FRANKIAN & ASSOCIATES 26027 HUNTINGTON LANE SUITE A SANTA CLARITA CALIFORNIA 91 355 TEL. (818) 531-1501 WWW.RTFRANKIAN.COM Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 City of Santa Clarita October 25, 2024 2004-03 7-004 Page 2 The grading work summarized in this report was performed by R. C. Becker. The earthwork was performed in accordance with the recommendations presented in our referenced "Report of Geotechnical Investigation" (R. T. Frankian & Associates [RTF&A], 2023). Observation and testing of the earthwork were provided by a representative from our firm in the areas described in this report and indicated on the attached Plot Plan. The project "Subgrade Preparation Phase 2" plan, Sheet C-302, dated November 1, 2023, and prepared by Rail Pros, has been used as the base map for the attached Plot Plan. The attached "Grading Exhibit" plan, indicating the "As -Built" grades upon completion of the grading summarized in this report, is also included as an attachment to this report. Included with this report are a List of References, a Plot Plan, a Grading Exhibit plan, a tabulation of Field Density Test Results, and a City of Santa Clarita "Rough Grade Certification" sheet. We have not submitted copies of this report to public agencies for review. EARTHWORK OPERATIONS Our firm prepared the referenced "Report of Geotechnical Investigation" (RTF&A, 2023) that presented geotechnical grading and construction recommendations relative to constructing the subject roller-skating rink. The recommendations presented in that report were the basis for the grading operations performed and summarized in this report. As previously mentioned, this report only summarizes the results of the grading performed in the proposed building area of the subject development. Prior to the initiation of the subject grading operations, the site of the proposed roller- skating rink consisted of compacted fill soils that were placed during several different phases of previous grading operations performed at the site. At the conclusion of the latest phase of previous grading, our referenced "Geotechnical Report of Observation and Testing" (RTF&A, 2009) was prepared to summarize the grading performed in the proposed roller-skating rink area. In accordance with the recommendations of our referenced "Report of Geotechnical Investigation" (RTF&A, 2023), the soils extending 3 feet below the final soil subgrade for the proposed roller-skating rink were removed. In addition, deeper removals were initially made to RTFA GEOTECHNICAL ENGINEERING & ENGINEERING GEOLOGY Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 City of Santa Clarita October 25, 2024 2004-03 7-004 Page 3 remove abandoned utility lines in several areas of the site. Deeper removals were also made in several isolated areas that were indicated on Sheet C-302 (Subgrade Preparation Plan) of the project plans. Following the removals described in the preceding paragraph, the bottoms of the areas to be filled were observed by a representative from our firm. The materials exposed in the bottoms of the removal areas were scarified, moistened, and compacted in place. The bottom areas were then approved by our field representatives for placement of compacted fill soil. The removed soils, as described above, were replaced to construct the compacted fill summarized in this report. The fill soil placed in the upper 3 feet of the building pad was thoroughly moistened to at least 130 percent of the optimum moisture content of the soil, placed in lifts of no more than 12 inches in thickness, and compacted to attain at least 90 percent of the maximum dry density of the soil as determined by the current ASTM D 1557 Method of Compaction. Where observed, the placement of fill was found to be consistent with our recommendations. Significant organic and decomposable material was excluded from the fill as was solid material that exceeded approximately 12 inches in maximum dimension. A brief description and classification of each soil type used for the compacted fill are indicated in the "Laboratory Compaction Tests" section of this report. EARTHWORK EQUIPMENT The earthwork summarized in this report was performed using conventional grading equipment. That equipment included a John Deere (JD) 550K dozer, a JD 210L skiploader, a backhoe with a sheepsfoot wheel attachment, a Caterpillar (CAT) 140M motor -grader, a CAT 950K rubber -tired loader, a CAT 935 rubber -tired loader, a Link -Belt 235x track -mounted excavator, and a water truck. The grading equipment indicated above was utilized to make the required removals and to place the fill soil in relatively thin lifts prior to compaction operations. In general, compaction of fill soil was attained by track -walking or wheel -rolling with the grading equipment. Soil within trenches, or other areas that were inaccessible to the grading equipment, was compacted LRTFA GEOTECHNICAL ENGINEERING & ENGINEERING GEOLOGY Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 City of Santa Clarita October 25, 2024 2004-03 7-004 Page 4 by utilizing the sheepsfoot wheel mounted on a backhoe. A water truck was utilized, when required, to increase the moisture content of the fill soil prior to mixing and compacting. FIELD OBSERVATION AND TESTING General observations were made by our field representative during the earthwork operations summarized in this report. Observation and testing of the grading work summarized in this report, including the placement and compaction of fill soils, was performed under observation and testing services provided by our field representatives. Field density tests were performed at frequent intervals to determine the degree of compaction being attained. At least one field density determination was made for each 1,000 cubic yards of fill placed, or for every 2 feet of fill placed. The tests were taken at depths of approximately 6 to 12 inches below the then -existing surface of the fill. The Sand Cone Method (ASTM D 1556) and the Nuclear Density Test Method (ASTM Test D 2922) were utilized for the field density determinations. At least 10 percent of the tests taken were performed using the Sand Cone Method. Field density tests were taken at the approximate locations shown on the attached Plot Plan. The test results and descriptions are indicated on the attached tabulation, "Field Density Test Results." LABORATORY COMPACTION TESTS The maximum dry density and optimum moisture content of each soil type used for the compacted fill summarized in this report were determined in our laboratory in accordance with ASTM Soil Compaction Test Method Standard D1557. The maximum dry density of each soil sample was determined from that portion of the sample that passed through the No. 4 sieve. The results of the laboratory compaction tests are as follows: RTFA GEOTECHNICAL ENGINEERING & ENGINEERING GEOLOGY Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 City of Santa Clarita October 25, 2024 2004-03 7-004 Page 5 Maximum Dry Soil Description and Density Optimum Moisture Classification )cf Content (%) Brown, silty, fine to medium sand, slightly clayey, occasional small gravel (SM) 131.0 9.5 Medium brown, silty, fine with occasional medium sand, slightly clayey (SM) 130.5 9.0 The optimum moisture contents are in percent of dry weight and the maximum dry densities are in pounds per cubic foot (pcf). The double -letter soil classification that follows each soil description is in accordance with the Uniform Soil Classification System (ASTM EARTHWORK RESULTS This report summarizes the earthwork performed in the building pad that was constructed for the proposed roller-skating rink structure. Compacted fill soil was considered acceptable only in areas where the moisture content of the fill soil in the upper 3 feet of the building pad was at least 130 percent of the optimum moisture content and where field density tests indicated that fill soil was compacted to at least 90 percent of the maximum dry density of the soil. The compacted fill placed as part of the earthwork summarized in this report ranges from approximately 3 to 9'/z feet in depth. As indicated by the "as -built" grades shown on the attached "Grading Exhibit" plan, the center portion of the building pad is approximately 7 inches below final soil subgrade elevation. This portion of the building pad was intentionally left "low" so that future "spoils" generated by the excavation of foundations for the proposed roller-skating rink structure could be placed, as compacted fill, to establish the final soil subgrade elevation in the center portion of the building RTFaA GEOTECHNICAL ENGINEERING & ENGINEERING GEOLOGY Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 City of Santa Clarita October 25, 2024 2004-03 7-004 Page 6 pad. The placement and compaction of fill soil in the center portion of the building pad should be performed under the observation and testing services of a representative of our firm. RECOMMENDATIONS As a result of the grading work summarized in this report, the recommendations presented in our referenced "Report of Geotechnical Investigation" (RTF&A, 2023) remain applicable. The recommendations from that report are presented below. It should be noted, and as discussed in this report, that the fill soils summarized in this report were placed at 130 percent, or above, of the optimum moisture of the fill soils. It is likely that the moisture content of those upper fill soils will become reduced as a result of exposure to the environment. It will be required to thoroughly moisten the subgrade soils, to at least 130 percent of the optimum moisture content, immediately prior to casting slabs -on -grade. A representative from our firm should observe and approve the soil subgrade prior to casting the floor slabs for the roller- skating rink structure. GRADING The exposed soil in areas to receive new compacted fill should be scarified to a depth of approximately 6 inches, moistened to at least 130 percent above optimum moisture content, and compacted in place. The prepared surface of the area to receive new compacted fill should be observed and approved by a representative from our firm. It may also be required to have a representative from the City of Santa Clarita observe and approve the exposed "bottom" prior to fill placement. The contractor performing the earthwork should be familiar with the observation requirements of the City of Santa Clarita. Fill should be placed in layers not exceeding 12 inches in loose thickness, adjusted to at least 130 percent above the optimum moisture content, and compacted to at least 90 percent of the maximum dry density of the soil as determined by the current ASTM Soil Compaction Method D1557. Organic and decomposable material should be excluded from the fill, as should solid material exceeding 12 inches in maximum dimension. Fill soils should be placed and RTFA GEOTECHNICAL ENGINEERING & ENGINEERING GEOLOGY Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 City of Santa Clarita October 25, 2024 2004-03 7-004 Page 7 compacted under the observation and testing of a representative of the Geotechnical Engineer of Record. Elevating the moisture content of the fill soils to 130 percent of optimum moisture content may cause some difficulties with getting the required minimum compaction of 90 percent of the maximum dry density of the soil. Spreading the fill soil in thinner lifts and avoiding the use of rubber -tired compaction equipment may be necessary to achieve the minimum compaction requirements. It is suggested that a Grading Contractor having experience with placing material at an elevated moisture content be considered when selecting a contractor to perform the grading work. If it is required to import soil for use as compacted fill, the imported soil should be relatively non -expansive. A 40-pound sample of proposed import soil should be submitted to the Geotechnical Engineer of Record at least 48 hours prior to import to the job site to determine if the soil would be acceptable for use on the project. As previously mentioned in the "Site History" section of this report, a sand volleyball court and mulch landscaping were placed over the area where it is proposed to construct the proposed roller-skating rink. All mulch landscaping and other organics should be removed from the site. It would be permissible to utilize the sand from the volleyball court as compacted fill provided it is mixed at a 1:1 ratio with the onsite soil. GENERAL GRADING REQUIREMENTS 1. All fills, unless otherwise specifically designed, shall be compacted to at least 90 percent of the maximum dry unit weight, as determined by the current ASTM Soil Compaction Method D 1557. 2. No fill shall be placed until the area to receive the fill has been adequately prepared and subsequently approved by the Geotechnical Consultant of Record or his representative. 3. Fill soils should be kept free of debris and organic material. RTFA GEOTECHNICAL ENGINEERING & ENGINEERING GEOLOGY Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 City of Santa Clarita October 25, 2024 2004-03 7-004 Page 8 4. Rocks or hard fragments larger than 12 inches may not be placed in the fill without approval of the Geotechnical Consultant or his representative, and in a manner specified for each occurrence. 5. Fill material shall be placed in layers which, when compacted, shall not exceed twelve inches per layer. Each layer shall be spread evenly and shall be thoroughly mixed during the spreading to ensure uniformity of material and moisture. 6. When moisture content of the fill material is too low, water shall be added and thoroughly dispersed until the soil is at least two to four percent above optimum moisture content. 7. When the moisture content of the fill material is too high to obtain adequate compaction, the fill material shall be aerated by blading, or other satisfactory methods, until the soil is two to four percent above optimum moisture content. 8. Fill and cut slopes should not be constructed at gradients steeper than 2:1 (horizontal:vertical). TEMPORARY EXCAVATIONS Temporary excavations will be required during the grading and construction phases of the roller-skating rink project. It is anticipated that the temporary excavations will be relatively minor in terms of height and will be formed in compacted fill soils. Compacted fill soils are not expected to stand vertically for any significant length of time in cuts of 4 feet or higher. Compacted fill soils are expected to be temporarily stable when excavated at a gradient of 3/4: 1 (vertical: horizontal), to a height of 6 feet. Temporary excavations greater than 6 feet in height should be sloped at a gradient of 1:1. The temporary excavation recommendations for compacted fill soils would be generally applicable to naturally deposited soils, provided our field representative observes and approves the actual field conditions. All regulations of state or federal OSHA should be followed. If bedrock is exposed in temporary excavations, the excavation(s) should be observed and evaluated by a geologist from our office to determine the need for modification of the excavation recommendations presented above. LRTFA GEOTECHNICAL ENGINEERING & ENGINEERING GEOLOGY Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 City of Santa Clarita October 25, 2024 2004-03 7-004 Page 9 Particular care should be taken to protect slopes from erosion if excavations are made during the rainy season; the rainy season is normally from November through April. Measures to mitigate erosion, such as the installation of berms, plastic sheeting, or other devices, may be warranted to prevent surface water from flowing over or ponding at the tops of excavations. FOUNDATIONS General: Following the completion of the grading recommended in this report, conventional concrete spread foundations may be utilized to provide support for the subject roller- skating rink structure and related improvements. Based on our review of the plans we received, it appears that isolated column foundations, continuous foundations, and shear wall foundations will be used to provide support for the proposed roller-skating rink structure. It is anticipated that the bearing material will consist of existing and/or newly placed compacted fill soil. Foundations should be designed by a Structural Engineer in accordance with the minimum requirements of the City of Santa Clarita and the California Building Code (CBC). Foundation Plans for proposed structures should be reviewed and approved by our office prior to construction. All foundation excavations should be observed and approved by a representative from our firm prior to placement of reinforcing steel. Observation of foundation excavations may also be required by the appropriate reviewing governmental agencies. The contractor should be familiar with the requirements of the governing reviewing agencies. Design Criteria: A bearing value of 2,000 pounds per square foot (psf) may be used in the design of foundations. This value may be increased by one-third when considering seismic and wind forces. The recommended bearing value is a net value and the weight of concrete in the footings may be taken as 50 pounds per cubic foot (pcf). Footings should be a minimum of 18 inches in depth and should be designed to meet the minimum width and depth requirements of the CBC. Foundation depths should be measured from the lowest adjacent final grade. Building setbacks for structures located adjacent to either ascending or descending slopes should be in accordance with the standards set forth in the CBC. Foundations should be deepened, LRTFA GEOTECHNICAL ENGINEERING & ENGINEERING GEOLOGY Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 City of Santa Clarita October 25, 2024 2004-03 7-004 Page 10 where necessary, to prevent surcharge loads from being imposed on adjacent foundations or utilities. Lateral Design: Lateral restraint at the base of footings or slabs may be assumed to be the product of the dead load and a coefficient of friction of 0.4. Passive pressure on the face of footings may also be used to resist lateral forces. A passive pressure of zero at the surface of finished grade, increasing at the rate of 300 psf per foot of depth, to a maximum value of 2,500 psf, may be used at this site. The passive pressure and friction may be combined without reduction when evaluating lateral resistance. Settlement: Provided that the proposed roller-skating rink structure is supported on shallow foundations as described above, we estimate that the maximum static settlement will be about 1.0 inch. The total static and seismic settlement are estimated to be up to about 1.25 inches. It is further estimated that differential settlements will be about 0.75 inches of vertical movement across a horizontal distance of 30 feet. Our firm, or the Geotechnical Consultant of Record, should review the foundation loads after plans are developed to verify the applicability of our recommendations to the proposed construction. FLOOR SLABS General: The concrete slab recommendations presented in this section of the report are primarily intended for the design of the roller-skating rink and associated improvements within the proposed structure at the site. It is recommended that the Structural Engineer who is responsible for the design of the rink have experience, and be familiar with the construction of roller-skating rinks. The design should include appropriate measures to allow for expansion and contraction of the concrete slab, to minimize the occurrence of cracks in the slab for the roller- skating rink and pickleball, volleyball, and basketball courts. The recommendations presented in this section of the report are based on the assumption that the subgrade will consist of compacted fill soil, placed at an elevated moisture content as previously discussed in the "Grading" section of this report. Any near -surface soils that become dried or disturbed during construction should be recompacted and moisture -conditioned (see RTFA GEOTECHNICAL ENGINEERING & ENGINEERING GEOLOGY Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 City of Santa Clarita October 25, 2024 2004-03 7-004 Page 11 "Expansive Soil Conditions" subheading below) prior to casting slabs. Formal plans for the project should be reviewed, signed, and stamped by our office prior to initiation of construction. Concrete floor slabs should have a thickness of at least 5 inches and be reinforced with No. 4 reinforcing bars spaced 16 inches, on center, in orthogonal directions. The soil subgrade should be thoroughly moistened in accordance with the recommendations summarized in the "Expansive Soil Conditions" subheading below, prior to casting the concrete slabs. Thicker slabs and additional reinforcement may be required, depending on the floor loads and the structural requirements. The slab thickness and reinforcing may be increased or decreased at the direction of the Project Structural Engineer. Floor slabs should be designed in accordance with the current version of the CBC. Pedestrian Pavin2/Walks/Ramps: It is our understanding that pre -cast concrete pavers may be utilized for pavement areas, walkways, and ramps. The preparation of the soil subgrade, as well as construction requirements and the materials to be used beneath the pavers, should conform with the paver manufacturer specifications. However, the soil subgrade below all areas where pavers will be installed must be compacted to a minimum of 95 percent of the maximum dry density of the soil. Expansive Soil Conditions: The soils in the area of the proposed roller-skating rink are considered to be potentially expansive as previously discussed in this report. To reduce the potential for expansion related distress, the "Grading" section of this report indicated that the upper 3 feet of material below the roller-skating rink slab should be removed and replaced at an elevated moisture content of at least 130 percent above the optimum moisture content. The soils exposed at final grade should be elevated to at least 130 percent of the optimum moisture content of the soil, to a depth of at least 12 inches below the soil subgrade, at the time the concrete slabs are cast. Water Vapor: Water vapor transmitted through concrete slabs can cause moisture - related issues. An impermeable membrane "vapor barrier" should be installed to reduce excess vapor drive through concrete slabs. The function of the impermeable membrane is to reduce the RTFA GEOTECHNICAL ENGINEERING & ENGINEERING GEOLOGY Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 City of Santa Clarita October 25, 2024 2004-03 7-004 Page 12 amount of water vapor transmitted through concrete slabs. Vapor -related impacts should be expected in areas where a vapor barrier is not installed. Slabs should be underlain by a vapor barrier surrounded by 2 inches of sand below the barrier, and 2 inches of sand above the barrier. The purpose of the sand below the barrier is to protect the barrier from being punctured by irregularities in the soil subgrade and the purpose of the sand above the barrier is to protect the barrier and to aid in the curing of the concrete slab. The vapor barrier should be at least 15 millimeters thick. A product such as Stego, or equivalent, may be used for the vapor barrier and the overlap, perforations, and taping of that product should be performed in accordance with the manufacturer's specifications. The sand should be sufficiently moist to remain in place and be stable during construction; however, if the sand above the barrier becomes saturated before placing concrete, the moisture in the sand can become a source of water vapor. Another factor affecting vapor transmission through slabs is a high water -to -cement ratio in the concrete used for the slab. A high water -to -cement ratio increases the porosity of the concrete, thereby facilitating the transmission of water and water vapor through the slab. The Project Structural Engineer or a concrete mix specialist should provide recommendations for the design of concrete for footings and slabs in accordance with the CBC, with consideration of the above comments. Alternative methods of providing floor slab water vapor mitigation have also been successfully utilized. If requested, we would be pleased to provide geotechnical comments if it is desired to utilize alternative mitigation methods. The recommendations presented herewith may be superseded by the design team based on their experience with alternative mitigation methods. However, RTF&A assumes no responsibility related to adverse impacts associated with superseding the recommendations of this report. RETAINING WALLS General: It is possible that some of the walls within the roller-skating rink structure will function as retaining walls. Retaining walls should be designed in accordance with the RTFA GEOTECHNICAL ENGINEERING & ENGINEERING GEOLOGY Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 City of Santa Clarita October 25, 2024 2004-03 7-004 Page 13 recommendations presented in this section of the report. Our office should review and approve the project Retaining Wall Plans prior to the initiation of construction. Bearing Value: A bearing value of 1,500 psf may be used for the design of retaining wall foundations founded in existing and/or newly placed compacted fill soil. Retaining wall foundations should be a minimum of 12 inches in width and depth. Lateral Earth Pressure: Retaining wall backfill should consist of materials with a very low to low potential for expansion. Soils with an expansion potential of medium or higher should not be used as retaining wall backfill. Cantilevered retaining walls, separate and independent of buildings and retaining up to 8 feet of level backfill, may be designed using a lateral pressure equal to that developed by a fluid with a density of 35 pounds per cubic foot, provided the backfill soils are drained and do not exceed a very low to low potential for expansion. Where the retained surface of the backfill is inclined at 2:1, it may be assumed that drained soils will exert a lateral pressure equal to that developed by a fluid with a density of 48 pcf. The pressures indicated assume that a lateral deflection of up to about one percent of the wall height is acceptable at the top of the wall. If it is desired to decrease the amount of potential wall deflection, a greater lateral pressure could be used in the wall design. For the design of a braced rigid wall, where rotation and lateral movement are not acceptable (as in the case of building walls), it may be assumed that drained, relatively non - expansive soils will exert a rectangular lateral pressure with a maximum pressure equal to 22H psf, where "H" is the wall height in feet. The pressure value and distribution may vary significantly when considering wall rigidity and restraining conditions. The structural characteristics of the wall are referred to the Project Structural Engineer. If requested, we can provide additional geotechnical design parameters for specific restrained conditions. When placing backfill, walls should be braced. Heavy compaction equipment should not be used any closer to the back of the wall than the height of the wall. Soils having an Expansion Index of greater than 50 should not be utilized for backfill behind walls that are greater than 3 feet in height. RTFA GEOTECHNICAL ENGINEERING & ENGINEERING GEOLOGY Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 City of Santa Clarita October 25, 2024 2004-03 7-004 Page 14 A drainage system should be provided to prevent the development of hydrostatic pressure behind walls. If a drainage system is not installed, the walls should be designed to resist an additional hydrostatic pressure equal to that developed by a fluid with a density of 55 pcf against the full height of the wall. In addition to the recommended earth pressure and hydrostatic pressures, the walls should be designed to resist any applicable surcharges due to buildings, walls, storage, or traffic loads. The upper 10 feet of walls adjacent to vehicular traffic areas should be designed to resist a uniform lateral pressure of 100 psf, acting as a result of an assumed 300 psf surcharge behind the walls due to normal traffic. If the traffic is kept back at least 10 feet from the walls, the traffic surcharge may be neglected. Seismic Lateral Earth Pressure: The preceding recommended values indicate earth pressures for conventional static loading conditions. Ground shaking associated with earthquakes may cause additional pressure on walls. In addition to the previously mentioned lateral earth pressures, it is recommended that all rigid (building) walls of any height, and cantilevered retaining walls greater than 6 feet in height, be designed to support an additional seismic earth pressure equal to an inverted equivalent fluid pressure of 29 pcf. Density of Backfill: When designing retaining walls to resist over -turning, it can be assumed that compacted on -site soils will have a density of 125 pcf. Drainage: A drainage system should be provided behind retaining walls or the walls should be designed to resist hydrostatic pressures as discussed above. Retaining wall backfill may be drained utilizing a perforated pipe. The perforated pipe should be at least 4 inches in diameter and be placed at the base of the wall, with the perforations pointed down. The pipe should be sloped to provide positive drainage, but in no instance shall the pipe be elevated more than 2 feet above the bottom of the wall. The pipe should be surrounded by at least 6 inches of uniform -sized gravel and be permitted to outlet onto a surface that would not be subject to erosion. Alternatively, the drain could be connected to a suitable outlet device. The gravel should be separated from the surrounding soils by a filter fabric, such as Mirafi 140N or equivalent, wrapped around the gravel ("burrito -wrapped"). Alternatively, the filter fabric and RTFA GEOTECHNICAL ENGINEERING & ENGINEERING GEOLOGY Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 City of Santa Clarita October 25, 2024 2004-03 7-004 Page 15 gravel may be omitted when using a continuous slotted pipe and a graded sand that conforms to LACDPW "Graybook," F-I Designated Filter Material. Drainage panels, such as Miradrain or equivalent, or a 6- to 12-inch-wide gravel chimney drain should be installed behind retaining walls that are greater than 3 feet in height. The top of the drainage panels or chimney drain should be capped with 18 to 24 inches of compacted on -site soil; the thickness of the cap should be increased to provide a minimum of 3 feet of compacted fill soils under any footing within the area of the backfill, where appropriate. The intent of installing the drainage panels or chimney drain would be to reduce the potential for build-up of water directly behind the walls. Excessive build-up of water could result in wall failure if the wall is not designed to resist hydrostatic forces. Retaining walls could be constructed utilizing weepholes in lieu of a drainage system consisting of perforated pipe. Weepholes should be at least 4 inches in diameter and be spaced at 8-foot intervals. The bottom of each weephole should be installed approximately 6 inches above the adjacent grade. At least one cubic foot of filter material should be placed behind each weephole and some means to minimize the loss of the material through the weephole should be provided. The installed drainage system should be observed by the Geotechnical Consultant prior to backfilling the system. Observation of the drainage system may also be required by the reviewing governmental agencies prior to backfilling. The backs of retaining walls should be waterproofed. PAVEMENT AREAS Although the attached Plot Plan does not indicate that new pavement areas will be constructed as part of the proposed roller-skating rink project, it is possible that new pavement areas will be constructed as part of the development. If new pavement areas are planned, we should be provided with plans that detail the type and location of the proposed pavement. If asphalt pavement is planned, samples of the subgrade soils should be obtained for R- value tests. The results of the R-value tests would be used to prepare pavement section (base RTFA GEOTECHNICAL ENGINEERING & ENGINEERING GEOLOGY Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 City of Santa Clarita October 25, 2024 2004-03 7-004 Page 16 course/asphalt) recommendations. If concrete pavement is to be used, the pavement design should also be based on the results of R-value tests. Preliminarily, it is anticipated that concrete paving should be at least 8 inches in thickness and be underlain by at least 4 inches of base course material (CAB or CMB), compacted to at least 95 percent of the maximum dry density of the base course material. Concrete pavement for pedestrian walkways and/or ramps should be based on the design of the Project Architect. UTILITY TRENCH BACKFILL Backfill placed in trenches excavated for the installation of utility lines must be compacted to at least 90 percent of the maximum dry density of the soil, from the top of the pipe to finish grade. If requested, detailed recommendations for compaction of utility trenches can be provided. G REGULATORY STATEMENT Based on the results of our observations and testing, it is our finding that the subject site and improvements will be safe from hazard of landslide, settlement, or slippage, and will not adversely affect the geotechnical conditions of the adjacent properties, provided the recommendations of the referenced reports, project specifications, the City of Santa Clarita, and the California Building Code are followed. Our professional services have been performed using that degree of care and skill ordinarily exercised, under similar circumstances, by reputable geotechnical engineers practicing in this or similar localities. No other warranty, expressed or implied, is made as to the professional advice included in this submittal. RTFA GEOTECHNICAL ENGINEERING & ENGINEERING GEOLOGY Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 City of Santa Clarita October 25, 2024 2004-03 7-004 Page 17 OBSERVATION/TESTING SERVICES This report has been prepared assuming that R. T. Frankian & Associates will perform all geotechnical field observations and testing. If the recommendations presented in this report are utilized and observation/testing of the geotechnical work is performed by others, the party performing the observations/testing must review this report and assume responsibility for the recommendations presented herein or provide an additional report. That party would then assume the title "Geotechnical Engineer of Record" for the project and respond to any design and construction -related issues that may arise. A representative of the Geotechnical Engineer of Record should be present to observe grading and backfill operations as well as foundation excavations for the project. A report presenting the results of these observations and related testing should be issued upon completion of the work. RTFA GEOTECHNICAL ENGINEERING & ENGINEERING GEOLOGY Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 City of Santa Clarita October 25, 2024 2004-03 7-004 Page 18 The following documents are attached and complete this report: • List of References • Plot Plan • Grading Exhibit Plan • Field Density Test Result • City of Santa Clarita "Rough Grade Certification" OFESS/ , by RA No. GE 2558 BKP/AWR/jh � \e OoTEFC�A\\ and: Yours very truly, R. T. FRANKIA NSSOCIATES Brian'Kenji Pitcher Senior Project Engineer 6&,M, ry/ ntu,� Alan W. Rasplicka Principal Geotechnical Engineer PDF Distribution via Email: — City of Santa Clarita, Ms. Araz Valijan and Mr. Ross Pistone — Coffman Engineers, Inc., Attn: Mr. Michael Storti — Anil Verma Associates, Inc., Attn: Mr. Jim Keenan —Encompass Consultant Group, Attn: Mr. Benjamin P. Hardin (for regulatory submittal) ERTFA GEOTECHNICAL ENGINEERING & ENGINEERING GEOLOGY Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 References City of Santa Clarita October 25, 2024 2004-03 7-004 REFERENCES Frankian, R. T., & Associates, 2009, "Geotechnical Report of Observation and Testing, Rough Grading and Utility Trench Backfills, Santa Clarita Sports Complex, A Portion of Tentative Tract 42670-02, Santa Clarita, California," for City of Santa Clarita, dated Mav 15, 2009, Job No. 2004-037-20. Frankian, R. T., & Associates, 2023, "Report of Geotechnical Investigation, Proposed Roller - Skating Rink, Existing Santa Clarita Sports Complex, Southeast of Golden Valley Road and Centre Pointe Parkway, Santa Clarita, California," for City of Santa Clarita, dated June 20, 2023, Job No. 2004-037-003. Frankian, R. T., & Associates, 2024, "Response to Plan Check Comment and Modulus of Subgrade Reaction Recommendations, Proposed Roller -Skating Rink, Existing Santa Clarita Sports Complex, Southeast of Golden Valley Road and Centre Pointe Parkway, Santa Clarita, California," for City of Santa Clarita, dated May 10, 2024, Job No. 2004- 037-010. R. T. FRANKIAN & ASSOCIATES 26027 HUNTINGTON LANE SUITE A SANTA CLARITA CALIFORNIA 91355 TEL. (818) 531-1501 WWW.RTFRANKIAN.COM GRA l-E.-M I -ION NOTES: OVER -EXCAVATION- PHASE 2 - OLD POTHOLE LOCATIONS OVER EX DEEPENED EXCAVATION AREA - BOTTOM ELEVATION PER PLAN 1. ALL GRADING ACTIVITIES WILL COMPLY WITH THE RT FRANKIAN �I GEOTECHNICAL REPORT RECOMMENDATIONS DATED JUNE 20. 2023. JOB NUMBER 2004-037-OD3 2. FOR OVEREXCAVATION WORK, CONTRACTOR SHALL ADHERE TO THE EX. GYM BUILDING FOLLOWING LAYBACK REOUIRMENTS: •FOR DEPTHS 4 FEET OR LESS - VERTICAL UT ALLOWED D •FOR DEPTHS 4 FEET TO B FEET - 1/4:1 LAYBACK REQUIRED .FOR DEPTHS 6 FEET OR GREATER - 1:1 LAYBACK REWIRED �EO 1 r--- - 1e 23 24F 58 32 25R FUTURE BLDG OUTLINE - (REF ONLY) EDGE OF AC DENO'D AC J 28 ➢ F________ 31 / 13F -----1--------_ 20 19 rf�9 N N 1972095.14 J `2J E 6411245.98 54 N 1972D92.65 iE 6411247.67 FUTURE BLDG OUTLINE 15 �0 (REF ONLY) NOTE: PROTECT Ex CAPPED 4a^ Pvc colvDUITSIN PLACE BUILDING PAD EXCAVATION PER SHEET C-301 UTILITY NOTE: SEE DEMO PLAN (SHEET C-101) FOR EXISTING UTILITY SCHEDULE AND LEGEND 64 59 62 60 57 63 I c I ° Q- _ I w � 53F p 53R 56 52 ' I m 0 j 7 2 -30 I N 1972262.19 1 N 1972B RAD PT. E 6411146.94 E I E 64112,. .D N 1972103.00 N 1972100.48 C7 I I 3' E 6411257.57 i E 6411259.19 ,TA 1972255,34 N 1972280.13 ' I 65 OVER -EX EL i NOTE: PROVIDE I\ T6 SLURRY MAY BE ENCOUNTERED AT 4' +/- BELOW EXISTING C 6411173.79 E 6411156.89 66 1388.B0 OFR GRADE IF SLURRY IS ENCOUNTERED DURING REMOVALS THE q3 SHORING As \ 13� / i CONTRACTOR HAS THE OPTION TO LEAVE IN PLACE OR REMOVE _ _ _ _ 47 l I NECESSARY TO AG / E 6411277.95 1(REF R BLDG OUTLINE' AND REPLACE NTH COMPACTED FILL AS APPROVED BY THE a0 42 A 1 'S O R-EX EL = 1387.20IPROTECT IN NG ' GEOTECHNICAL ENGINEER l wALI<wAVIN PLACE ONL EDGE OF `1 \.� 99 41 N 19i2242.67 4fi ti' DEMO'D AC ` \ I 38N 1972150.26 N 1172160.26 39 OVER -EX EL - 1391.50 E 64112D3.92 1 'E 6411266.70 E 691126D.D2 N 1972232.96 I ER EX EL N 197212D.32 1 - 30 _ 37 E fi411210.59 44 I 1 B7 BO o I N 19723()0.63 0' l E 6411279.76 1 - 12 12• 45 2 N 19722BB.0D E 111133.67 i _ N 1972272.27 E 6411159.fi8 ° 13g I _ FUTURE BLDG OUTLINE -1--'IE6411198.57 - - (REF ONLY) - r.7H��� _ _-- ---- L - - - - - - - - - - - - - - - - - - - -- ---- - - - �73gs� / T EX 54' RCP - - - - - - _ 1 - -- - - - ---- i �___ N 1972156.99- ---EX 54'RCP r' - l/ I N 1972166.92 ------ ------ - ------ - - - - - - - --- -___- __-- PLOTPLAN w° City as -I, Gac ORTsk u°ae.9F°DD. co T 1 F.E l-800 T�z600 1 1131 LEFT IN PLACE„B.Bl E 6911269.89 _ _ D - _ \ 7 pl` ° U I A \ ---EDGG�PAVERS E - - -- OVER -EX EL = 13BBBO - - - -- EXEDGE OCOURT E 641 229.7 - - E 641121370 NOPEDEDURING 962 411 GE OF N 1972249.61 ' fl ECTV,ATERLINES CAP ° CA RCP NEAR ° 54" RCP N DE.0 rn III \\ ---------------I ° CAUTION: EXIST - -`� CZg9 , bON� CAUTION: EXIST \ I I , CAUTION: EXIST s _ EAR \ L c0 54" RCP NEAR EXCAVATION EXCAVATION D 6 D 21 EXCAVATION Q _UE CT, 2 „ass 30 �RAILPROS �ywAFe�reRulw - ,�GN iss,iz`sa-ae<z EEe. LAIP lTI GlTLA PnA R .E D�RECT�°N °E. s nrvs [ ,[s DE �'L/ � U - ",2"23 icx Txis M ° TEMEIT. M,111-11E °ND D°TE s RE»FD. 100X SUBMITTAL SET = 1G•-D• CITY OF SANTA CLARITAll/a 023 TEE RINK SPORTS PAV N _ 20880 CENTRE POINTE PARKWAY BANTA CLARRA, CA III SUBGRADE PREPARATION PHASE 2 C-3026 N Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 TEMPORARY CONSTRUCTION FENCE b/ GP yo n IRPB 1j ,Sg 394.2 DIRT 1393.8 3g3� DS �9b h ti TEMPORARY CONSTRUCTION 1394.4y h C � yl l3gb � / ti39� tigg ti39b'�6 gN L 3g3. y39 DIRT tit 9b2 1394.4 139, 5 'ti3 3g3 1� i39ay � �� SURVEY NOTES 1. MAPPING TOPOGRAPHIC MAPPING WAS COMPILED AT A SCALE OF 1"-30, WITH A 1 FOOT CONTOUR INTERVAL FROM DATA COLLECTED IN A FIELD SURVEY PERFORMED USING CONVENTIONAL EQUIPMENT AND PROCEDURES ON OCTOBER 16, 2024, AT THE REQUEST OF THE CITY OF SANTA CLARITA. 2. BASIS OF BEARINGS AND COORDINATES THE BASIS OF BEARINGS FOR THIS SURVEY IS THE CALIFORNIA COORDINATE SYSTEM NAD83, ZONE 5, EPOCH 201 ].50 AS DETERMINED LOCALLY BY A LINE BETWEEN CONTINUOUS GLOBAL POSITIONING STATIONS (CGPS) AND/OR CONTINUOUS OPERATING REFERENCE STATIONS (CORS) VNCX & CTDM BEING NORTH 25-12-39 WEST AS DERIVED FROM GEODETIC VALUES PUBLISHED BY THE CALIFORNIA SPATIAL REFERENCE CENTER (CSRC). 3. ELEVATIONS / 9b� a, y3 1 \ 3 THE VERTICAL DATUM OF THIS SURVEY IS THE NORTH AMERICAN VERTICAL DATUM OF 1988 (NAVD88), PER GPS AND a 9 � tig9 CONVENTIONAL TIES AND GEOID MODELING (GEOIDI2B) TO LACFCD BENCHMARK NUMBER VL]0]4, BEING A LA CO DPW TAG HAVING AN ELEVATION OF 1260.45 US SURVEY FEET. 9 CONC TEMPORARY g9' y3 \\ 139a0 ti3 G`�O\\'r39p19by \ 39N� y,5gbk3gab \� lyg�1 ��c�`\�3 \S\ 9�1 13931b CONSTRUCTION FENCE (� 5 �9b'906`�� ti3 DIRT 06 b3 3 byg,50 �'9s 9b� �! 39 g9bb 9 PAVERS t 2 0 CP 3 b 6 l3 5 21 BUILDING 2�N N SCALE: 1"=30' 0 30 60 \I HEREBY CERTIFY THAT THIS SURVEY WAS PREPARED, 1 \ CP9� ga 5 ti3gb DIRT 5 / RAMP AND THE RELATED SURVEY WORK WAS PERFORMED BY gay 29b3 e A 1 39N AC ME OR UNDER MY DIRECT SUPERVISION. y ti� 9D<a 1394' bP o_ 3gb b A 159 O 93 3 R 3 1 as ti 3gap \v� 139a3�39: G 10/17/2024 ti n A29 DIRT 39a2 �3920 139/ ti 13g21y BENJAMIN P. HARDIN, PLS,8552 DATE 1392FL B 1394.7 1391 830 B DS �y3Fb R 39b'a AC PARKING LOT z `cp�9a 1 ELPB 9335 � •2 S3 TEMPORARY V Encompass Consultant Group AC CONSTRUCTION FENCE 333 N. LAIJTPNA 8T, SUITE 287, CAMARILLO, CA 93010 PHONE: 805.322.4443 VJEBSITE: INh@IV.ECGCIVILCOM / 0436.15 0436-15_grading_echibit.dwg 1" = 30' 4,CP4 GRADING EXHIBIT THE RINK SPORTS PAVILION SANTA CLARITA SPORTS COMPLEX SANTA CLARITA, CA 1 OF 1 Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 City of Santa Clarita October 25, 2024 FIELD DENSITY TEST RESULTS 2004-037-004 Pagel of 2 Test No. Date Location Fail & Retest Elevation (in feet) Field Dry Density (pcf) Field Moisture (%) Maximum Dry Density (pcf) Percent Compaction Type of Test 1 9/6/2024 See Plot Plan 1387 117.9 13.7 131 90 Nuclear 2 9/6/2024 See Plot Plan 1386.5 121.8 11.3 131 93 Nuclear 3 9/6/2024 See Plot Plan 1385.5 117.4 13.9 131 90 Nuclear 4 9/6/2024 See Plot Plan 1388 117.6 14.9 131 90 Nuclear 9F 9/24/2024 See Plot Plan Fail -Moisture 1391 122 11.2 131 93 Nuclear IOR 9/24/2024 See Plot Plan Retest #917 1391 122.6 12.9 131 94 Nuclear 11 9/24/2024 See Plot Plan 1391 124.8 13.1 131 95 Nuclear 12 9/24/2024 See Plot Plan 1392 122.2 12.6 131 93 Sand Cone 13F 9/24/2024 See Plot Plan Fail -Moisture 1392 120.1 7.9 131 92 Nuclear 14R 9/24/2024 See Plot Plan Retest #13F 1392 120.8 13 131 92 Nuclear 15 9/25/2024 See Plot Plan 1392.5 119 12.8 131 91 Nuclear 16 9/25/2024 See Plot Plan 1393 121.8 12 130.5 93 Nuclear 17 9/25/2024 See Plot Plan 1393 122.1 12.9 130.5 93 Sand Cone 18 9/25/2024 See Plot Plan 1391 126.2 12.2 130.5 97 Nuclear 19 9/25/2024 See Plot Plan 1389.5 120.5 10.3 131 92 Nuclear 20 9/25/2024 See Plot Plan 1392 119.2 9.9 131 91 Nuclear 21 9/25/2024 See Plot Plan 1375 120.6 9.8 131 92 Nuclear 22 9/25/2024 See Plot Plan 1377 120.9 8.4 131 92 Nuclear 23 9/26/2024 See Plot Plan 1392.5 118.6 12.1 130.5 91 Sand Cone 24F 9/26/2024 See Plot Plan Fail 1392 120 10.4 130.5 92 Sand Cone 25R 9/26/2024 See Plot Plan Retest #24F 1392 118.9 12.2 130.5 91 Sand Cone 26F 9/26/2024 See Plot Plan Fail 1390 116 12.5 130.5 89 Sand Cone 27R 9/26/2024 See Plot Plan Retest #26F 1390 117.6 14.1 130.5 90 Sand Cone 28 9/27/2024 See Plot Plan 1393 120.3 12.9 130.5 92 Nuclear 29 9/27/2024 See Plot Plan 1390.5 119 14.8 130.5 91 Nuclear 30 9/27/2024 See Plot Plan 1391 122.5 12 130.5 94 Nuclear 31 9/27/2024 See Plot Plan 1392.5 117.3 13 130.5 90 Sand Cone 32 9/27/2024 See Plot Plan 1393 118.9 14 130.5 91 Nuclear 33 9/27/2024 See Plot Plan 1393 117.4 14.3 130.5 90 Nuclear 34 9/30/2024 See Plot Plan 1393.5 122 12.1 130.5 94 Sand Cone 35 9/30/2024 See Plot Plan 1392 120.1 11.5 130.5 92 Sand Cone 36 9/30/2024 See Plot Plan 1392 119.9 10.2 130.5 92 Sand Cone 37 9/30/2024 See Plot Plan 1393 116.9 11.7 130.5 90 Sand Cone 38 10/1/2024 See Plot Plan 1394 117.4 12.3 130.5 90 Sand Cone 39 10/1/2024 See Plot Plan 1391 117 11.8 130.5 90 Sand Cone 40 10/1/2024 See Plot Plan 1391 120.9 13 130.5 93 Nuclear 41 10/1/2024 See Plot Plan 1393 121.1 13.1 130.5 93 Nuclear 42 10/1/2024 See Plot Plan 1387 119.6 12.6 130.5 92 Nuclear 43 10/1/2024 See Plot Plan 1390 118.9 12.9 130.5 91 Nuclear 44 10/2/2024 See Plot Plan 1393 120.6 12.9 130.5 93 Nuclear 45 10/2/2024 See Plot Plan 1388 117.3 13.3 130.5 90 Nuclear 46 10/2/2024 See Plot Plan 1390 121.2 13.1 130.5 93 Nuclear Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 City of Santa Clarita October 25, 2024 Test No. Date Location FIELD DENSITY TEST RESULTS Field Dry Density Field Moisture Fail & Retest Elevation (in feet) (pcf) (%) Maximum Dry Density (pcf) Percent Compaction 2004-037-004 Page 2 of 2 Type of Test 47 10/2/2024 See Plot Plan 1385 121.3 12.9 130.5 93 Nuclear 48 10/3/2024 See Plot Plan 1393 120.4 11.8 130.5 92 Nuclear 49 10/3/2024 See Plot Plan 1391 127.5 13.4 130.5 98 Nuclear 50 10/3/2024 See Plot Plan 1390 122.4 12.7 130.5 94 Nuclear 51 10/3/2024 See Plot Plan 1391 119.1 11.9 130.5 91 Nuclear 52 10/4/2024 See Plot Plan 1391 123.4 13.5 130.5 95 Nuclear 53F 10/4/2024 See Plot Plan Fail 1392 119.5 8.5 130.5 92 Nuclear 53R 10/4/2024 See Plot Plan Retest #53F 1392 122.1 12.8 130.5 94 Nuclear 54 10/4/2024 See Plot Plan 1392 124.4 12.8 130.5 95 Nuclear 55 10/4/2024 See Plot Plan 1394 117.5 11.7 130.5 90 Nuclear 56 10/4/2024 See Plot Plan 1393 121.1 12.6 130.5 93 Nuclear 57 10/4/2024 See Plot Plan 1390 122.2 11.7 130.5 94 Nuclear 58 10/7/2024 See Plot Plan 1392 118.3 11.8 130.5 91 Nuclear 59 10/7/2024 See Plot Plan 1394 120.1 14 130.5 92 Nuclear 60 10/7/2024 See Plot Plan 1390 122.4 13.1 130.5 94 Nuclear 61 10/10/2024 See Plot Plan 1393 119.5 12 130.5 92 Nuclear 62 10/10/2024 See Plot Plan 1393.5 125.3 11 130.5 96 Nuclear 63 10/10/2024 See Plot Plan 1393.5 123 12.9 130.5 94 Nuclear 64 10/10/2024 See Plot Plan 1394 118.8 13.7 130.5 91 Nuclear 65 10/11/2024 See Plot Plan 1392 121.6 12.1 130.5 93 Nuclear 66 10/11/2024 See Plot Plan 1394 120.9 12.3 130.5 93 Nuclear Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 CASE NO.: O� City of Santa Clarita Engineering Services Division 23920 Valencia Boulevard, Suite 300 1" Santa Clarita, CA 91355 ROUGH GRADE CERTIFICATION Tr---r -- ::N- APN 2836-018-900 L--N-- LOT 4 IN SW 1/4 OF SEC 19 T4N R15W Addr--- _- L-- -20860 CENTRE POINTE PKWY, SANTA CLARITA, CA 91350 o---r- CITY OF SANTA CLARITA---r-_� - FIELD ENGINEER --- d ---- -- r---- -CA - - - d --- --- ---- - - d -r--r- - d "A --ROVED" -- -- -A T 1 -, D -3, -- -U- d D--------d--T--- - d----- --- d - - - -- - - - -A - - -r-d----dr- --- - - -A _rr-- - ::::r-d-d r--d- _r d - --r- d d ---d r---r-d --- _r-AA -- --:d - -A E -- --r S --- -d E -D - - - - - - A--r- JD- _r L- - R- - D L--N-- LOT 4 IN SW 1/4 OF SEC 19 T4N R15W o QROFEssioNq O--r Ar--- SOUTH EAST CORNER OF LOT DESCRIBED MATTHEW J. BRITTEN ? N , C61869 R-- _- -SEE ATTACHMENT 1 EXP. 9/30/25 S _r " -� s�q c i v - D--- 10-21-2024 -_ �Y0110A01[r]101AA:7 - - ---d - -- d - - - - r---r-- -- --- ---� 1-2 -:020 -- - U - d D - -- ---- -d -- F -- - -- ---- - -- - - - - -- -- -- ---- _ - - r-- - - -A- -- -- ---r- d -- - - S-Ar- - -- ---- _r-sJ-d ---r- r---r-d -A -- --- :d -dr- - _- --- -----d--d not applicable - S-- r--_r-d- d 6/20/2023 - -- -d- --d �- d�-, r- - - -AA - --- --r -A L --N -- 4 E - S- O :N L N See Report Dated 6/20/2023 --j-- F Y-- O L N R- —r--d E-rW- :'- 7V-- L--N R--r d U Ar--- Y_ 7V-- L--N R- -r- See Report Dated 10/25/2024 E ('J'1�\,,_\',0_LE KAallo. GE 2558 D--- 10/24/2024 CNN��P\ S:APWAENGINEERP\G\FORMS\Grading\(RG(:') Rough Grade Certl1'icatlon_(04.04.2016).doc F (, M Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 ATTACHMENT 1 - REMARKS Roller rink pad area was lowered —0.5' to accommodate for unexpected over -excavation. There is one grade anomaly at the south end within the outer rink pad but is on a grade break and is in line with what appears to be a flow line toward the existing drain inlet. There are two other grade anomalies, also at the south end, but are on the perimeter of the outer rink pad. All three grade anomalies are acceptable. Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 CASE NO.: O� City of Santa Clarita Engineering Services Division 23920 Valencia Boulevard, Suite 300 1" Santa Clarita, CA 91355 ROUGH GRADE CERTIFICATION Tr---r -- ::N- APN 2836-018-900 L--N-- LOT 4 IN SW 1/4 OF SEC 19 T4N R15W Addr--- _- L-- -20860 CENTRE POINTE PKWY, SANTA CLARITA, CA 91350 o---r- CITY OF SANTA CLARITA---r-_� - FIELD ENGINEER --- d ---- -- r---- -CA - - - d --- --- ---- - - d -r--r- - d "A --ROVED" -- -- -A T 1 -, D -3, -- -U- d D--------d--T--- - d----- --- d - - - -- - - - -A - - -r-d----dr- --- - - -A —rr-- - —r-d-d r--d- _r d - --r- d d ---d r---r-d --- _r-AA -- --:d - -A E -- --r S --- -d E -D - - - - - - A--r- JD- _r L- - R- - D L--N-- LOT 4 IN SW 1/4 OF SEC 19 T4N R15W o QROFEssioNq O--r Ar--- SOUTH EAST CORNER OF LOT DESCRIBED MATTHEW J. BRITTEN ? N , C61869 R-- _- -SEE ATTACHMENT 1 EXP. 9/30/25 S _r " -� s�q c i v - D--- 10-21-2024 -_ �Y0110A01[r]101AA:7 - - ---d - -- d - - - - r---r-- -- --- ---� 1-2 -:020 -- - U - d D - -- ---- -d -- F -- - -- ---- - -- - - - - -- -- -- ---- _ - - r-- - - -A- -- -- ---r- d -- - - S-Ar- - -- ---- _r-sJ-d ---r- r---r-d -A -- --- :d -dr- - _- --- -- - --d-A not applicable - S-- r---r-d d 6/20/2024 _r - -- -d- -A _r- d_r-, r- - - -AA - --- --r -A L --N -- 4 E --- S- O :N L--N-- See 6/20/2024 Report --:I-- F Y O L--N-- R- —r--d E-rW- :'- 1V-- L--N-- R --r d U Ar --- Y -- 7V -- L --N -- R _ Formal Report of Observation and Testing Forthcoming E RASp��F� s --� -� �'✓ %�� , No. GE 2558 D--- 10/24/2024 P�9 cF0 ECHN��Q�,��Q S:APWAENGINEERP\G\FORMS\Grading\(RG(:') Rough Grade Certl1'icatlon_(04.04.2016).doc UF (I p\ Docusign Envelope ID: 753D7D44-1CAE-4E41-BC00-655AE379EFE5 ATTACHMENT 1 - REMARKS Roller rink pad area was lowered —0.5' to accommodate for unexpected over -excavation. There is one grade anomaly at the south end within the outer rink pad but is on a grade break and is in line with what appears to be a flow line toward the existing drain inlet. There are two other grade anomalies, also at the south end, but are on the perimeter of the outer rink pad. All three grade anomalies are acceptable. DocuSign Certificate Of Completion Envelope Id: 753D7D441 CAE4E41 BC00655AE379EFE5 Subject: Please DocuSign: The Rink Sports Pavilion, Phase II - Construction, P3034 Addendum No. 4 Source Envelope: Document Pages: 78 Signatures: 2 Certificate Pages: 2 Initials: 6 AutoNav: Enabled Envelopeld Stamping: Enabled Time Zone: (UTC-08:00) Pacific Time (US & Canada) Record Tracking Status: Original 11/7/2024 1:08:07 PM Signer Events Araz Valijan avalijan@santa-clarita.com Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign Jackie Lillio Jlillio@santa-clarita.com Security Level: Email, Account Authentication (Optional), Login with SSO Electronic Record and Signature Disclosure: Not Offered via DocuSign Shannon Pickett spickett@santa-clarita.com Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign Damon Letz dletz@santa-clarita.com Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign In Person Signer Events Holder: ANDREA HERNANDEZ ahernandez@santa-clarita.com Signature Initial au Signature Adoption: Pre -selected Style Using IPAddress: 216.152.79.2 Iniral X Signature Adoption: Pre -selected Style Using IPAddress: 108.185.231.56 Signed using mobile �nira� SP Signature Adoption: Pre -selected Style Using IPAddress: 216.152.79.2 g12signld by: AOIC6789OD43C... Signature Adoption: Drawn on Device Using IPAddress: 216.152.79.2 Signature Status: Completed Envelope Originator: ANDREA HERNANDEZ 23920 Valencia Boulevard City of Santa Clarita, CA 91355 ahernandez@santa-clarita.com IP Address: 216.152.79.2 Location: DocuSign Timestamp Sent: 11/7/2024 1:20:26 PM Viewed: 11 /7/2024 2:25:24 PM Signed: 11/7/2024 3:48:15 PM Sent: 11/7/2024 3:48:23 PM Viewed: 11 /7/2024 5:12:25 PM Signed: 11/7/2024 5:13:01 PM Sent: 11/7/2024 5:13:08 PM Viewed: 11 /7/2024 5:39:11 PM Signed: 11/7/2024 5:39:20 PM Sent: 11/7/2024 5:39:27 PM Viewed: 11 /8/2024 9:45:57 AM Signed: 11/8/2024 9:46:10 AM Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp ANDREA HERNANDEZ� Sent: 11/8/2024 9:46:17 AM ahernandez@santa-clarita.com ED CITY OF SANTA CLARITA Security Level: Email, Account Authentication (Optional) Electronic Record and Signature Disclosure: Not Offered via DocuSign Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 11/7/2024 1:20:26 PM Certified Delivered Security Checked 11/8/2024 9:45:57 AM Signing Complete Security Checked 11/8/2024 9:46:10 AM Completed Security Checked 11/8/2024 9:46:17 AM Payment Events Status Timestamps 0 �7T Addendum No. 5 BID # CIP-24-25-P3034A The Rink Sports Pavilion, Phase II - Construction City of Santa Clarita, California Addendum No. 5 November 8, 2024 This addendum must be acknowledged via BidNet and should be included with the bid response. The purpose of this addendum is to address the following for this bid: I. UPDATE TO BID DOCUMENTS LIST FOR BID SUBMISSION PROCESS In addition to the documents listed on the Bid Documents List, please also submit Document 00 45 13A with bid documentation. II. UPDATE TO DOCUMENT 00 7316 SUPPLEMENTARY CONDITIONS Please see update below to Document 00 7316 regarding removal of the All -Risk Course of Construction Insurance requirement. F_ E M-07M - - - L A-� - - 17.01 Certificates of insurance and endorsements shall have clearly typed thereon City of Santa Clarita Contract Number and title of Contract Documents. Written notice of cancellation, non -renewal, or reduction in coverage of any policy shall be mailed to Owner (Attention: City of Santa Clarita Risk Manager / Purchasing Agent) at the address listed in Document 00 5200 (Agreement), 60 Days in advance of the effective date of the cancellation, non -renewal, or reduction in coverage. Written notice of cancellation for non-payment shall be mailed within 10 Days of cancellation. Contractor shall maintain all insurance in full force and effect during entire period of performance of Contract Documents, including warranty and guarantee periods. However, Contractor shall maintain General Liability Insurance throughout the entire Extended Term specified Paragraph 17.01 above. At time of making application for extension of time, and during all periods exceeding the Contract Time resulting from any cause, Contractor shall submit evidence that insurance policies will be in effect during requested additional period of time. Upon Owner's request, Contractor shall submit to Owner, within 30 Days, copies of the actual insurance policies or renewals or replacements. 'II11I:KyI2MAMUM *18-X;0 ,P END OF ADDENDUM Addendum No. 5 November 8, 2024 This addendum must be acknowledged via BidNet and should be included with the response. Contrae or's Represe ti Albert M. Giaco ax ' r dent AMG & Associates, Inc. Company Name BID # CIP-24-25-P3034A 11/11/24 Date Anthony R. Traverso - Vice President/ Secretary/ Treasurer REV. 0 DOCUMENT 00 43 13 BOND ACCOMPANYING BID KNOW ALL BY THESE PRESENTS: That the undersigned AMG & Associates, Inc. (Name of Contractor) as Principal and the undersigned as Surety are held and firmly bound unto Owner, CITY OF SANTA CLARITA, a political subdivision of the State of California, as obligee, in the penal sum of (Dollar Amount In Words) TEN PERCENT THE AMOUNT BID IN DOLLARS Dollars C$ 10% ) lawful money of the United States of America being at least ten percent (10%) of the aggregate amount of said Principal's base Bid, for the payment of which, will and truly to be made, we bind ourselves, our successors, executors, administrators, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal is submitting a Bid for Project Bid Number CIP-24-25-P3034A for construction of The Rink Sports Pavilion, Phase 11 - Construction Project located at 20860 Centre Pointe Parkway, Santa Clarita, California 91350. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Bid submitted by the said Principal be accepted and the Contract be awarded to said Principal and said Principal shall within the required periods enter into the Contract so awarded and provide the required Construction Performance Bond, Construction Labor and Material Payment Bond, insurance certificates, Guaranty, and all other endorsements, forms, and documents required under Document 00 21 13 (Instructions to Bidders), then this obligation shall be void, otherwise to remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument this 31st day of October . 2024 . (Month) AMG sociates, Inc. (Corporate Seal) By / Prii Gipal Al ayykAZ.'X:\ Yes -+- By Travelers Casualty and Surety Company of America Surety (Corporate Seal) By Attorney in Fact tYISMITH END OF DOCUMENT PROJECT SPECIFICATIONS for BIDDING 07/11/2024 THE RINK SPORTS PAVILION PROJECT BOND ACCOMPANYING BID CITY OF SANTA CLARITA P-3034A 0043 13-1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of _,-_Los Angeles.__.____.____. ) On - October 31, 2024 before me, Date personally appeared _ Mary Smith Albert Febr"-Cordero, Notary ublic Here Insert Name and Title of the Officer Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(g) whose name(M is/9'&4c subscribed to the within instrument and acknowledged to me that M/she/MW executed the same in ]qWher/**I:r authorized capacity , and that by M/her/#ft signature(6) on the instrument the person(g), or the entity upon behalf of which the person(s) acted, executed the instrument. ALBERT FEBRES•CORDER0 ISO � �i «�� ��� °i� ✓�irrtrart i tiltErr. Cal;icr,.,j� _ S t L1;S AN E_'t F S CLiki'(Y G tsi My COr1 Mission Lxprcls i OCTOBi=B 5, 2028 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature, _._ Signature of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Docum ate:. ,-.. Number of Pages: Signer(s) Other Than Named F>+br_��«:-` Capacity(ies) Claimed by Signer(s) ' Signer's Name: _-_ _ _ _ Signer's Name: _ ❑ Corporate Officer — Title(s): I I Corporate Officer — Title(s): Ll Partner — ❑ Limited ❑ Gen LI Partner — 1.1 Limited CI General ❑ Individual l_1 Attor Fact I__I Individual l: I Attorney in Fact ❑ Trustee I ardian or Conservator LI Trustee I : I Guardian or Conservator ❑ Other:D Other: Signor `FHBpresenting: _ Signer Is Representing: 020114 National Notary Association - www.NationalNotary.org - 1-800-US NOTARY (1-800-876-6827) Item #5907 Travelers Casualty and Surety Company of America T�'AV�iLERS.�• Travelers Casualty and Surety Company 1/ G St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Mary Smith of PASADENA , California , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. �rNM �Y� r�*�s+AHEe am r1'0R�i � A State of Connecticut By: City of Hartford ss. Robert L. Rana; enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. 0PUU10. My Commission expires the 30th day of June, 2026 Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 31st day of October 1 2024 1 w° �� a*stir roe s C a +w CONK � f8 Gam' Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power of Attorney, please call as at 1-800-421-3880. Please refer to the above -named AIto::vey(s)-ir;-Fact and the details of the bond to which this Power ofAttorney is attached. No. 6516 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Amended Certificate of Authority THIS IS TO CERTIFY, That, pursuant to the Insurance Code of rha State of Califoririca, Travelers Casualty and Surety company of America ofIhn- ord, C'annecticiat, organized wider the laws of Connecticut, subject to its Articles ofinewporminn or onc�:r firnttrrn+erurrl o ganizaiional dormnents, is herehv authorized to transact withirn this State, subject to all tarovisions of this Certificate, the follotivfng classes of insurance: Fire, Marine, Surety, Disability, Plate Class, Liability, Workers' Compensation, Common Carrier Liability, Boiler and Machinery, Burglary, Credit, :Sprinkler, Team and Vehicle, Automobile, Aircraft, and Miscellaneous as such classes are ruoiv or nrciv hereafter be defined in the Insurance Laws of the Stare ofCalifa•iria. THIS CHWHFICATC is et°pressly conditioned upon the holder hereof now and heretfter being in f ell cornpliarnce ,virh till, and not in violation of any, of the applicable lows and la1•ufid requirements made under aathority of the letws of the Sate of Cali forma its long as such laws or requirej-pients are to effect and uppliccehle, and as such laws tuna! requirements now are, or may hereafter be chmiged or amended. IN WITNESS WHEREOF, gffecrive as of the 1st day of July, 1997, 1 have hereunto .set my hand and roused mip gfrialsealobeaffxed this Itch darycfJune, 1997, Fee S0 2 00 Rec. No. Chuck Quackenbush {nsurancc Commissioner Filed 5%28/97 BY Victoria S Sidlniry I)apdf �• Certification than 1 hrne !rr , t'.la.rf;rl!n ,rla il,,!rlry lu'. :,i',,, r arrirl.acrr+ .Sla lilt nr na,' ajrjce. anal .-. ..� .f:. , ',r,•�. ;rn�. e+rr: r:ur7-�.�,':1 rTrr,rS.^,'!!r! :J,,v•r_•nj, rrxf :lr,z irhnlL' r)t saaall ,hetrlk�rree, aloe! stlnal ( CUee' ff : �' i1` •1:i r$ 1101V ilr,teall fOP-C£' illlfl :'I;d'C!. IN W'1'1 N SS WHEREOF, I have hereunto set n!y hand card cuiesed my ojJicial seed ti° to be affixed this 31st daofDecember•, 2007. Sieve Poianer Grim-artc'e Commissioner ptudine D'.•Itidretr ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On November 11, 2024 before me, David Silva, Notary Public (insert name and title of the officer) personally appeared Albert M. Giacomazzi and Akbar Massoud who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. DA WITNESS my hand and official seal. 6rl gntary Pubiir. ::: irarnla f`'- mA. ! .s Angeles County y Commissiorn # 23"953 my Comm). Expires Jan 16, 7026 Signature (Seal) Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 REV. 01 DOCUMENT 00 4519 NON -COLLUSION DECLARATION PUBLIC. CONTRACT CODE SECTION 7106 NON -COLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID The undersigned declares: I am the President bid. of AMG & Associates, Ind. the party making the foregoing 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 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 under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 11/8/24 [date], at Santa Clarita [city], CA [state]. BIDDER'S SIGNATURE: NAME/TITLE OF SIGNATORY: Albert M. Giacomazzi esident LEGAL NAME OF BIDDER: AMG & Associates, Inc. An ony R. raverso - Vice President/ Secretary/ Treasurer END OF DOCUMENT P ROJECT SPECIFICATIONS for BIDDING (Adden.dunn 3) °57404410/25/2024 A If.; RINK SPORTS PAVILIC)N PROJECT NON-COLLUTION DECLARATION CITY OF SANTA CLARITA P-3034A 0045 19-1 If'11! P 3014A Rev. 0 February 2024 DOCUMENT 00 45 48 IN -USE OFF -ROAD DIESEL -FUELED FLEETS CERTIFICATION TO BE EXECUTED BY ALL BIDDERS AND SUBMITTED WITH BID The undersigned Bidder certifies to Owner as set forth in sections 1 through 2, below. I. Certification of Compliance. I hereby certify that I and all of my Subcontractors will conform to the California Air Resource Board (CARB) In -Use Off -Road Diesel -Fueled Fleets requirements for all work involving the use of vehicles subject to the regulations, including, without limitation, as applicable, the Contracting Requirements in Title 13 CCR section 2449, subdivision (i), subparts (1) — (4), and the Prime Contractor Requirements in Title 13 CCR section 2449, subdivision 0), subparts (1) — (5). 2. Instructions. Check one (1) box below. lig Bidder's current CARB issued Certificate of Reported Compliance accompanies this Certification. (If this box is checked, the Certificate must be provided.) ❑ Bidder certifies that its work on the Project (including work of its Subcontractors) does not involve the use of vehicles subject to the CARB In -Use Off -Road Diesel -Fueled Fleets requirements. BIDDER: AMG & Associates, Inc. (Name of Bidder) Date: 11/8/24 , 2024 By:x��4� �ture) Name: Albert M. Giacomazzi (Print Name) Its: President (Title) END OF DOCUMENT Anthony R. Traverse - Vice President/ Secretary/ Treasurer PROJECT SPECIFICATIONS for BIDDING 07/11/2024 THE RINK SPORTS PAVILION PROJECT CARB WOR Fleet Certification CITY OF SANTA CLARITA P-3034A 00 45 48-1 Air Resc -,T"10 0 a California Ai. section 244,21 reported am certificate is Jad Chief, Mobile Sj California Air RIM A0 t tlk:. a F4S Boa rid 0 IlL NK *I LVA I =.j 0 Vt Docusign Envelope ID: 1AB85B74-93EB-43CE-A870-5FCD00943784 Rev. DOCUMENT 00 45 13 STATEMENT OF QUALIFICATIONS FOR CONSTRUCTION WORK ARTICLE I — GENERAL INFORMATION 1.01 Minimum Bidder Qualifications. A. Bidders must be duly licensed, pursuant to the license requirements in Document 00 11 16, Article 1.03, and in accordance with the California Business & Professions Code Sections 7006, et seq., and have a history of work performance sufficient to meet the requirements of a responsible bidder in the Public Contract Code Section 1103. B. Bidders must have Five (5) years' experience as a continuously operating entity engaged in the performance of similar work. C. Bidders must demonstrate successful experience with type of work of this Project, to include, within the past five (5) years, completed three (3) projects of a similar nature and complexity with a minimum contract dollar amount of $15,500,000.00 D. Experience shall include but not be limited to the following specialized types of construction. a Concrete Block and Structural Steel Primary Structure b Power Lift Basketball Backboards c Wood Floor for Sport Activities d Show Lighting e Disk Jockey Booth and Sound System f Full Service Kitchen q Landscape h Utilities f-- Mechanical, Flectrical and Plumbing i 1.02 Measurement. A. Bidder's compliance with the minimum qualification requirements will be measured by Bidder's experience as an operating entity and also by the experience of the supervisory personnel who will have responsible charge of the various major components of the Work. B. If Bidder subcontracts portions of the Work, Owner, in its determination of whether the minimum qualification requirements have been met, may consider the qualifications of the Subcontractor's supervisory personnel. C. The qualifications of the Key Personnel, as stated in Attachment A (00 45_13A) , are to be submitted with the Statement of Qualifications (SOQ), by providing the information described in this Document 00 45 13. PROJECT SPECIFICATIONS for BIDDING (Addenduir 3' - i 0714254-%12024 i THE RINK SPORTS PAVILLION PROJECT STATEMENT OF QUALIFICATIONS FOR CONSTRUCION WORK CITY OF SANTA CLARITA P-3034A 0045 13-1 Rev. 0 L Financial Strength. Sufficient financial strength, stability and resources as measured by Bidder's equity, debt -to -assets ratio, and capability to finance the Work to be performed. 2. Building Capacity. Ability to secure, in accordance with the Contract documents, the required forms of Construction Performance Bond and Construction Labor and Material Payment Bond. Ability to obtain required insurance with coverage values that meet minimum requirements. 3. Public Project Experience. Evidence that Bidder and its team, have the human and physical resources of sufficient quantity and quality to perform the Work under Contract documents in a timely and Specification -compliant manner, to include: a. Construction and management organizations with sufficient personnel and - requisite disciplines, licenses, skills, experience, and equipment for the Project. b. Minimum licensing requirements including evidence of a valid California contractor's license for the Bidder and evidence of requisite licenses for Key Personnel of Bidder. C. Sufficiency of proposed quality assurance plan to meet the requirements of the Contract documents. d. Bidder's safety record. e. Bidder's Interstate Experience Modification Rate. f. Minimum experience requirements of the prime contractor including the completion of 3 projects of similar nature and complexity involving with contract dollar amounts of at least [$15,500,000.00] each, within the past 5 years. g. A field organization with skills, experience, and equipment sufficient to perform all onsite work, necessary scheduling and proficient use of the PROCORE Project Management Program. h. Expertise of Key Personnel to accomplish the duties and responsibilities required to perform the Work under Contract documents. Minimum experience requirements of Key Personnel including the completion of three projects of similar nature and complexity and having two years of experience on projects of similar nature and complexity. B. Liquidated Damages. Bidder and Owner agree that the Key Personnel listed in Bidder's Statement of Qualifications (this Document ) are a material factor in Owner's assessment of Bidder's experience and the adequacy of Bidder's supervisory personnel. Accordingly, Bidder and Owner agree that, if awarded the Contract, Bidder shall not remove, reassign or make changes to any of the Key Personnel listed in this Document 00 4513 without Owner's prior written approval. In the event that any Key Personnel leaves the Project, is reassigned and/or is removed and replaced by Bidder before Project Final Completion, for any reason whatsoever, Bidder agrees to pay Owner liquidated damages as set forth in the Agreement (Document ), unless Bidder can demonstrate to Owner's satisfaction that the Key Personnel were reassigned and/or removed and replaced for reasons beyond Bidder's control. C. Minimum Subcontractor experience. The nature of this Project requires prior similar experience of the Designated Subcontractor(s) identified in Paragraph 2.02 A and the Key Personnel PROJECT SPECIFICATIONS for BIDDING 07/11/2024 THE RINK SPORTS PAVILLION PROJECT STATEMENT OF QUALIFICATIONS FOR CONSTRUCION WORK CITY OF SANTA CLARITA P-3034A -2 Rev. 0 assigned. Bidder shall expressly indicate which, if any, of the foregoing Designated Subcontractor(s) functions it will perform itself. ARTICLE 2 — REQUIRED CONTENTS OF SOQ SUBMISSION 2.01 Transmittal Letter. A. The Transmittal Letter shall name the proposed prime contractor, its legal structure (i.e., corporation, partnership, limited partnership, joint venture). If a joint venture or partnership is proposed, Bidder shall identify partner and/or member of the joint venture and their roles and responsibilities. 2.02 Submittals. A. Transmittal Letter, Submittals, and Statement of Oualifcations Questionnaire. Bidder shall include the information as described in the Statement of Qualifications for Construction Work and the Attachment A Questionnaire (Documents and ). B. Resumes of Proposed Key Personnel. Bidder shall provide a resume for each named Key Personnel of Bidder to include as necessary: Years of experience; Education - degrees, schools and years obtained; Professional Registrations; Fluency in English (Yes/No); At least two client references, including contact names, addresses and telephone numbers, and description of projects of a similar nature worked on in the past five years. C. Audited or Revicwed Financial Statements. Include audited or reviewed financial statements for the three most recently completed fiscal years for Bidder and each member of any proposed consorting or joint venture. Also include audited or reviewed financial statements for the three most recently completed fiscal years for any parent companies of Bidder and each member of any proposed consortium or joint venture. D. Surety Letter re: Capabili1y to Provide Required PeIrf onnance and Payment Bonds. Bidder shall include a letter from a surety duly licensed to do business in the State of California, having a financial rating from A.M. Best Company of [A-, VIII] or better, that the surety has agreed to provide Bidder with the required performance and payment bonds in accordance with the requirements set forth in Documents (Construction Performance Bond) and 00 61 13.16 (Construction Labor and Material Payment Bond), each in the penal sum of the Contractor's bid when submitted. Owner shall have the right to verify with the surety that the surety, based upon the Bid prices, will issue the required bonds under the conditions stated. E. Insurer L"etter re_: Capability to Provide the Required Insurance. Bidder shall provide a letter from an insurance underwriter, having a financial rating reasonably acceptable to Owner, confirming that the insurer will provide Bidder the required coverages and amounts specified in the Contract Documents. PROJECT SPECIFICATIONS for BIDDING THE RINK SPORTS PAVILLION PROJECT CONSTRUCION WORK CITY OF SANTA CLARITA P-3034A 07/11/2024 STATEMENT OF QUALIFICATIONS FOR -3 Rev. 0 F. Description of Human and Physical Resources. Bidder shall identify, describe, and quantify for itself, the following technical information for the construction work: Description and location of manufacturing facilities, naming products and quantifying production capacity and current demand; Description of field organization(s), naming skills and equipment; Description of safety program quality control procedures, and safety experience. G. License: Evidence of a valid contractor's license and required licenses of all licensees of persons who are Key Personnel necessary to perform the Work. H. I iti+,ation I Ii,;lory. Description of litigation history for the past three years including names of involved parties, nature of dispute, and disposition. 2.03 Format. A. The SOQ shall be clear and concise to enable management -oriented personnel to make a thorough evaluation and arrive at a sound determination as to whether the SOQ meet Owner's requirement. To this end, the SOQ should be so specific, detailed and complete as to demonstrate clearly and fully that the Bidder has a thorough understanding of and has demonstrated knowledge of the requirements to perform the Work (or applicable portion thereof). B. Any explanation requested by a Bidder regarding the meaning or interpretation of this Document 00 4 513 must be requested in writing and with sufficient time allowed for a reply to reach Bidder before the submission of its SOQ. Oral explanations or instructions will not be Questions must be submitted through BidNet by October 24, 2024 by 2:00 PM. (For "STATEMENT OF QUALIFICATION QUESTIONNAIRE" see Document ) PROJECT SPECIFICATIONS for BIDDING THE RINK SPORTS PAVILLION PROJECT CONSTRUCION WORK CITY OF SANTA CLARITA P-3034A 07/11/2024 STATEMENT OF QUALIFICATIONS FOR -4 A November 7, 2024 City of Santa Clarita Attn: Jaclyn Abston 23920 Valencia Blvd. Santa Clarita, CA 91355 RE: Statement of Qualifications The Rink Sports Pavilion Phase 2 Dear Jaclyn, AMG & Associates, Inc. (AMG) is proud to present our team to support the City of Santa Clarita (City) in the construction of the Rink Sports Pavilion Phase 2 Project. AMG has reviewed the provided project documents and has a clear understanding of the project requirements. AMG is uniquely qualified to build this project and would love to work on another project in our backyard. With almost 20 years of experience delivering quality projects for a wide variety of clients all over California, we are prepared to deliver an exceptional project outcome for the City. With an understanding of the project goals, our focus will be to work closely with the design team and City team to maintain the vision of an innovative, high -quality facility is achieved on time and within budget. The city will benefit from many important aspects of the AMG team, including: A diverse project team that has successfully completed projects Our key subcontractor relationships that will translate into competitive pricing Our great Safety record. Safety is our top priority! We look forward to this exciting opportunity to provide the City with the completion of the Rink Sports Pavilion Phase 2 Project. Please contact Business Development Administrator Bari Heiden (bheiden@amgassociatesinc.com or 661-251-7401) if you have any questions regarding our statement of qualifications. Sinc ly, Al ert M. G' co President 26535 SUMMIT CIRCLE CLSB Lic No. 881324 T: 661.25 1.7401 SANTA CLARITA, CA 91350 WWW.AMOASSOCIATESINC.COM F: 661.251.7405 A REV. 0 DOCUMENT 00 45 13A Statement of Qualification Questionnaire (Attachment A) Bidders shall complete the entire Statement of Qualification Questionnaire and submit it in accordance with Document (Instructions to Bidders) and Document (Statement of Qualifications). Failure to complete the questionnaire or inclusion of any false statement(s) shall be ground for immediate disqualification. CONTACT INFORMATION Company Name AMG & Associates, Inc. Owner of Company: _ Allxert M. Giacomazzi - President Contact Person: Bari Heiden - Business Development,/ Cantragts Administrator Address: 26535 Summit Circle Santa Clarita, CA 91350 Phone: (6611 251-7401 Fax: (661) 251-7405 Email: estimating@amgassociatesinc.com PART A: GENERAL INFORMATION 1. Does Bidder possess a valid and current California Contractor's `B" license for the work proposed? Yes %/ No See attached CSLB 2. Does Bidder have the minimum liability insurance coverage required in Document Insurance and Indemnification? Yes&/ No See attached Certificate of Insurance 3. Has Bidder's License been revoked at any time in the last five years? Yes_ Now 4. Has Bidder been "default terminated" by an Owner (other than for convenience), or has a Surety completed a contract for Bidder within the last five years? Yes_ No ✓ 5. Has Bidder been convicted more than twice for failure to pay prevailing wages in the last three years? Yes No ✓ PROJECT SPECIFICATIONS for BIDDING 07/11/2024 THE RINK SPORTS PAVILION PROJECT STATEMENT OF QUALIFICATIONS CITY OF SANTA CLARITA P-3034A 00 45 13A-5 A REV. 0 6. Has Bidder attached copies of its reviewed or audited financial statements and accompanying notes for the last three years? Yes_ No_ Please see attached at the end of this packet. 7. Are Bidder and all listed subcontractors registered and qualified with the Department of Industrial Relations pursuant to Labor Code Section 1725.5? Yes ✓ No See attached Proof of DIR Bidder may be disqualified if any answer to questions 1, 2, 6, or 7 is No. Bidder may be disqualified if any answer to questions 3, 4, or 5 is Yes. PART B: SAFETY, PREVAILING WAGE, LICENSE PROVISIONS, DISPUTES AND BONDS (SAFETY) 1. Has Cal/OHSA, Federal OSHA, the EPA or any Air Quality Management Agency cited Bidder in the past five years? Yes_ No ✓ If yes, attach description of each citation. 2. How often does Bidder require documented safety meetings be held for: Field Supervisor Weekly V Bi-Weekly Monthly Less Than Monthly Employees Weekly V Bi-Weekly Monthly Less Than Monthly New Hires Weekly y Bi-Weekly Monthly Less Than Monthly Subcontractors Weekly ✓ Bi-Weekly Monthly Less Than Monthly 3. How often does Bidder conduct documented safety inspections? Weekly ✓ Quarterly Semi-annually Annually Other 4. Does Bidder have home office safety representatives who visit/audit the job site? Weekly ✓ Quarterly Semi-annually Annually No 5. What is Bidder's Interstate Experience Modification Rate (EMR)? 0.79 . (A rating in excess of 1.00 may constitute grounds for disqualification as non -responsible). See attached EMR (PREVAILING WAGE PROVISIONS) 6. Has Bidder been fined, penalized or otherwise found to have violated any prevailing wage or labor code provision? Yes No ✓ If yes, attach description of each occurrence. (LICENSE_ PROVISIONS) PROJECT SPECIFICATIONS for BIDDING 07/11/2024 THE RINK SPORTS PAVILION PROJECT STATEMENT OF QUALIFICATIONS CITY OF SANTA CLARITA P-3034A -6 REV.0 A 7. Has Bidder changed names or license numbers in the past 5 years? If so, please state reason for change. Yes No V Reason: (DISPUTES) In the past five years, has Bidder on any project that Bidder performed construction services made any written claim against any owner for additional compensation or additional time, that the owner disputed, exceeding on a per project basis an aggregate amount of $100,000 or 10% of the original contract sum? If yes, attach description of each instance including details of total claim(s) amount, resolution description including amount, and Owner's name and phone number. Yes ✓ No see attached claim In the past five years, has any owner on any project that Bidder performed construction services asserted any written claim against Bidder for delay, defective work, warranty work, backcharges and/or offsets, that the Bidder disputed, exceeding on a per project basis, an aggregate amount of $100,000 or 10% of the original contract sum? If yes, attach description of each instance including details of total claim(s) amount, resolution description including amount, and Owner's name and phone number. Yes No ✓ (BONDING) 10. Bonding Capacity — Provide documentation from Bidder's surety identifying the following: See attached letter of bondability Name of bonding company/surety: Travelers Casualty & Surety Company of America Name of Surety Agent: IMA. Inc I Don Chambers Surety Agent address 751 Daily Dr., Suite 230 Camari Surety Agent phone number: (805) 388-7130 Is surety a California -admitted surety? Yes ✓ No CA 93010 Is surety listed in the current edition of the California Department of the Treasury's Listing of approved sureties? Yes V No List surety's A.M. Best Rating: A++ PROJECT SPECIFICATIONS for BIDDING 07/11/2024 THE RINK SPORTS PAVILION PROJECT STATEMENT OF QUALIFICATIONS CITY OF SANTA CLARITA P-3034A -7 REV.0 A What is Bidder's total bonding capacity? $80,000,000 per project and $200,000,000 total aggregate What percent does Bidder pay for bonds? 0.5% PART C: EXPERIENCE OF PRIME CONTRACTOR The nature of this Project requires prior similar experience for the firm and the Key Personnel assigned. Summarize similar project experience below and provide the detailed project information requested: Prime Contractor List Three (3) projects of similar size and scope to the Work of the Contract, completed in the past Five (5) years, and indicate who were the superintendent, project manager and scheduler. NOTE: This listing will be used to assess compliance with the stated minimum qualifications in Paragraph 1.01. Project Construction Year Name of Project Name of Nameof Name Cost ($) Completed Superintendent Manager Project Scheduler 2020 Grant Crandall Poppy Crandall illiam $43,012,283 Craig ibbon Shallanberger ew Ground- p Elementary School a Habra High chool New $26,343,272 2019 Grant Crandall Ton Y Scott Wunno erforming Traverso %rts Center nd Stadium odernizatio 2024 andmark andm Senior $19,533,044 Rudy Torres Tony Traverso Chandra enter and Sutton ransit Center PROJECT SPECIFICATIONS for BIDDING 07/11/2024 THE RINK SPORTS PAVILION PROJECT STATEMENT OF QUALIFICATIONS CITY OF SANTA CLARITA P-3034A -g REV.0 A ine ree c o 13,172,038 2023 Ricardo Tony Traverso Chandra ew Cla, sroo Plascencia Sutton �Wg and Admi Bldg Key Personnel List Key Personnel that will be assigned to Work on the Project and their experience/training with the projects listed above: Project Manager: Tony Traverso Project Superintendent: Project Scheduler: Recent Projects Ricardo Plascencia Chandra Sutton Provide information about Three (3) of its most currently completed projects. Names and references must be current and verifiable. This listing will be used to assess compliance with the stated minimum qualifications in Paragraphs 1.01. If a separate sheet is used, it must contain all of the following information: 1. Project Name: Wiliam "Bill" Libbon Elementary School Location: Santa Maria. CA Owner: Santa Maria -Bonita School District Owner Contact (name and phone): Matt Beecher, Asst Superintendent Business Services (805) 361-8130 Architect/Engineer: DLR Grou Mike Frey, Sr., Associate Architect Architect/Engineer Contact (name and phone number): (213} 373-7214 Const. Mgr. or Project Mgr. (name and phone number): _N[A New construction of an 88,000 sf elementary school Description of Project, Scope of Work Performed: with 3 large steel framed buildings; an administration building, a 2-story classroom building with a large library, and an MPR, with a stage, wood floor, lighting, basketball boards, and a full service kitchen. Total Construction Cost: $43,012,283 Total Change Order Amount: $2,292,283 - owner added change orders and extra playground with equipment PROJECT SPECIFICATIONS for BIDDING 07/11/2024 THE RINK SPORTS PAVILION PROJECT STATEMENT OF QUALIFICATIONS CITY OF SANTA CLARITA P-3034A -9 REV.0 A Did Change Orders exceed 10% of original contract sum? separate sheet. Original Scheduled Date of Completion 8/3/2020 Time Extensions Granted (number of Days): 0 Actual Date of Completion: 8/3/2020 No If yes, please explain on Number of Stop Notices filed by Subcontractors or Suppliers: 0 2. Project Name: La Habra High School New Theater & Stadium. Modernization Location: La Habra, CA Owner: Fullerton Joint Union Hieh School District Owner Contact (name and phone): Troy Shandy, Constructions Project Manager (714) 626-4381 Architect/Engineer: Ruhnau Ruhnau Clarke Architect/Engineer Contact (name and phone number): Roger Clark (PIC) (951) 684-4664 Const. Mgr. Or Project Mgr. (name and phone number): N/A New 29,321 sf steel framed performing arts center with Description of Project, Scope of Work Performed:600 seat theater. Included full control room and wood stage floors, lobby, concessions stand, makeup room, scene shop and loading dock. Also modernized the football stadium with new track & field, concession bldg, press box, and stadium lighting. Total Construction Cost: 26 343,272 Total Change Order Amount: This project was under budget $50,728 Did Change Orders exceed 10% of original contract sum? No If yes, please explain on separate sheet. Original Scheduled Date of Completion: 7/20/19 Time Extensions Granted (number of Days): 74 days for added theatrical lighting installation the district was able to purchase because of money we saved. Actual Date of Completion: 10/2/19 PROJECT SPECIFICATIONS for BIDDING 07/11/2024 THE RINK SPORTS PAVILION PROJECT STATEMENT OF QUALIFICATIONS CITY OF SANTA CLARITA P-3034A -10 REV.0 A Number of Stop Notices filed by Subcontractors or Suppliers 3. Project Name: 0 Landmark Square Senior Center and Transit Center Location: Clovis, CA Owner: Citv of Clovis Owner Contact (name and phone): Travis Saether, Construction Manager (559) 324-2313 Architect/Engineer: Paul Halajian Architects Architect/Engineer Contact (name and phone number): Bart Treis, Senior Architect (559) 297-7900 Kitchell CEM Const. Mgr. Or Project Mgr. (name and phone number): Raj 5_ Brar 559-263-9660 New 35,000 sf senior activity center with a large Description of Project, Scope of Work Performed: multi -use room with platform, full -service kitchen, classroom spaces, fitness rooms, admin offices. It also included a new 11,000 sf transit center with large waiting room, restrooms, shade structures, and office areas. Total Construction Cost: $19,533,044 Total Change Order Amount: $2,882,744 Did Change Orders exceed 10% of original contract sum? Yes, 17% If yes, please explain on separate sheet. When earthwork started, contaminated soil was found that was not included in the soils report. The project had to stop and AMG remediated the contaminated soil which caused delays and dr19saq�acgr Fe��laTcCro o rtplction: 2/15/22 Time Extensions Granted (number of Days): 730 days for contaminated soil handling and complete job shut down. Actual Date of Completion: 2/15/24 Number of Stop Notices filed by Subcontractors or Suppliers: 0 PART D: FINANCIAL INFORMATION 1. Has Bidder ever reorganized under the protection of bankruptcy laws? Yes No ve If yes, please state when. PROJECT SPECIFICATIONS for BIDDING 07/11/2024 THE RINK SPORTS PAVILION PROJECT STATEMENT OF QUALIFICATIONS CITY OF SANTA CLARITA P-3034A -11 A Santa Maria -Bonita School District William Libbon Elementary School Location: Santa Maria, CA Type: New Construction Delivery Method: Design -Bid -Build Value: $43,012,283 Size: 88,000 SF Completion: August 2020 DSA Approved Architect: DLR Group Reference: Matt Beecher, Assistant Superintendent for Business Services Ph: (805) 361-8130 Em: mbeecher@smbsd.net Description: New construction of an 88,000 SF ground -up elementary school including three buildings, a multi -purpose building with full kitchen, Administration Building, and library with 26 classrooms. Also Included a prominent courtyard with space devoted to Therapeutic Learning and Special Education, two softball fields, a soccer field, and four basketball courts, as well as parking lots, and a bus drop-off zone on a 10-acre lot. A Fullerton Joint Union High School District La Habra High School New Theater and Stadium Modernization Location: La Habra, CA Type: New Construction/Modern. Delivery Method: Design -Bid -Build Value: $26,343,872 Size: 29,321 SF Completion: October 2019 DSA Approval Architect: Ruhnau Clarke Reference: Troy Shandy, Construction Project Manager Ph: (714) 626) 4381 Em: tshandy@fjuhsd.org Description: New construction of a 29,321 SF Performing Arts Center, seating capacity 600. Included was a lobby area, makeup room, control room, restrooms, black box theater, ticket booth, concessions room, scene shop, and loading dock. Also included modernization of the 56,700 SF athletic stadium with new construction of the concession/restroom building, new synthetic field, enlarging the width of existing field, new home bleachers with press box, stadium lighting, scoreboard, related site work & resurfacing 8 tennis courts. QyNn Y A City of Clovis Planning and Development Landmark Square Senior Center and Transit Center Location: Clovis, CA Type: New Construction Delivery Method: Design -Bid -Build Value: $19,533,044 Size: 46,410 SF Completion: September 2023 Architect: Paul Halajian Architects Reference: Travis Saether, City Engineer Ph: (559) 324-2313 Em: travis@cityofciovis.com Description: New construction of a 35,000 SF Senior Activity Center that includes a multi -use room with platform, full service kitchen, classroom spaces, fitness room, administration offices. Also includes an 11,000 SF Transit Building with a waiting room for public transportation patrons, administration offices, and a large meeting room. A new shade structure for an exterior bus waiting area and all related sitework. M . ar I +, h:L I REV.0 A 2. If Bidder has had the general liability carrier identified in Document 00 4314 (Bidder Registration and Safety Experience Form) for less than 5 years, please provide additional information below for the balance of the last 5 years: AMG has been with Travelers since 2009 Agency Name IMA, Inc Contact Name: Don Chambers Phone Number: (805) 388-7130 Travelers Property Casualty Carrier: Company of America A.M. Carrier: Carrier: Best Rating: A++ A.M. Best Rating: A.M. Best Rating: 3. Has Bidder ever had insurance terminated by a carrier? Yes No V If yes, explain on a separate signed sheet marked with correlating cross- reference to this paragraph of the questionnaire. Bidder hereby declares under penalty of perjury that all the information provided in this questionnaire is true and correct. SIGNA Albert M. Giacomazzi - President TITLE END OF DOCUMENT AnKonTraverso - Vice President/ Secretary/ Treasurer PROJECT SPECIFICATIONS for BIDDING 07/11/2024 THE RINK SPORTS PAVILION PROJECT STATEMENT OF QUALIFICATIONS CITY OF SANTA CLARITA P-3034A -12 ANTHONY TRAVERSO EXECUTIVE VICE PRESIDENT/ PRINCIPAL -IN -CHARGE Tony is the Vice President and CFO with 25 years of experience in the construction industry. He has been responsible for the completion of over $1 billion in construction projects for both the public and private sectors. Highly effective on both individual and team projects, his expertise is in government as well as school construction, along with all aspects of operations, including purchasing, negotiations, cost accounting, estimating, project management, scheduling, contract law, and value engineering. He has excellent communication and marketing skills, a general knowledge of the design and print production processes, and excels with deadlines. Additionally, Tony has a proven track record of success in cost control measures, resulting in profit margins that consistently meet or exceed project goals. LEED CERTIFIED PROJECTS Platinum - NASA/Dryden Flight Research Center at Edwards AFB Silver - Shopping Center Upgrade at Beale AFB, Fire Station No. 150 in Santa Clarita, Shoppette Center Project at Edwards AFB, Chino Basin Water Conservation, Bristlecone Visitor's Center in Bishop Gold - Fire Station No. 156in Valencia, Fire Station No. 48 in Seal Beach, Lifeguard/Paramedic Station in Avalon le\►�i [r tony@amgassociatesinc.com (661) 435-3808 www.amgassociatesinc.com AMG & ASSOCIATES. INC. EDUCATION • California State University, Chico (1994) Bachelor of Science, Construction Management Associates of Arts, Macro Economics RECENT PROJECTS $11.6M (17,530 SF) Addams ES Building Additions for Fresno Unified School District • $14.8M (13,743 sf) Ladera Linda Community Park & Community Center for the City of Rancho Palos Verdes • $19.5M (46,000 sf) Landmark Square Senior Center and Transit Center for the City of Clovis • $13.2M (25,455 sf) Pinetree School New Classroom Building and Admin Building for Sulphur Springs Union School District • $12.1M (21,729 sf) Vernola Park Community Center and Skyview Event Center for Jurupa Area Park & Rec • $26.3M (23,921 sf) Performing Arts Center & Stadium Modernization for Fullerton Joint Union High School District PROFESSIONAL EXPERIENCE • Interface with owners, agencies and professional consultants to conduct the day-to-day operations of a $80M/year construction firm • Manage multiple construction projects at one time • Prepare cost estimates in response to owner/agency solicitations • Direct and manage the Human Resources department • Provide corporate vision and guidance in collaboration with CEO • Develop and implement company short and long- term objectives • Managed the public works purchasing department, generating approximately $60M/year • Performed a wide variety of tasks, including sub -contract negotiation, contract writing, buyout, estimating, cost control, and dispute resolution • Negotiated contracts/purchases, terms and conditions, and contract law • Supervised the duties and performance of three employees • Reviewed, analyzed and improved project planning and implementation, and department goals • Developed strategies for increased margins B B PLASCENCIA SUPERINTENDENT Ricardo has 16 years of experience in the construction industry and has been with AMG for 3 years. He has experience with several DSA projects, as well as civic buildings and civil engineering projects. He is detail -oriented, has excellent leadership skills, and is an excellent communicator who carries out instructions very well. His extended knowledge of budgeting and motivating personnel makes him a valuable asset to the AMG team. Ricardo has successfully cultivated a safe and efficient work zone in every job site he has worked at. Ricardo is also bilingual in English and Spanish. CERTIFICATIONS/SKI LLS • Local Union 600 Journeyman Graduate • California Cement Mason State Wide Apprentice Champion • Blue Print Reading 0 30-Hour OSHA Certification • First Aid/ CPR Certified • Procore Certified • MS Excel, MS Word, MS PowerPoint • Interpret and implement language of Construction Contracts, Specifications, and Drawings E: rplascencia@amgassociatesinc.com A*MG P: (661) 713-5086 W: www.amgassociatesinc.com AMG & ASSOCIATES. INC. CURRENT PROJECT $9.5M (10,00 sf) Sierra Madre Library Renovation for the City of Sierra Madre PROJECT EXPF Project Superintendent • $16.4M — (12,176 SF) Design -Build Fire Station 178 for the Rancho Cucamonga Fire Protection District — Completion Date March 2024 • $7.4M (16,175 SF) Pinetree Community School New Classroom Building for Sulphur Springs Union School District — Project Completed on time and within budget • $4.3M (9,000 SF) Pinetree Community School New Student Support Center for Sulphur Springs Union School District — Project completed 84 days early and on budget • $5.4M (3,600 SF) Drew Middle School Wellness Center for Los Angeles Unified School District • $25k — 500k Various DSA projects • $1.2M Cottonwood Academy Modernization • $950k Arcadia School Bus Transport Location • $1.2M St. Andrew's Abbey Addition General Foreman/Assistant • $280k Similar scope, Public Agency, active campus, phased work, DSA oversight, closeout and certification. Gates Street Elementary School • $300k Similar scope, Public Agency, active campus, phased work, DSA oversight, closeout and certification. Hillside Elementary School • $3.2M Similar scope, Public Agency, active campus, phased work, DSA oversight, closeout and certification. Mechanic Academy — Cooper High School • $3.5M Highspeed Railway (Fresno, CA) • $1.7M 1-10 Freeway HOV lane (West Covina, CA) • $1.8M 210 Freeway Pavement Replacement (La Canada Flintridge, CA) $880k Los Angeles Lennox, CA Sheriff Station Remodel • $4.2M Hotel American Inn — Ridgecrest, CA B CHANDRA SUTTON PROJECT ENGINEER Chandra has been with AMG for 2 years and has 24 years of experience in the construction industry. At AMG she is responsible for implementing site safety programs, organizing cross -functional safety teams, and representing subcontractors and consultants. She is known for exceeding owners' expectations for the completion of projects on time and under budget. Chandra is a highly motivated and skilled professional with a firm understanding of the construction industry supported by extensive experience. She takes pride in her listening skills as well as her ability to create good working relationships with owners, subcontractors, and all other parties involved with making her projects a success. CERTIFICATIONS/SKILLS • 30-Hour OSHA Certification (Construction Health & Safety) • CPR Certified • First Aid Certified • Procore Certified • Proficient in Microsoft Project, Microsoft Office, Primavera P6, AutoCAD, Revit, BIM System, Bluebeam • Interpret and implement language of Construction Contracts, Specifications, and Drawings E: csutton@amgassociatesinc.com A* MG P: (661)414-6752 W: www.amgassociatesinc.com AMG & ASSOCIATES. INC. EDUCATION • California State University, Long Beach Bachelor of Science, Computer Information Systems CURRENT PROJECT $9.5M (10,00 sf) Sierra Madre Library Renovation for the City of Sierra Madre PROJECT EXPERIENCE ■ $17.4M — (19,502 SF) Building MM for Long Beach City College — Completion Date August 2024 • $11.6M (17,530 SF) Addams ES Building Additions for Fresno Unified School District ■ $11.6M (12,537 SF) Fresno Area Express Facility Improvements for the City of Fresno • $12.1M (25,000 SF) Pinetree Community School New Classrooms & Admin Building for Sulphur Springs USD ■ $6.1M (10,000 SF) El Segundo Unified School District Summer Modernization 6/10/2020 TO 2/1/2021 • $350M — El Camino Community College District, Student Services Center, Administration Building, Lot C Parking Lot, demo of Arts and Behavioral Science Bldg., and Central Plan Renovation. • $100M — El Camino Community College, Compton Campus Central Plant Renovation. • $220M — Mt. San Antonio College, new construction of Science Building, ELS and Health Career Center, and an AIRC Welding Building. • $4.8M — County of Los Angeles, Earthquake Recovery Projects to repair and replace earthquake -damaged facilities. $16.2 — Mt. San Antonio College, Performing Arts Center, 69,000 SF center to provide teaching and learning platform, 440-seat theater, 250-seat recital hall, 150-seat studio theater, state-of-the-art dance center. AMG & ASSOCIATES, INC. Reviewed Financial Statements For the Year Ended December 31, 2023 AMG & ASSOCIATES, INC. Contents For the Year Ended December 31, 2023 Independent Accountants' Review Report 1 Financial Statements Balance Sheet 2-3 Statement of Income 4 Statement of Stockholders' Equity 5 Statement of Cash Flows 6-7 Notes to the Financial Statements 8 —19 Supplementary Information Schedule I — Earnings from Contracts 20 Schedule II — Cost of Revenues Earned 21 Schedule III — Selling, General, and Administrative Expenses 22 Schedule IV — Contracts Completed 23 Schedule V — Contracts in Progress 24 l man y...<<� ,. ,�.. INDEPENDENT ACCOUNTANTS' REVIEW REPORT Board of Directors and Stockholders AMG & ASSOCIATES, INC. Santa Clarita, California We have reviewed the accompanying financial statements of AMG & Associates, Inc. (an S corporation), which comprise the balance sheet as of December 31, 2023, and the related statements of income, stockholders' equity, and cash flows for the year then ended, and the related notes to the financial statements. A review includes primarily applying analytical procedures to management's financial data and making inquiries of company management. A review is substantially less in scope than an audit, the objective of which is the expression of an opinion regarding the financial statements as a whole. Accordingly, we do not express such an opinion. Management's Responsibility for the Financial Statements Management is responsible for the preparation and fair presentation of these financial statements in accordance with accounting principles generally accepted in the United States of America; this includes the design, implementation, and maintenance of internal control relevant to the preparation and fair presentation of financial statements that are free from material misstatement whether due to fraud or error. Accountants' Responsibility Our responsibility is to conduct the review engagement in accordance with Statements on Standards for Accounting and Review Services promulgated by the Accounting and Review Services Committee of the AICPA. Those standards require us to perform procedures to obtain limited assurance as a basis for reporting whether we are aware of any material modifications that should be made to the financial statements for them to be in accordance with accounting principles generally accepted in the United States of America. We believe that the results of our procedures provide a reasonable basis for our conclusion. We are required to be independent of AMG & Associates, Inc. and to meet our other ethical responsibilities, in accordance with the relevant ethical requirements related to our review. Accountants' Conclusion Based on our review, we are not aware of any material modifications that should be made to the accompanying financial statements in order for them to be in accordance with accounting principles generally accepted in the United States of America. Supplementary Information The supplementary information contained in Schedules I through V is presented for purposes of additional analysis and is not a required part of the basic financial statements. Such information is the responsibility of management and was derived from, and relates directly -to, the underlying accounting and other records used to prepare the financial statements. The supplementary information has been subjected to the review procedures applied in our review of the basic financial statements. We are not aware of any material modifications that should be made to the supplementary information. We have not audited the supplementary information and, do not express an opinion on such information. La February 27, 2024 Irvine, California 714 667 2600 fax 714 667 2636 1 Park Plaza, Suite 950, Irvine, CA 92614 wwr!wgetm,anll'vrom AIVIG & ASSOCIATES, INC. Balance Sheet December 31, 2023 ASSETS Current assets: Cash and cash equivalents $ 9,438,473 Restricted cash 6,354,196 Marketable securities 9,715,892 Contract receivables 19,132,409 Contract assets 5,527,569 Refundable income taxes 7,020 Prepaid expenses and other current assets 108,483 Deferred state income taxes 10,623 Total current assets 50,294,665 Property and equipment: Machinery and equipment 23,998 Vehicles 409,170 Office furniture and equipment 88,322 Software 8,679 Leasehold improvements 473,446 1,003,615 Less: accumulated depreciation and amortization 381,287 Total property and equipment, net 622,328 Other assets: Right of use asset, operating lease, net 29,945 $ 50,946,938 Continued 2 AMG & ASSOCIATES, INC. Balance Sheet December 31, 2023 LIABILITIES AND STOCKHOLDERS' EQUITY Current liabilities: Right of use operating lease liabilities Accounts payable and accrued expenses, including retainage of $9,173,238 Contract liabilities Accrued wages and related expenses Provision for estimated losses on uncompleted contracts Total current liabilities Stockholders' equity: Common stock, no stated value; 100,000 shares authorized; 7,550 shares issued and outstanding Additional paid -in capital Retained earnings Total stockholders' equity See accompanying independent accountants'review report and notes to the financial statements $ 29,945 28,907,071 10,463,705 335,465 719,532 40,455.718 7,550 420,994 10,062,676 10.491,220 $ 50,94ra.938 AMG & ASSOCIATES, INC. Statement of Income For the Year Ended December 31, 2023 Contract revenues earned Cost of revenues earned Gross profit $ 101,345,121 95,952,659 5,392,462 Selling, general, and administrative expenses 3,068,626 Income from operations 2,323,836 Other income, net 730,400 Income before provision for state income taxes 3,054,236 Provision for state income taxes 54,604 Net income $ 2.999.632 See accompanying independent accountants'review report and notes to the financial statements 4 AMG & ASSOCIATES, INC. Statement of Stockholders' Equity For the Year Ended December 31, 2022 Additional Total Common Paid -in Retained Stockholders' Stock Capital Earnings Ec uit Balance - December 31, 2022 $ 7,550 $ 420,994 $ 8,574,235 $ 9,002,779 Net income - - 2,999,632 2,999,632 Distributions - - (1,511,191) (1,511,191) Balance - December 31, 2023 $ 7,550 $ 420,994 $ 10,062,676 $ 10,491,220 See accompanying independent accountants' review report and notes to the financial statements 5 AMG & ASSOCIATES, INC. Statement of Cash Flows For the Year Ended December 31, 2023 Cash Flows From Operating Activities: Net income $ 2,999,632 Adjustments to reconcile net income to net cash provided by operating activities Depreciation and amortization 70,413 Gain on sale of property and equipment (16,000) Realized gain on sale of marketable securities (248,840) Unrealized gains on marketable securities (4,948) Deferred income tax expense 12,779 (Increase) decrease in: Restricted cash (2,356,543) Contract receivables (7,511,828) Contract assets (1,437,895) Refundable income taxes 41,825 Employee retention credit receivable 928,826 Prepaid and other current assets (11,723) Increase (decrease) in: Accounts payable and accrued expenses, including retainage 10,723,978 Contract liabilities 4,323,835 Accrued wages and related expenses 39,454 Provision for estimated losses on uncompleted contracts 94,187 Net cash provided by operating activities 7,647,152 Cash Flows From Investing Activities: Purchases of marketable securities (15,474,802) Proceeds from sales of marketable securities 12,427,485 Purchases of property and equipment (234,488) Proceeds from sale of property and equipment 16,000 Net cash (used in) investing activities (3,265,805) Continued AMG & ASSOCIATES, INC. Statement of Cash Flows For the Year Ended December 31, 2023 Cash Flows From Financing Activities: Distributions (1,511,191) Net cash (used in) financing activities (1,511,191) Net increase in cash and cash equivalents 2,870,156 Cash and cash equivalents, beginning of year 6,568,317 Cash and cash equivalents, end of year S 9,438,473 Supplemental Disclosure of Cash Flow Information: Cash paid during the year for: Interest $ Income taxes $ See accompanying independent accountants' review report and notes to the financial statements 7 ANIG & ASSOCIATES, INC. Notes to the Financial Statements For the Year Ended December 31, 2023 Note _1- SErmmary of Significant Accountinq Policies Nature of Operations - AMG & Associates, Inc. (the "Company") was incorporated in April 2005 in the state of California. The Company provides general contracting services to mid -range public works projects concentrating on the construction or renovation of public schools and government offices located within the state of California and federal projects, including projects for the U.S. military located within the United States. Operating Cycle - Assets and liabilities relating to long-term construction contracts (principally retention) are included in current assets and current liabilities since they will be liquidated in the normal course of contract completion, although this may require more than one year. A one-year time period is used as the basis for classifying all other current assets and liabilities. Use of Estimates - Management uses estimates and assumptions in preparing these financial statements in accordance with accounting principles generally accepted in the United States of America. Those estimates and assumptions affect the reported amounts of assets and liabilities and disclosures of contingent assets and liabilities, and the reported revenues and expenses. Actual results could differ from these estimates. Cash and Cash Equivalents - The Company considers all liquid debt instruments and short-term investments purchased with an original maturity of three months or less to be cash equivalents. Restricted Cash and Cash Equivalents - Restricted cash and cash equivalents consist of amounts deposited into a financial institution held jointly between the Company and individual customers. The Company and customers have made this arrangement in lieu of withholding retention from payments for certain contracts. New Accounting Pronouncement - Effective January 1, 2023, the Company adopted Accounting Standards Update (ASU) No. 2016-13, Financial Instruments -Credit Losses (Topic 326): Measurement of Credit Losses on Financial Instruments. The ASU replaces the incurred loss impairment methodology with a current expected credit losses model for all financial assets measured at amortized cost. Financial assets held by the Company that are subject to the ASU include debt securities available -for -sale, contract receivables, contract retainage, and contract assets. The Company adopted the standard using a modified retrospective approach as of the effective date. No cumulative -effect adjustment to retained earnings was required. The adoption of the standard did not have a material impact on the financial statements and primarily resulted in changes to disclosures. Allowance for Credit Losses - Management individually reviews all contract receivables, contract retainage, and contract asset balances by customer and by job. Management determines whether an allowance for credit losses is necessary using historical loss information by aging category adjusted for current economic conditions and reasonable and supportable forecasts. For debt securities, management uses probability -of -default method. Balances are charged off against the allowance when management believes there is no possibility of recovery. Management determined that an allowance for credit losses was not necessary at December 31, 2023. See accompanying independent accountants' review report 8 AMG & ASSOCIATES, INC. Notes to the Financial Statements For the Year Ended December 31, 2023 Nate 1 — Summary of Significant Accounting Policies (Continued) Marketable Securities — The Company's investments in marketable securities consisted of debt securities. Debt securities are classified as available -for -sale. Realized gains and losses on available - for -sale debt securities are included in earnings; unearned holding gains and losses are reported in other comprehensive income when material. Equity securities are carried in the financial statements at fair value, and both realized and unrealized gains and losses are included in earnings. Upon the sale of investments, realized gains and losses are recorded using the specific identification method. Contract Receivables — Contract receivables are based on contracted prices and are billed in accordance with contractual arrangements generally on a progressive basis as work is completed. The Company utilizes the allowance method of accounting for losses from uncollectible accounts. Under this method, an allowance is provided based on historical experience and management's evaluation of outstanding contract receivables. Retainage receivables represents amounts withheld from billings to customers until work is substantially complete (or until certain milestones are reached, or both) to ensure that obligations under the contract are satisfied. In such cases, retainage is not subject only to the passage of time (i.e., it is conditioned on satisfactory performance) and the Company does not include it in contract receivables, but rather includes in contract assets. The Company bills such retainage receivables and includes in contract receivables when the performance obligations are satisfied. Contract receivables are due 30 days after the issuance of the invoice. Retainage receivables are due 30 days after completion of the project and acceptance by the customer. Contract Assets and Liabilities — Contract assets consisted of amounts due under retainage provisions and costs and estimated earnings in excess of billings on uncompleted contracts. Costs and estimated earnings in excess of billings represent the excess of contract costs and profits (or contract revenue) over the amount of contract billings to date. Accordingly, these amounts are classified as current assets. Contract liabilities consisted of billings in excess of costs and estimated earnings on uncompleted contracts. Billings in excess of costs and estimated earnings represent the excess of contract billings to date over the amount of contract costs and profits (or contract revenue) recognized to date. Accordingly, these amounts are classified as current liabilities. Property and Equipment, and Related Depreciation and Amortization — Property and equipment are stated at cost. Major renewals and improvements are charged to the property accounts while replacements, maintenance, and repairs which do not extend the estimated useful lives of the respective assets are expensed currently. At the time property and equipment is sold or otherwise disposed of, the property and related accumulated depreciation and amortization are relieved of the applicable amounts and any gain or loss is recorded. See accompanying independent accountants' review report 9 AMG & ASSOCIATES, INC. Notes to the Financial Statements For the Year Ended December 31, 2023 Note 1 — Summary of Significant Accounting Policies (Continued) Property and Equipment, and Related Depreciation and Amortization (Continued) — Depreciation and amortization are computed using the straight-line method over the estimated lives of the respective assets. Depreciation and amortization expense are charged to construction contracts if related to construction activities; otherwise it is charged to selling, general and administrative expenses. The estimated useful lives of the assets are as follows: Assets Machinery and equipment Vehicles Office furniture and equipment Software Leasehold improvements Estimated Useful Lives 7 years 5 years 5 - 7 years 3 - 7 years 15 years Depreciation and amortization expense was approximately $70,000 for the year ended December 31, 2023. Lease Recognition — The Company determines if an arrangement is a lease at its inception and if it conveys the right to control the use of the identified property, plant, or equipment for a period of time in exchange for consideration. The Company recognizes a Right of Use ("ROU") asset and lease liability on the commencement date of a lease arrangement based on the present value of lease payments over the lease term. When there is no discount rate implicit in a lease contract, a risk free borrowing rate ("RF") is utilized to calculate the present value of the lease for all asset classes. The Company elects the short-term lease exemption, and therefore, does not recognize ROU assets or lease liabilities for leases shorter than twelve months. For real estate leases, the Company does not elect the practical expedient to combine lease and non -lease components, therefore lease and non -lease components will be accounted for separately. For equipment leases, lease and non -lease components are accounted for as a single lease component. Impairment of Long -Lived Assets — The Company evaluates long-lived assets for impairment whenever events or changes in circumstances indicate that the carrying value of an asset may not be recoverable. If the estimated future cash flows (undiscounted and without interest charges) from the use of an asset are less than the carrying value, a write -down would be recorded to reduce the related asset to its estimated fair value. As of December 31, 2023, management determined there were no indicators of impairment. See accompanying independent accountants'review report 10 ANIG & ASSOCIATES, INC. Notes to the Financial Statements For the Year Ended December 31, 2023 Note 1 -- SumrnarV of Significant Accounting Policies (Continued) Fair Value Measurements —The Company, when required, measures and discloses certain financial assets and liabilities under the established framework for determining fair value. That framework provides a fair value hierarchy that prioritizes the inputs to valuation techniques used to measure fair value. The hierarchy gives the highest priority to unadjusted quoted prices in active markets for identical assets or liabilities (level 1 measurements) and the lowest priority to unobservable inputs (level 3 measurements). The standard describes three levels of inputs that may be used to measure fair value: Level 1 Quoted prices in active markets for identical assets or liabilities. Level 2 Observable inputs other than level 1 prices, such as quoted prices for similar assets or liabilities; quoted prices in markets that are not active; or other inputs that are observable or can be corroborated by observable market data for substantially the full term of the assets or liabilities. Level 3 Unobservable inputs that are supported by little or no market activity and that are significant to the fair value of the assets or liabilities. The basis of fair value for mutual funds is market value based on quoted market prices; these are classified within Level 1 of the valuation hierarchy. The carrying values of cash and cash equivalents, restricted cash, contract receivables, contract assets, prepaid expenses and other current assets, accounts payable and accrued expenses, contract liabilities and accrued wages and related expenses approximate their fair values due to their short- term nature. The carrying value of ROU operating liabilities approximates its fair value due to bearing interest at rates that approximate current market rates for long-term debt with similar maturities and credit quality. Retainage Payable — Retainage payable represents costs incurred and estimated fees on contracts for which invoices have been received but retentions are withheld from vendors. When the job is complete or reaches a certain level of completion agreed upon in the contract, these amounts are then included in accounts payable. Revenue Recognition — The Company's work is performed primarily under fixed -price contracts as modified by change orders. The Company recognizes revenues on construction contracts over time, as the underlying performance obligations are satisfied, due to the continuous transfer of control to the customer. The Company's construction contracts are generally each accounted for as a single performance obligation, since the Company is providing a significant service of integrating components into a single project. The Company recognizes revenues using the cost -to -cost input method, which measures progress toward completion based on the percentage of cost incurred to date to estimated total cost for each performance obligation. Incurred costs represent work performed, which corresponds with, and thereby best depicts, the transfer of control to the customer. Revenues, including estimated fees or profits, are recorded proportionately as costs are incurred. Contract costs See accompanying independent accountants' review report 11 AMG & ASSOCIATES, INC. Notes to the Financial Statements For the Year Ended December 31, 2023 Note 1 -- Summary of Significant Accounting Policies (Continued) Revenue Recognition (continued) — include labor, materials, equipment, subcontractor costs, and other direct and indirect costs including depreciation and amortization. Costs of wasted resources (material or labor) are excluded when measuring progress and are expensed as incurred. Changes in job performance, job conditions, and estimated profitability may result in revisions to estimated revenues and costs. Changes in estimated job profitability resulting from variable consideration (such as incegtives for completing a contract early or on time, penalties for not completing a contract on time, claims for which the Company has enforceable rights, or contract modifications/change orders in which the scope of modification has been approved, but the price has not been determined or approved) are made during the contract performance period. The Company estimates variable consideration at the most likely amount it expects to receive. The Company includes estimated amounts in contract revenues to the extent it is probable that a significant reversal of cumulative revenues recognized will not occur when the uncertainty associated with the variable consideration is resolved. Estimates of variable consideration and determination of whether to include estimated amounts in the transaction price are based largely on an assessment of anticipated performance and all information (historical, current and forecasted) that is reasonably available to management. Because of the inherent uncertainties in estimating contract revenues and costs, it is reasonably possible that the estimates used will change within the near -term. Changes in Estimates on Construction Contracts — The Company's estimates of contract revenues and cost are highly detailed, and many factors change during a contract performance period that result in a change to contract profitability. These factors include, but are not limited to, differing site conditions; availability of skilled contract labor; performance of major material suppliers and subcontractors; on -going subcontractor negotiations and buyout provisions; unusual weather conditions; changes in the timing of scheduled work; change orders; accuracy of the original bid estimate; changes in estimated labor productivity and costs based on experience to date; achievement of incentive -based income targets; and the expected, or actual, resolution terms for claims. The Company recognizes adjustments in estimated revenue recognized on contracts under the cumulative catch-up method. Under this method, the impact of the adjustment on revenue recorded to date is recognized in the period the adjustment is identified. Revenue and profit in future periods of contract performance is recognized using the adjusted estimate. If at any time the estimate of contract profitability indicates an anticipated loss on the contract, a provision for the entire loss is recognized in the period it is identified. Uninstalled Materials — Revenues on uninstalled materials are recognized when control is transferred to the customer, which does not necessarily equate to when the cost is incurred. Under limited circumstances (e.g., transfer of control occurs significantly before the Company provides services, the cost of the materials is significant), the Company recognizes revenue, but no profit, on certain uninstalled third -party materials when the cost is incurred. See accompanying independent accountants' review report 12 AMG & ASSOCIATES, INC. Notes to the Financial Statements For the Year Ended December 31, 2023 Note 1 - Summary of Significant Accounting Policies (Continued) Warranties - Many of the Company's construction contracts contain warranty provisions covering defect in materials installed, design or workmanship that generally run for a year. Historically, the Company has not experienced significant warranty costs; therefore, the Company does not accrue future estimated expense against current operations. Income Taxes - The Company, with the consent of its stockholders, has elected under the Internal Revenue Code to be a subchapter S corporation for income tax purposes. In lieu of federal corporation income taxes, the stockholders of an S corporation are taxed on their proportionate share of the Company's taxable income. Therefore, no provision or liability for federal income taxes has been included in the financial statements. For California franchise tax purposes, a tax is imposed at the greater of $800 or 1.5% of taxable income. The provision for state income taxes includes those taxes currently payable, as well as deferred income taxes. Deferred income taxes result from temporary timing differences on the recognition of expenses for income tax and financial reporting purposes. Uncertain Income Tax Positions - Accounting principles generally accepted in the United States of America require the Company to evaluate tax positions taken by the Company and recognize an income tax liability or asset if the Company has taken an uncertain position that more likely than not would not be sustained upon examination by taxing jurisdictions. The Company's policy is to recognize interest accrued and penalties related to unrecognized tax benefits in interest expense and penalties in operating expenses. Management has performed an analysis of potential uncertain tax positions and has determined that there are no uncertain tax positions that are more likely than not to be changed upon examination. With few exceptions, the Company is no longer subject to U.S. federal, state or local income tax examinations by tax authorities for years before 2019. Note 2 - Concentrations of Risks Cash and Cash Equivalents - Cash and cash equivalents are deposited with high credit quality financial institutions. The Company maintains cash deposits with financial institutions that at times exceeded amounts covered by the insurance provided by the Federal Deposit Insurance Corporation. The Company has not experienced any losses in the accounts, and management believes it is not exposed to significant risk of loss related to the excess deposits. Restricted Cash and Cash Equivalents - The Company maintains various retention escrow accounts that it holds jointly with certain customers for whom it provides construction services. The funds are released to the Company upon satisfactory completion of each respective contract. The Company has not experienced losses in any escrow deposit accounts, and management believes it is not exposed to significant risk of loss related to restricted cash and cash equivalents. See accompanying independent accountants' review report 13 AMG S ASSOCIATES, INC. Notes to the Financial Statements For the Year Ended December 31, 2023 Note 2 Concentrations of Risks (Continued) Contract Revenues and Receivables —Financial instruments, which potentially subject the Company to concentrations of credit risk, consist principally of contract receivables. The Company's revenues and contract receivables are primarily derived from construction contracts with customers primarily in the southern California region. Consequently, the Company's operations and its ability to collect amounts due under contracts are affected by economic fluctuations in the construction industry in these regions. Credit is extended to customers at regular business terms and conditions without collateral after the Company performs appropriate credit evaluations. The Company follows the practice of filing statutory liens or stop notices on all construction projects when collection problems are anticipated. During the year ended December 31, 2023, approximately 38% of contract revenues were earned from three customers. In addition, four customers accounted for approximately 31 % of contract receivables at December 31, 2023. Note 3 — Contract Receivables The beginning and ending balances of contract receivables for the year end December 31, 2023 were as follows: December 31, January 1, 2023 2023 Contract receivables $ 19,132,409 $ 11.620,581 Note 4 — Contract Assets and Contract Liabilities The beginning and ending balances of contract assets and contract liabilities for the year end December 31, 2023 were as follows: Contract assets: Retainage receivable Costs and estimated earnings in excess of billings Contract liabilities: Billings in excess of costs and estimated earnings December 31, January 1, 2023 2023 $ 4,406,591 $ 3,455,305 1,120,978 634,369 $ 5,527,569 $ 4,089,674 $ 10,463,705 $ 6,139,810 See accompanying independent accountants' review report 14 AMG & ASSOCIATES, INC. Notes to the Financial Statements For the Year Ended December 31, 2023 Note 4 — Contract Assets and Contract Liabilities (Continued) The components of uncompleted contracts at December 31, 2023 were as follows: Costs incurred on uncompleted contracts $ 145,449,698 Estimated earnings 6,459,508 Provision for losses on uncompleted contracts 719,532 152,628,738 Less: billings to date 161,971,465 $ (9,342,727) The balance is recorded in contract assets and liabilities as follows: Costs and estimated earnings in excess of billings on uncompleted contracts $ 1,120,978 Billings in excess of costs and estimated earnings on uncompleted contracts (10,463,705) $ (9,342,727) Note 5 — Marketable Securities The Company's investments in marketable securities, classified as available -for -sale, at December 31, 2023, consisted of debt securities as follows: Unrealized Fair Market Investment Type Cost Gains, Net Value U.S. Treasuries $ 9,710,944 $ 4,948 $ 9,715,892 Note 6 — Line of Credit The Company has a revolving bank line of credit (the "Line"), which allows for maximum borrowings of $6,000,000 that expires in June 2024. The Line is collateralized by substantially all assets of the Company and is personally guaranteed by the stockholders. Interest on the Line Is payable monthly at the greater of the bank's prime rate (8.50% at December 31, 2023) plus 0.25% with a floor of 3.50%. The Company is required to maintain various financial conditions and covenants as specified in the credit agreement. Management of the Company was not aware of any violations of conditions or covenants contained in the agreement and there were no outstanding borrowings under the Line at December 31, 2023. See accompanying independent accountants' review report 15 AMG & ASSOCIATES, INC. Notes to the Financial Statements For the Year Ended December 31, 2023 Note 7 — Related Party Lease The Company leases its office from HWF, an entity owned by the stockholders of the Company. The lease expires in March 2024 and requires monthly payments of $9,988. Additionally, the Company is responsible for certain executory costs, including real estate taxes, insurance, and other expenses relating to the leased property. The following summarizes the line items in the income statement which include the components of lease expense for the year ended December 31, 2023: Operating lease costs: Operating leases, included in selling, general and administrative expenses $ 119,856 The following summarizes cash flow information related to leases for the year ended December 31, 2023: Cash paid for amounts included in the measurement of lease liability: Operating cash flows for operating leases $ 119,856 The following summarizes the weighted average remaining lease term and discount rate as of December 31, 2023: Weighted Average Remaining Lease Term: 0.25 Weighted Average Discount Rate: 0.78% The maturities of lease liabilities as of December 31, 2023 were as follows: Year Ending December 31, 2024 $ 29,964 Less: interest (19) $ 29,945 See accompanying independent accountants' review report 16 AMG & ASSOCIATES, INC. Notes to the Financial Statements For the Year Ended December 31, 2023 Note 8 — Commitments and Contin_ eat ncies Surety Bonds — As a normal part of the construction business, the Company is required to furnish various types of surety bonds for certain construction contracts. These bonds back the Company's guaranty to perform its contractual obligations pursuant to the terms of its contracts with customers. In connection with the Company's bonding requirements, the Company's shareholders have agreed to indemnify the surety issuing the bonds in the event that surety incurs a loss. The Company is not charged a fee for this indemnification. Related Party Guarantee — The Company has guaranteed approximately $1,029,000 of debt carried by HWF. The debt is in the form of mortgage loans and is due in monthly installments with final payment due during the year ended December 31, 2029. The building is pledged as collateral and the mortgage is guaranteed by the Company, the stockholders, and the stockholders' trust. The Company would be obligated to perform under this guarantee if HWF failed to pay principal and interest payments to the lender when due. There is currently no recorded liability for potential losses under this guarantee, nor is there any liability for the Company's obligation to "stand ready" to fund such guarantee. However, if the Company were required to honor the guarantee, it would have the right to proceed with collection from HWF. As of December 31, 2023, HWF is current with its debt obligations. Contingencies — In the normal course of business, the Company has entered into contracts and agreements with customers and subcontractors. These contracts and agreements commit the Company to various specific and contingent obligations. The Company is also subject to legal proceedings, claims, assessments and subject to various local, state and federal environmental regulations that arise in the ordinary course of business. Management believes that these obligations will not have a material impact on the Company's financial position or its results of operations. Note 9— Other Income, Net Other income, net for the year ended December 31, 2023 consisted of the following: Dividend income Interest income Investment advisory fees Realized gains on sales of fixed assets Realized (losses) on sales of marketable securities Unrealized (losses) on marketable securities $ 75,197 422,256 (36,841) 16,000 248,840 4,948 $ 730,400 See accompanying independent accountants'review report 17 AMG & ASSOCIATES, INC. Notes to the Financial Statements For the Year Ended December 31, 2023 Note 10 - Provision for State Income Taxes The provision for state income taxes for the year ended December 31, 2023 consisted of the following. Current state income taxes: State $ 41,825 Deferred state income tax: State 12,779 $ 54,604 At December 31, 2023, the deferred income tax assets (liabilities) were comprised of the following: Assets $ 13,263 Liabilities (2,640) Net deferred tax asset $ 10,623 Deferred income taxes primarily result from different depreciation methods, de minimis contract income, timing differences in the recognition of unrealized gains and losses on marketable securities and the deductibility of accrued vacation for income tax and financial reporting purposes. Note 11 - Backlog The following schedule summarizes changes in backlog of signed contracts during the year ended December 31, 2023: Balance, December 31, 2022 $ 106,880,286 New contracts and revisions during the year 164,512,118 271,392,404 Less: contract revenues earned during the year 101,345,121 Balance, December 31, 2023 $ 170,047,283 See accompanying independent accountants' review report 18 AMG & ASSOCIATES, INC. Notes to the Financial Statements For the Year Ended December 31, 2023 Note 12 - Subsequent Events The Company has evaluated subsequent events through February 27, 2024, the date which the financial statements were available to be issued. Management has determined that there were no other events that require additional disclosures. See accompanying independent accountants' review report 19 Supplementary Information AMG $ ASSOCIATES, INC. Schedule I Earnings From Contracts For the Year Ended December 31, 2023 Contract Cost of Revenues Revenues Earned Earned Gross Profit Contracts completed $ 9,697,454 $ 8,509,450 $ 1,188,004 Contracts in progress 91,647,667 87,443,209 4,204,458 $ 101,345,121 $ 95,952,659 $ 5,392,462 See accompanying independent accountants' review report 20 AMG & ASSOCIATES, INC. Schedule II Cost of Revenues Earned For the Year Ended December 31, 2023 Labor and related expenses $ 6,094,584 Materials 1,000,247 Other 6,221,899 Subcontractors 82,635,929 Total cost of revenues eamed $ 95,952,659 See accompanying independent accountants' review report 21 AMG $ ASSOCIATES, INC. Schedule III Selling, General, and Administrative Expenses For the Year Ended December 31, 2023 Administrative salaries $ 1,254,698 Auto 57,340 Bids 30,776 Board of advisors 26,323 Charitable contributions 14,594 Computer 114,893 Depreciation and amortization 70,413 Dues and subscriptions 13,653 Employee benefits 265,294 Insurance 463,883 Legal and accounting 62,483 Meals and entertainment 24,702 Miscellaneous 92,471 Office supplies and other 63,176 Officers' salaries 89,852 Outside services 113,876 Payroll taxes and related 127,149 Postage 14,780 Rent 133,124 Telephone and utilities 35,146 Total selling, general, and administrative expenses $ 3,068,626 See accompanying independent accountants' review report 22 AMG & Associates, Inc. Schedule IV Contracts Completed For the Year Ended December 31, 2023 Before For the Yaw Ended Total Contract January 1, 2M Wcvruhvr 31, 2023 Gross Grow Total Told Prom Revenues cosh Gross Revenues coats Profit No. Description Revenues Costs (Local Earned Irtrelrrod Pront Earned Incurred I1.9e81 20143-10 La Puente HS S 12,153,902 f 11,595.799 S 558,103 $ 11,991,805 5 11,572,092 S 419.713 6 162,097 S 23,707 S 138.390 20-144-10 Crarciall Gym SLO 3,363,625 3.312,934 70,691 2,903,176 2,516,061 87,095 480,449 496,853 (16,4041 20-148-10 Alan Hancock 47,071,561 43,476,039 3,595,522 43,393,748 40,139,216 3,254,532 3.617.813 3,336.823 340,990 21-150-10 Landmark Square 19,535,775 17,220,759 2,315.016 15,297,731 13,767,958 1,529,773 4,238,044 3,452.801 785,243 21-153-10 Pinelree New SSC 5,339,116 5,046,355 292,T61 4,443,416 4,255,600 177,736 095,700 700,675 115,025 23-166-15 ICE TI 243,351 233,045 10,306 - - - 243.351 233.045 10,306 Cdcr= related to a,,,Uacts wevjo=IV r Ieted 18 546 f 1 115 546 - 185 546 1185 546f S 97.727. S 81.670 477 S 6 656 953 S 75 W9.876 S 72.561.027 S 5 AM 849 S 9b97 d5d S 8-%9 450 S 1 169 OD4 See accompanying independent accountants' review report 23 AMt3 6 Associates, Inc. Schedule V Contracts in Progress December 31, 2023 al lox] TedlGeetraet fam Faa:�ranm trioand erepa; Far tlr Veer Erded Get>awr ]1-Sn Ed-td E>Q44a gl 31. Ui P1c+nq. r. F-- &- 6S-W Eadnaled Brae E.MFp C�ad T.W Tahl P.R R-- C.I.rcr Ed-m1d4d Bled C-W >n E- Edimd4d 94v4m44 Ca Profd R4Waue4 Coati (Luau E4..ra IL 14 DaL o1 G-w. Ev-- Erse 4rO."d l,eee 17.122-10 LAD50 M.M. HS ! 7,116,026 $ 61553,B6D 3. 562,1fi6 3 7,115,2S9 3 6,553,155 S $ 5B2,106 $ 7,116,02E S 675 3 - $ 733 5 (63,212) $ 92,531 $ (155,74] 17.125-10 LAUSO 1Mr1 k%MS 5,537,340 5,122,04D 415,300 5,358.864 4,956,950 901,814 5,-.819 165090 114,246 30,745 168,264 (157,539; 16-129-10 L SD YES demy 5,744,982 6,492,D45 253937 6,738.068 6,485,3m - 252,678 6A9D,331 6,656 41,737 178,912 254,192 (75,280 21-149-10 Gmurd Ta.M. 27,972,159 30,488,653 (1,517,4941 19995.405 21.794,991 717,908 (2,517494) 23330,B49 8,894,682 3,335,444 8.540,303 9,974,253 (1433947 21-154-10 AM-FJaner4ery 12,510,892 11,760,23E 750,654 10,716,243 10,073,274 - 642,975 11,279,560 1,686,969 563,411 3,686.620 3,395, 134 2B1,494 21-155-10 Remho Cecemory9e FS 17,457,915 16,410,440 1,047,475 14,277,351 13.421.274 LL96,6T7 13600'sw 2,989.166 b77,448 8,4%,964 7,967,165 509,819 22.156-10 Frmm Expose Fariib 11,770,112 9,533.791 2,236,321 7.961,798 6,465,257 - 1,516,542 8,455.702 3%e,534 1,473983 6D19,712 4,699,3T9 1.328,33] 22-157.10 Laden L4da Pak 14,492,353 13,622,812 869,541 14,052,335 13,209,196 • 843,140 14,295.516 413,616 243,180 B,379,535 7,876763 502,7T2 22-158-10 DW Sol A.y 4224,%0 4,350,720 (126,72W 4,10,574 4,294,970 1,624 (126720) 4,013,740 55,75U 150.134 1,379,374 1,fi1s,290 (236315 22.159-10 GlmolreOuclbrel B69 23,641,641 22.459.559 1,1B2A62 14.270,655 13,557.312 713,543 14,433.314 B,902aV - 162,459 B,604,25B 3,124,345 480,213 22-160.10 CeW Pop Tech Pak 9,679,8.55 9,099,064 SB0,791 2,329.619 2,169.842 - 139,777 3,260.090 6,909,222 - 93D,471 1,919,B52 1A04661 115191 22-161-10 CSU6 Chdt Develop Cerder 16,181,664 15,372.581 B09,083 13,189,434 12.5M,962 0%472 13,782,969 2,842,619 593,435 11,274,744 10,73D153 Sa4,591 22-163-10 P44414ry M>•ex sh1 7,037,064 6,192,515 344,M 6,178,fi7B 5,437,236 - 741,442 6,593.643 755,380 414,965 5,944,919 5,217,503 72r,416 23-164-10 LBCC Corlslnalun Trades 17,387.000 16,517,850 S6,% 5,611 1,2114 278.2D5 5.047,922 11231,756 463.623 5,56,099 5,285 a9 2,205 23.65-0Ca0 TN Saq 35,335.4 32,61,974 2,4/342 13853,b5l 12,693895 .97% 14,.041 19978,On 1286 13,853,651 12,BB3 BB5 959,756 12361 PmuR-h 22,177,564 20,161,583 1,9%,Nl 2,370,866 2.157,488 - 213,37E 2.5 ,524 18.024A95 - 209,65E 2,370,%6 2,157,46E 213,37E 23-166-10 Veh23e Mein1-F'-iy 5,'31,575 4,52B,41B 503,167 160,472 162,425 1B4O47 163022 43 993 11,450 - 180,472 162425 1B,D47 23-16a-10 Shkdds and Bmwley ES 21,3E-0OD 20,02E 450 1,507,52A 873677 811,590 - 61,067 1,397A76 19,216,690 = 525,199 872,677 811,590 61,D87 23170-10 k gN HS Pool 16,436423 17,330,238 1,106,185 2,351,656 2,210,557 - 141,0.49 2,479,359 15,119,681 - 127,713 2,351656 2,210,557 141,099 23-171-10 Homo Oak HS Aqi fm 18,938,000 17,233 SU 1,704,420 940,929 055,245 84,664 1,207,864 15377,335 = 257,035 .40.929 355,245 84,6" 23172-10 Mewpod Beads Lihiary 19,466,000 10,299,920 116B4O80 119,963 112.765 7..195 - 15,187,155 119,953 - 119,963 112,765 7,198 1 322R{m1 $ xw"'20$ 16 T69 L526] 3 +a4� $ Ti $ 6ASV.%$ i 1 19]1.465 3 15899156e $ 1120979 6 tM- S 91647667 3 fl74A - S 420445B See accompanying independent accountants' review report 24 AMC & ►4SSOCIATES, INC. Reviewed Financial Statements For the Year Ended December 31, 2022 AMG & ASSOCIATES, INC. Contents For the Year Ended December 31, 2022 Independent Accountants' Review Report Financial Statements Balance Sheet 2-3 Statement of Income 4 Statement of Stockholders' Equity 5 Statement of Cash Flows 6-7 Notes to the Financial Statements 8 — 19 Supplementary Information Schedule I — Earnings from Contracts 20 Schedule II — Cost of Revenues Earned 21 Schedule III — Selling, General, and Administrative Expenses 22 Schedule IV — Contracts Completed 23 Schedule V — Contracts in Progress 24 Cge I m an CPAS 6 BUSINESS ADVISORS INDEPENDENT ACCOUNTANTS' REVIEW REPORT Board of Directors and Stockholders AMG & ASSOCIATES, INC. Santa Clarita, California We have reviewed the accompanying financial statements of AMG & Associates, Inc. (an S corporation), which comprise the balance sheet as of December 31, 2022, and the related statements of income, stockholders' equity, and cash flows for the year then ended, and the related notes to the financial statements. A review includes primarily applying analytical procedures to management's financial data and making inquiries of company management. A review is substantially less in scope than an audit, the objective of which is the expression of an opinion regarding the financial statements as a whole. Accordingly, we do not express such an opinion. Management's Responsibility for the Financial Statements Management is responsible for the preparation and fair presentation of these financial statements in accordance with accounting principles generally accepted in the United States of America; this includes the design, implementation, and maintenance of internal control relevant to the preparation and fair presentation of financial statements that are free from material misstatement whether due to fraud or error. Accountants' Responsibility Our responsibility is to conduct the review engagement in accordance with Statements on Standards for Accounting and Review Services promulgated by the Accounting and Review Services Committee of the AICPA. Those standards require us to perform procedures to obtain limited assurance as a basis for reporting whether we are aware of any material modifications that should be made to the financial statements for them to be in accordance with accounting principles generally accepted in the United States of America. We believe that the results of our procedures provide a reasonable basis for our conclusion. We are required to be independent of AMG & Associates, Inc. and to meet our other ethical responsibilities, in accordance with the relevant ethical requirements related to our review. Accountants' Conclusion Based on our review, we are not aware of any material modifications that should be made to the accompanying financial statements in order for them to be in accordance with accounting principles generally accepted in the United States of America. Supplementary Information . The supplementary information contained in Schedules I through V is presented for purposes of additional analysis and is not a required part of the basic financial statements. Such information is the responsibility of management and was derived from, and relates directly to, the underlying accounting and other records used to prepare the financial statements. The supplementary information has been subjected to the review procedures applied in our review of the basic financial statements. We are not aware of any material modifications that should be made to the supplementary information. We have not audited the supplementary information and, do not express an opinion on such information. �1. LC March 13, 2023 Irvine, California 714 667 2600 fax 714 667 2636 1 Park Plaza, Suite 950, Irvine, CA 92614 r www.gel rrtanlIp.rorn AMG & ASSOCIATES, INC. Balance Sheet December 31, 2022 ASSETS Current assets: Cash and cash equivalents $ 6,568,317 Restricted cash 3,997,653 Marketable securities 6,414,787 Contract receivables 11,620,581 Contract assets 4,089,674 Refundable income taxes 48,845 Employee retention tax credit receivables 928,826 Prepaid expenses and other current assets 96,760 Deferred income taxes 23,402 Total current assets 33,788,845 Property and equipment: Machinery and equipment 23,998 Vehicles 281,227 Office furniture and equipment 88,322 Software 8,679 Leasehold improvements 473,446 875,672 Less: accumulated depreciation and amortization 417,419 Total property and equipment, net 458,253 Right of Use Operating Lease Asset, Net 149,141 $ 34,396.239 Continued 2 AMG & ASSOCIATES, INC. Balance Sheet December31, 2022 LIABILITIES AND STOCKHOLDERS' EQUITY Current liabilities: Current maturities of right of use operating lease liabilities $ 119,196 Accounts payable and accrued expenses, including retainage of $6,381,521 18,183,093 Contract liabilities 6,139,870 Accrued wages and related expenses 296,011 Provision for estimated losses on uncompleted contracts 625,345 Total current liabilities 25,363,515 Long-term liabilities: Right of use operating lease liabilities, less current maturities 29,945 Total liabilities 25,393,460 Stockholders' equity: Common stock, no stated value; 100,000 shares authorized; 7,550 shares issued and outstanding 7,550 Additional paid -in capital 420,994 Retained earnings 8,574,235 Total stockholders' equity 9,002,779 $ 34,396,239 See accompanying independent accountants' review report and notes to the financial statements 3 AMG & ASSOCIATES, INC. Statement of Income For the Year Ended December 31, 2022 Contract revenues earned $ 78,648,210 Cost of revenues earned 75,032,908 Gross profit 3,615,302 Selling, general, and administrative expenses 2,867,057 Income from operations 748,245 Other income, net 253,307 Income before income tax (benefit) 1,001,552 Income tax (benefit) (19,749) Net income $ 1.021.301 See accompanying independent accountants'review report and notes to the financial statements 4 Balance, December 31, 2021 Net income Distributions Balance, December 31, 2022 AMG & ASSOCIATES, INC. Statement of Stockholders' Equity For the Year Ended December 31, 2022 Additional Total Common Paid -in Retained Stockholders' Stock Capital Earnings Equity $ 7,550 $ 420,994 $ 11,502,601 $ 11,931,145 - - 1,021,301 1,021,301 (3,949,667) (3,949,667) $ 7,550 $ 420,994 $ 8,574,235 $ 9,002,779 See accompanying independent accountants' review report and notes to the financial statements 5 AMG & ASSOCIATES, INC. Statement of Cash Flows For the Year Ended December 31, 2022 Cash Flows From Operating Activities: Net income Adjustments to reconcile net income to net cash provided by operating activities Depreciation and amortization Realized gain on sale of marketable securities Unrealized gains on marketable securities Deferred income tax (benefit) (Increase) decrease in: Restricted cash Contract receivables Contract assets Refundable income taxes Employee retention credit receivable Prepaid and other current assets Increase (decrease) in: Accounts payable and accrued expenses, including retainage Contract liabilities Accrued wages and related expenses Provision for estimated losses on uncompleted contracts Accrued income taxes Miscellaneous payables Net cash provided by operating activities Cash Flows From investing Activities: Purchases of marketable securities Proceeds from sales of marketable securities Purchases of property and equipment Net cash (used in) investing activities Continued $ 1,021,301 68,575 29,060 794,883 (32,365) (3,997,653) (2,697,808) 219,593 (48,845) (928,826) (60,702) 5,421,996 1,308,830 38,305 625,345 (56,242) (202,363) 1,503,084 (5,893,695) 3,815,749 (64,446) (2,142,392) AMG & ASSOCIATES, INC. Statement of Cash Flows For the Year Ended December 31, 2022 Cash Flows From Financing Activities: Principal repayments of long-term debt (12,922) Distributions (3,949,667) Net cash (used in) financing activities (3,962,589) Net decrease in cash and cash equivalents (4,601,897) Cash and cash equivalents, beginning of year 11,170,214 Cash and cash equivalents, end of year $ 6,568,317 Supplemental Disclosure of Cash Flow Information: Cash paid during the year for: Interest $ 129 Income taxes $ 117,704 Supplemental Disclosure of Non -Cash Investing Activities: Right of use assets obtained in exchange of operating lease liabilities $ 267,411 See accompanying independent accountants' review report and notes to the financial statements 7 AMG & ASSOCIATES, INC. Notes to the Financial Statements For the Year Ended December 31, 2022 Note 1 — Summary of Significant Accounting Policies Nature of Operations — AMG & Associates, Inc. (the "Company") was incorporated in April 2005 in the state of California. The Company provides general contracting services to mid -range public works projects concentrating on the construction or renovation of public schools and government offices located within the state of California and federal projects, including projects forthe U.S. military located within the United States. Operating Cycle — Assets and liabilities relating to long-term construction contracts (principally retention) are included in current assets and current liabilities since they will be liquidated in the normal course of contract completion, although this may require more than one year. A one-year time period is used as the basis for classifying all other current assets and liabilities. Use of Estimates — Management uses estimates and assumptions in preparing these financial statements in accordance with accounting principles generally accepted in the United States of America. Those estimates and assumptions affect the reported amounts of assets and liabilities and disclosures of contingent assets and liabilities, and the reported revenues and expenses. Actual results could differ from these estimates. Cash and Cash Equivalents — The Company considers all liquid debt instruments and short-term investments purchased with an original maturity of three months or less to be cash equivalents. Restricted Cash and Cash Equivalents — Restricted cash and cash equivalents consist of amounts deposited into a financial institution held jointly between the Company and individual customers. The Company and customers have made this arrangement in lieu of withholding retention from payments for certain contracts. Marketable Securities — The Company's investments in marketable securities consisted of equity and debt securities. Debt securities are classified as available -for -sale. Realized gains and losses on available -for -sale debt securities are included in earnings; unearned holding gains and losses are reported in other comprehensive income. Equity securities are carried in the financial statements at fair value, and both realized and unrealized gains and losses are included in earnings. Upon the sale of investments, realized gains and losses are recorded using the specific identification method. Contract Receivables — Contract receivables are based on contracted prices and are billed in accordance with contractual arrangements generally on a progressive basis as work is completed. The Company utilizes the allowance method of accounting for losses from uncollectible accounts. Under this method, an allowance is provided based on historical experience and management's evaluation of outstanding contract receivables. Retainage receivables represents amounts withheld from billings to customers until work is substantially complete (or until certain milestones are reached, or both) to ensure that obligations under the contract are satisfied. In such cases, retainage is not subject only to the passage of time (i.e., it is conditioned on satisfactory performance) and the Company does not include it in contract receivables, but rather includes in contract assets. The Company bills such retainage receivables and includes in contract receivables when the performance obligations are satisfied. See accompanying independent accountants' review report AMG & ASSOCIATES, INC. Notes to the Financial Statements For the Year Ended December 31, 2022 Note 1 — Summary of Significant_ Accounting Policies (Continued) Contract Receivables (Continued) — Contract receivables are due 30 days after the issuance of the invoice. Retainage receivables are due 30 days after completion of the project and acceptance by the customer. Contract receivables past due more than 60 days are considered delinquent. Delinquent contract receivables are written off based on individual credit evaluations and the specific circumstances of the customer. At December 31, 2022, management considers contract receivables to be fully collectible and accordingly determined an allowance for doubtful accounts was not necessary. Contract Assets and Liabilities — Contract assets consisted of amounts due under retainage provisions and costs and estimated earnings in excess of billings on uncompleted contracts. Costs and estimated earnings in excess of billings represent the excess of contract costs and profits (or contract revenue) over the amount of contract billings to date. Accordingly, these amounts are classified as current assets. Contract liabilities consisted of billings in excess of costs and estimated earnings on uncompleted contracts. Billings in excess of costs and estimated earnings represent the excess of contract billings to date over the amount of contract costs and profits (or contract revenue) recognized to date. Accordingly, these amounts are classified as current liabilities. Property and Equipment, and Related Depreciation and Amortization — Property and equipment are stated at cost. Major renewals and improvements are charged to the property accounts while replacements, maintenance, and repairs which do not extend the estimated useful lives of the respective assets are expensed currently. At the time property and equipment is sold or otherwise disposed of, the property and related accumulated depreciation and amortization are relieved of the applicable amounts and any gain or loss is recorded. Depreciation and amortization are computed using the straight-line method over the estimated lives of the respective assets. Depreciation and amortization expense are charged to construction contracts if related to construction activities; otherwise it is charged to general and administrative expenses. The estimated useful lives of the assets are as follows: Assets Estimated Useful Lives Machinery and equipment 7 years Vehicles 5 years Office furniture and equipment 5 - 7 years Software 3 - 7 years Leasehold improvements 15 years See accompanying independent accountants' review report 9 AMG & ASSOCIATES, INC. Notes to the Financial Statements For the Year Ended December 31, 2022 Dote 1 — Summary of Significant Accounting Policies (Continued) Property and Equipment, and Related Depreciation and Amortization (Continued) — Depreciation and amortization expense was approximately $69,000 for the year ended December 31, 2022. Implementation of New Lease Guidance — In February 2016, the Financial Accounting Standards Board (FASB) issued ASU No. 2016-02, Leases (Topic 842), which requires lessees to recognize leases on the balance sheet and disclose certain key information about their leasing arrangements. The new standard establishes a right of use (the "ROU") model that requires a lessee to recognize a ROU asset and lease liability for certain lease contracts. For non-public companies, Topic 842 is effective for annual reporting periods beginning after December 15, 2021, and interim periods within those for annual reporting periods beginning after December 15, 2022. The Company adopted this new accounting standard on January 1, 2022, on a modified retrospective basis and applied the new standard to all leases. ASC Topic 842 allows the election of several practical expedients as part of adopting this new standard. The Company elected the transitional practical expedients which permits the Company not to reassess previous conclusions regarding lease identification, classification, and assessment of initial direct costs. The Company did not elect the use of hindsight with respect to determining the lease term. Lease Recognition under ASC 842 — The Company determines if an arrangement is a lease at its inception and if it conveys the right to control the use of the identified property, plant, or equipment for a period of time in exchange for consideration. The Company recognizes a ROU asset and lease liability on the commencement date of a lease arrangement based on the present value of lease payments over the lease term. When there is no discount rate implicit in a lease contract, a risk free borrowing rate ("RF") is utilized to calculate the present value of the lease for all asset classes. The Company elects the short-term lease exemption, and therefore, does not recognize ROU assets or lease liabilities for leases shorter than twelve months. For real estate leases, the Company does not elect the practical expedient to combine lease and non -lease components, therefore lease and non -lease components will be accounted for separately. For equipment leases, lease and non -lease components are accounted for as a single lease component. Impairment of Long -Lived Assets — The Company evaluates long-lived assets for impairment whenever events or changes in circumstances indicate that the carrying value of an asset may not be recoverable. If the estimated future cash flows (undiscounted and without interest charges) from the use of an asset are less than the carrying value, a write -down would be recorded to reduce the related asset to its estimated fair value. As of December 31, 2022, management determined there were no indicators of impairment. Fair Value Measurements —The Company, when required, measures and discloses certain financial assets and liabilities under the established framework for determining fair value. That framework provides a fair value hierarchy that prioritizes the inputs to valuation techniques used to measure fair value. The hierarchy gives the highest priority to unadjusted quoted prices in active markets for identical assets or liabilities (level 1 measurements) and the lowest priority to unobservable inputs (level 3 measurements). See accompanying independent accountants' review report 10 AMG & ASSOCIATES, INC. Notes to the Financial Statements For the Year Ended December 31, 2022 Note 1 — Summary of Significant Accounting Policies (Continued) Fair Value Measurements (Continued) — The standard describes three levels of inputs that may be used to measure fair value: Level 1 Quoted prices in active markets for identical assets or liabilities Level 2 Observable inputs other than level 1 prices, such as quoted prices for similar assets or liabilities; quoted prices in markets that are not active; or other inputs that are observable or can be corroborated by observable market data for substantially the full term of the assets or liabilities. Level 3 Unobservable inputs that are supported by little or no market activity and that are significant to the fair value of the assets or liabilities. The basis of fair value for mutual funds is market value based on quoted market prices; these are classified within Level 1 of the valuation hierarchy. The carrying values of cash and cash equivalents, contract receivables, contract assets, prepaid expenses and other current assets, accounts payable, contract liabilities and other accrued expenses approximate their fair values due to their short-term nature. The carrying value of long-term debt approximates its fair value due to bearing interest at rates that approximate current market rates for long-term debt with similar maturities and credit quality. Retainage Payable — Retainage payable represents costs incurred and estimated fees on contracts for which invoices have been received but retentions are withheld from vendors. When the job is complete or reaches a certain level of completion agreed upon in the contract, these amounts are then included in accounts payable. Revenue Recognition — The Company's work is performed primarily under fixed -price contracts as modified by change orders. The Company recognizes revenues on construction contracts over time, as the underlying performance obligations are satisfied, due to the continuous transfer of control to the customer. The Company's construction contracts are generally each accounted for as a single performance obligation, since the Company is providing a significant service of integrating components into a single project. The Company recognizes revenues using the cost -to -cost input method, which measures progress toward completion based on the percentage of cost incurred to date to estimated total cost for each performance obligation. Incurred costs represent work performed, which corresponds with, and thereby best depicts, the transfer of control to the customer. Revenues, including estimated fees or profits, are recorded proportionately as costs are incurred. Contract costs include labor, materials, equipment, subcontractor costs, and other direct and indirect costs including depreciation and amortization. Costs of wasted resources (material or labor) are excluded when measuring progress and are expensed as incurred. See accompanying independent accountants' review report 11 AMG & ASSOCIATES, INC. Notes to the Financial Statements For the Year Ended December 31, 2022 Note 1 — Summary of Significant Accounting Policies (Continued) Revenue Recognition (Continued) — Changes in job performance, job conditions, and estimated profitability may result in revisions to estimated revenues and costs. Changes in estimated job profitability resulting from variable consideration (such as incentives for completing a contract early or on time, penalties for not completing a contract on time, claims for which the Company has enforceable rights, or contract modifications/change orders in which the scope of modification has been approved, but the price has not been determined or approved) are made during the contract performance period. The Company estimates variable consideration at the most likely amount it expects to receive. The Company includes estimated amounts in contract revenues to the extent it is probable that a significant reversal of cumulative revenues recognized will not occur when the uncertainty associated with the variable consideration is resolved. Estimates of variable consideration and determination of whether to include estimated amounts in the transaction price are based largely on an assessment of anticipated performance and all information (historical, current and forecasted) that is reasonably available to management. Because of the inherent uncertainties in estimating contract revenues and costs, it is reasonably possible that the estimates used will change within the near -term. Changes in Estimates on Construction Contracts — The Company's estimates of contract revenues and cost are highly detailed, and many factors change during a contract performance period that result in a change to contract profitability. These factors include, but are not limited to, differing site conditions; availability of skilled contract labor; performance of major material suppliers and subcontractors; on -going subcontractor negotiations and buyout provisions; unusual weather conditions; changes in the timing of scheduled work; change orders; accuracy of the original bid estimate; changes in estimated labor productivity and costs based on experience to date; achievement of incentive -based income targets; and the expected, or actual, resolution terms for claims. The Company recognizes adjustments in estimated revenue recognized on contracts under the cumulative catch-up method. Under this method, the impact of the adjustment on revenue recorded to date is recognized in the period the adjustment is identified. Revenue and profit in future periods of contract performance is recognized using the adjusted estimate. If at any time the estimate of contract profitability indicates an anticipated loss on the contract, a provision for the entire loss is recognized in the period it is identified. Uninstalled Materials — Revenues on uninstalled materials are recognized when control is transferred to the customer, which does not necessarily equate to when the cost is incurred. Under limited circumstances (e.g., transfer of control occurs significantly before the Company provides services, the cost of the materials is significant), the Company recognizes revenue, but no profit, on certain uninstalled third -party materials when the cost is incurred. Warranties — Many of the Company's construction contracts contain warranty provisions covering defect in materials installed, design or workmanship that generally run for a year. Historically, the Company has not experienced significant warranty costs; therefore, the Company does not accrue future estimated expense against current operations. See accompanying independent accountants' review report 12 AMG & ASSOCIATES, INC. Notes to the Financial Statements For the Year Ended December 31, 2022 Note 1 — Summary of Significant Accounting Policies (Continued) Income Taxes — The Company, with the consent of its stockholders, has elected under the Internal Revenue Code to be a subchapter S corporation for income tax purposes. In lieu of federal corporation income taxes, the stockholders of an S corporation are taxed on their proportionate share of the Company's taxable income. Therefore, no provision or liability for federal income taxes has been included in the financial statements. For California franchise tax purposes, a tax is imposed at the greater of $800 or 1.5% of taxable income. The provision for state income taxes includes those taxes currently payable, as well as deferred income taxes. Deferred income taxes result from temporary timing differences on the recognition of expenses for income tax and financial reporting purposes. Uncertain Income Tax Positions — Accounting principles generally accepted in the United States of America require the Company to evaluate tax positions taken by the Company and recognize an income tax liability or asset if the Company has taken an uncertain position that more likely than not would not be sustained upon examination by taxing jurisdictions. The Company's policy is to recognize interest accrued and penalties related to unrecognized tax benefits in interest expense and penalties in operating expenses. Management has performed an analysis of potential uncertain tax positions and has determined that there are no uncertain tax positions that are more likely than not to be changed upon examination. With few exceptions, the Company is no longer subject to U.S. federal, state or local income tax examinations by tax authorities for years before 2018. Note 2 — Concentrations of Risks Cash and Cash Equivalents — Cash and cash equivalents are deposited with high credit quality financial institutions. The Company maintains cash deposits with financial institutions that at times exceeded amounts covered by the insurance provided by the Federal Deposit Insurance Corporation. The Company has not experienced any losses in the accounts, and management believes it is not exposed to significant risk of loss related to the excess deposits. Restricted Cash and Cash Equivalents — The Company maintains various retention escrow accounts that it holds jointly with certain customers for whom it provides construction services. The funds are released to the Company upon completion of each respective contract. The Company has not experienced losses in any escrow deposit accounts, and management believes it is not exposed to significant risk of loss related to restricted cash and cash equivalents. Contract Revenues and Receivables — Financial instruments, which potentially subject the Company to concentrations of credit risk, consist principally of contract receivables. The Company's revenues and contract receivables are primarily derived from construction contracts with customers primarily in the southern California and Nevada regions. Consequently, the Company's operations and its ability to collect amounts due under contracts are affected by economic fluctuations in the construction industry in these regions. Credit is extended to customers at regular business terms and conditions without collateral after the Company performs appropriate credit evaluations. The Company follows the practice of filing statutory liens or stop notices on all construction projects when collection problems are anticipated. See accompanying independent accountants' review report 13 AMG & ASSOCIATES, INC. Notes to the Financial Statements For the Year Ended December 31, 2022 Note 2 — Concentrations of Risks (Continued) Contract Revenues and Receivables (Continued) — During the year ended December 31, 2022, approximately 64% of contract revenues were earned from three customers. In addition, four customers accounted for approximately 47% of contract receivables at December 31, 2022. Note 3 — Contract Receivables The beginning and ending balances of contract receivables for the year end December 31, 2022 were as follows: December 31, January 1, 2022 2022 Contract receivables $ 11,620,581 $ 8,922,773 Note 4 — Contract Assets and Contract Liabilities The beginning and ending balances of contract assets and contract liabilities for the year end December 31, 2022 were as follows: Contract assets: Retainage receivable Costs and estimated earnings in excess of billings Contract liabilities: Billings in excess of costs and estimated earnings December 31, January 1, 2022 2022 $ 3,455,305 $ 4,275,418 634,369 33,849 $ 4,089,674 $ 4,309,267 $ 6,139,870 $ 4,831,038 The components of uncompleted contracts at December 31, 2022 were as follows: Costs incurred on uncompleted contracts Estimated earnings Provision for losses on uncompleted contracts Less: billings to date $ 130,661,705 7,723,899 625,343 139,010,947 144,516,448 $ (5,505,501) See accompanying independent accountants' review report 14 AMG & ASSOCIATES, INC. Notes to the Financial Statements For the Year Ended December 31, 2022 Note 4 — Contract Assets and Contract Liabilities (Continued)= The balance is recorded in contract assets and liabilities as follows: Costs and estimated earnings in excess of billings on uncompleted contracts $ 634,369 Billings in excess of costs and estimated earnings on uncompleted contracts (6,139,870) $ (5,505,501) Note 5 — Marketable Securities The Company's investments in marketable securities, classified as available -for -sale, at December 31, 2022, consisted of equity securities as follows: Investment Type Mutual Funds Note 6 — Line of Credit Cost $ 7,209,670 Unrealized Losses, Net Fair Market Value $ (794,883) $ 6.414,787 The Company has a revolving bank line of credit (the "Line"), which allows for maximum borrowings of $6,000,000 and expires in June 2023. The Line is collateralized by substantially all assets of the Company and is personally guaranteed by the stockholders of the Company. Interest on the Line is payable monthly at the greater of the bank's prime rate (7.50% at December 31, 2022) plus 0.50% with a floor of 3.50%. The Company is required to maintain various financial conditions and covenants as specified in the credit agreement. Management of the Company was not aware of any violations of conditions or covenants contained in the agreement and there were no outstanding borrowings under the Line at December 31, 2022. Note 7 — Related Partv Lease The Company leases its office from HWF, an entity owned by the stockholders of the Company. The lease expires in March 2024 and requires monthly payments of $9,988. Additionally, the Company is responsible for certain executory costs, including real estate taxes, insurance, and other expenses relating to the leased property. See accompanying independent accountants' review report 15 AMG & ASSOCIATES, INC. Notes to the Financial Statements For the Year Ended December 31, 2022 Note 7 — Related Part Lease ease — (Continued) The following summarizes the line items in the income statement which include the components of lease expense for the year ended December 31, 2022: Operating lease costs: Operating leases, included in selling, general and administrative expenses $ 119,856 The following summarizes cash flow information related to leases for the year ended December 31, 2022: Cash paid for amounts included in the measurement of lease liability: Operating cash flows for operating leases 119,856 The following summarizes the weighted average remaining lease term and discount rate as of December 31, 2022: Weighted Average Remaining Lease Term: 1.25 Weighted Average Discount Rate: 0.78% The maturities of lease liabilities as of December 31, 2022 were as follows: Year Ending December 31, 2023 $ 119,856 2024 29,964 149,820 Less: interest (679) $ 149,141 Note S —Commitments and Contingencies Surety Bonds — As a normal part of the construction business, the Company is required to furnish various types of surety bonds for certain construction contracts. These bonds back the Company's guaranty to perform its contractual obligations pursuant to the terms of its contracts with customers. In connection with the Company's bonding requirements, the Company's shareholders have agreed to indemnify the surety issuing the bonds in the event that surety incurs a loss. The Company is not charged a fee for this indemnification. See accompanying independent accountants' review report 16 AMG & ASSOCIATES, INC. Notes to the Financial Statements For the Year Ended December 31, 2022 Mote 8 — Commitments and Contingencies (Continued) Related Party Guarantee — The Company has guaranteed approximately $1,087,000 of debt carried by HWF. The debt is in the form of mortgage loans and is due in monthly installments with final payment due during the year ended December 31, 2029. The building is pledged as collateral and the mortgage is guaranteed by the Company, the stockholders, and the stockholders' trust. The Company would be obligated to perform under this guarantee if HWF failed to pay principal and interest payments to the lender when due. There is currently no recorded liability for potential losses under this guarantee, nor is there any liability for the Company's obligation to "stand ready" to fund such guarantee. However, if the Company were required to honor the guarantee, it would have the right to proceed with collection from HWF. As of December 31, 2022, HWF is current with its debt obligations. Contingencies — In the normal course of business, the Company has entered into contracts and agreements with customers and subcontractors. These contracts and agreements commit the Company to various specific and contingent obligations. The Company is also subject to legal proceedings, claims, assessments and subject to various local, state and federal environmental regulations that arise in the ordinary course of business. Management believes that these obligations will not have a material impact on the Company's financial position or its results of operations. Note_9 — Other Income, Net Other income, net for the year ended December 31, 2022 consisted of the following: Dividend income $ 120,210 Interest income 4,823 Interest expense (129) Investment advisory fees (42,751) Employee retention tax credits 928,826 Research and development tax credits 47,131 Miscellaneous income 19,140 Realized (losses) on sales of marketable securities (29,060) Unrealized (losses) on marketable securities (794,883) $ 253,307 See accompanying independent accountants' review report 17 AMG & ASSOCIATES, INC. Notes to the Financial Statements For the Year Ended December 31, 2022 Nate 10 -- Income Tax- (Benefit) The income tax (benefit) for the year ended December 31, 2022 consisted of the following: Current state income taxes: State Deferred state income tax (benefit): State $ 12,616 (32,365) $ 19,749 At December 31, 2022, the deferred income tax assets (liabilities) were comprised of the following: Assets $ 23,981 Liabilities Net deferred tax asset (579) $ 23,402 Deferred income taxes primarily result from different depreciation methods, de minimis contract income, timing differences in the recognition of unrealized gains and losses on marketable securities and the deductibility of accrued vacation for income tax and financial statement purposes. The provision for income taxes did not conform to the statutory tax rates due to the research and development credits received for prior tax years. Note 11 — Backlog The following schedule summarizes changes in backlog of signed contracts during the year ended December 31, 2022: Balance, December 31, 2021 $ 92,027,703 New contracts and revisions during the year 93,500,793 185,528,496 Less: contract revenues earned during the year 78,648,210 Balance, December 31, 2022 $ 106,880,286 In addition, between January 1, 2023 and March 13, 2023, the Company entered into contracts for a total of approximately $75,6189,000. See accompanying independent accountants' review report 18 AMG & ASSOCIATES, INC. Notes to the Financial Statements For the Year Ended December 31, 2022 Note _12_-- Subsequent Events The Company has evaluated subsequent events through March 13, 2023, the date which the financial statements were available to be issued. Management has determined that there were no other events that require additional disclosures. See accompanying independent accountants' review report 19 Supplementary Information Contracts completed Contracts in progress AMG & ASSOCIATES, INC. Schedule I Earnings From Contracts For the Year Ended December 31, 2022 Contract Cost of Revenues Revenues Gross Earned Earned Profit $ 2,913,823 75,734,387 $ 2,596,830 $ 316,993 72,436,078 3,298,309 $ 78,648,210 $ 75,032,908 $ 3,615,302 See accompanying independent accountants' review report 20 AMG & ASSOCIATES, INC. Schedule II Cost of Revenues Earned For the Year Ended December 31, 2022 Labor and related expenses $ 4,747,377 Materials 1,252,587 Other 6,161,454 Subcontractors 62,871,490 Total cost of revenues earned $ 75,032,908 See accompanying independent accountants' review report 21 AMG & ASSOCIATES, INC. Schedule III Selling, General, and Administrative Expenses For the Year Ended December 31, 2022 Administrative salaries $ 971,355 Auto 50,896 Bids 35,690 Board of advisors 32,732 Charitable contributions 8,540 Computer 97,326 Depreciation and amortization 68,575 Dues and subscriptions 14,700 Employee benefits 221,181 Insurance 378,303 Legal and accounting 80,644 Meals and entertainment 28,363 Miscellaneous 119,409 Office supplies and other 43,330 Officers' salaries 82,558 Outside services 223,627 Payroll taxes and related 102,450 Postage 10,700 Professional fees 149,673 Rent 123,156 Telephone and utilities 23,849 Total selling, general, and administrative expenses $ 2,867,057 See accompanying independent accountants' review report 22 AMG & Associates, Inc. Schedule IV Contracts Completed For the Year Ended December 31, 2022 Before For the Year Ended Total Contract Januaryi,2OZ2 December 31. 2022 Gross Gross Total Total Profit Revenues Costs Gross Revenues Costs Profit No. Description Revenues Costs (Loss) Earned Incurred Proilt Earned Incurred (Loss) 18-128-10 18-130-10 21-151-10 R&B Schultz Measure T Elementary Vemola Park $ 5,502,772 $ 4,877,562 7,953,793 5,071,342 $ 4,484,559 7,316,754 431,430 393,003 637,039 3 5,413,601 4,619,392 5,387,311 $ 5,061,717 S 4,203,646 5,117,946 351,884 415,746 269,365 $ 89,171 258,170 2,566,4E2 s 9,625 $ 280,913 2,198,808 79,546 (22,743) 367,674 Costs related to contracts oreviously completed 107.484 107 107,484 107 4841 $ 1 B 334 127 16 9B0 139 $ 1.353.988 s t5 420 304 $ 14,38309 s 1 $ 2 913.823 $ 2M 830 s 316.993 See accompanying independent accountants' review report 23 AMG & Associates, Inc. Schedule V Contracts in Progress December 31. 2022 DlCsm- 31 2a22 Tolai Cemmct From MecptloaW Cos. and iRnaR in For Ore Year Ended De:xmtra.r i1. NU Estmer ed Escece of Oaeasab-l1 2022 E.Umalad Estimated Gross Prew:on Grow FWna1eG Earnings Goats and Groh Total Tatsl ProFB Ra--- Costs For Eslinaled Pro Fit Bilbd LOats to in Esoess Estimated -an- Coals Profit No 0eaeriplion Revewea Gusts Losell narlrld Ls4iarsd Lassa Ie Or W Lem of Billi Eennir s F +1sd iK .O li 17-122-10 LAUSD Mendez HS 7,271,108 5 6,543,997 S 727,111 1 7,178,505 S 6,460,654 S 1 717.851 S 7,268,567 S 83,343 1 - $ 90,062 S 369,228 S 332,305 S 36,923 17-125-10 LAUSD4YraWAds HS 5,537,340 4.955.919 581,421 5,328.119 4,768,666 - 559,453 5,537,340 107,253 209,221 512,649 362,511 150.138 18-129-10 LAUSD YES Academy 6,709,338 6,373,871 335,467 6,569,156 6,231,19E - 327,958 6,265,256 142,673 293,900 - 1,014,809 964,06E 50,741 20-143-10 La Puente HS 12.167.564 11,741,699 425,865 11,991,805 11,572,092 - 419,713 12,040,705 169,607 - 48,900 3,981,682 4,042,576 (60,804) 20-144-10 Crardall Gym SLO 3,014.574 2,924.137 90,437 2,903.176 2,816,081 87,095 3,005,445 108.056 102,269 2,605.916 2,539,529 66,287 20-148-10 Allan Hancock 46.432.700 42,950,247 3.482,453 43,393,746 40,139,216 - 3,254,532 44,539,097 2,811.031 - 1,145,349 17,277.009 15,981.232 1,295,777 21-149-10 G-rd Transport 27,088,674 28,172,221 (1,083,5471 11,455.102 11,913,306 625.343 (1,083,547) 12,719,866 16,258,915 1,264.754 7,827,008 8,946,B36 (1,119,B2a) 21-150-10 21-153-10 Landmark Seuam Piretree New SSC 18,848,177 4,732.033 16,963:3521 4,542752 1.11,2111 1B92B1 15,297,731 4,443,41fi 13,11.111 4,265.680 1,529,773 177,736 16,311.303 4,393,024 3,195,401 277,072 - 50,392 1,013.572 - 10,843,2BB 2,793,579 9,692,143 2,681.036 1,151,145 111,743 21-154-10 Aadams Elementary 11,723,637 11,137,455 586,102 7,029,621 6,676,140 351,4al 7,463,772 4,459,315 - 434,151 5,577.615 5,313,254 264,361 21-155-10 Ranh. Cucamonga FS 17.351,754 16,320,049 1.041,705 5,700,967 5,434.109 346,858 5,998.440 10,885,940 - 217.473 5,282,003 4,965,083 316,920 22-15fi-10 Fresno Express Facility 11,627,298 10,464,568 1,162,730 1,962,087 1,765.678 196,209 1,710,301 8.698,690 251,786 - 1,962,067 1,765,078 196209 22-157-10 Ledsra Linda Park 13,949,991 13,112,992 836,999 5,672,801 5,332,433 340,35B 6,158,574 7,780,559 - 4B5,773 5,672,801 5,332,433 340,36a 22-158.10 Del Sol Academy 4,224,000 4,055,040 168,960 2,789,900 2,678,304 111,596 2,751,509 1,376.736 3B,291 - 2.789,900 2,67B,304 111,596 22-159-10 Clana Instructional Bldg 23,591,254 22,411.691 1,179,553 4,666.597 4,433,267 233,330 4,977,417 17,978,424 310,820 4,666,597 4.433.267 233,330 22-1fi0-10 Cal Poly Tech Park 9,589,000 9,013,660 575,340 409,767 3B5,lal • 24,586 931,797 8,628,479 - 522,030 409,7fi7 385, 181 24,585 22-1fi1-10 CSUS Child D-bp Center 15,557,791 14,624,324 933,467 1,914,690 1,799,008 114.881 2,174,519 12,824,515 - 259,82B 1,914,690 1,799,809 114,881 22-163-10 iharMrlaa A M SlnC4r 6,465.000 6,077,100 3B7,900 233,750 219.733 - 14.026 269.416 5,857,367 35,657 233,759 219,733 14.026 1 2"T= 1 i337.06 1 6 1 152 1 139.01.1 1 130 551.705 S 625 343 S 7.723 899 S 144 516.448 S 101 723 376 S 63-269 S 0.133270 S 75,734,387 S 72-436 079 S 3298 309 See accompanying independent accountants' review report 24 AMG & ASSOCIATES, INC. Reviewed Financial Statements For the Year Ended December 31, 2021 AMG & ASSOCIATES, INC. Contents For the Year Ended December 31, 2021 Independent Accountants' Review Report Financial Statements Balance Sheet 2-3 Statement of Income 4 Statement of Stockholders' Equity 5 Statement of Cash Flows 6-7 Notes to the Financial Statements 8 —19 Supplementary Information Schedule I — Earnings from Contracts 20 Schedule II — Cost of Revenues Earned 21 Schedule III — Selling, General, and Administrative Expenses 22 Schedule IV — Contracts Completed 23 Schedule V — Contracts in Progress 24 9el man CPAS 6 BUSINESS ADVISORS INDEPENDENT ACCOUNTANTS' REVIEW REPORT Board of Directors and Stockholders AMG & ASSOCIATES, INC. Santa Clarita, California We have reviewed the accompanying financial statements of AMG & Associates, Inc. (an S corporation), which comprise the balance sheet as of December 31, 2021, and the related statements of income, stockholders' equity, and cash flows for the year then ended, and the related notes to the financial statements. A review includes primarily applying analytical procedures to management's financial data and making inquiries of company management. A review is substantially less in scope than an audit, the objective of which is the expression of an opinion regarding the financial statements as a whole. Accordingly, we do not express such an opinion. Management's Responsibility for the Financial Statements Management is responsible for the preparation and fair presentation of these financial statements in accordance with accounting principles generally accepted in the United States of America; this includes the design, implementation, and maintenance of internal control relevant to the preparation and fair presentation of financial statements that are free from material misstatement whether due to fraud or error. Accountants' Responsibility Our responsibility is to conduct the review engagement in accordance with Statements on Standards for Accounting and Review Services promulgated by the Accounting and Review Services Committee of the AICPA. Those standards require us to perform procedures to obtain limited assurance as a basis for reporting whether we are aware of any material modifications that should be made to the financial statements for them to be in accordance with accounting principles generally accepted in the United States of America. We believe that the results of our procedures provide a reasonable basis for our conclusion. We are required to be independent of AMG & Associates, Inc. and to meet our other ethical responsibilities, in accordance with the relevant ethical requirements related to our review. Accountants' Conclusion Based on our review, we are not aware of any material modifications that should be made to the accompanying financial statements in order for them to be in accordance with accounting principles generally accepted in the United States of America. Supplementary Information The supplementary information contained in Schedules I through V is presented for purposes of additional analysis and is not a required part of the basic financial statements. Such information is the responsibility of management and was derived from, and relates directly to, the underlying accounting and other records used to prepare the financial statements. The supplementary information has been subjected to the review procedures applied in our review of the basic financial statements. We are not aware of any material modifications that should be made to the supplementary information. We have not audited the supplementary information and, do not express an opinion on such information. ALL? March 2, 2022 Irvine, California 714 667 2600 fax 714 667 2636 1 Park Plaza, Suite 950, Irvine, CA 92614 wYV1AiCo m of 1 1 1 Fa. ca m AMG & ASSOCIATES, INC. Balance Sheet December 31, 2021 ASSETS Current assets: Cash and cash equivalents $ 11,170,214 Marketable securities 5,160,784 Contract receivables 8,922,773 Contract assets 4,309,267 Prepaid expenses and other current assets 36,058 Total current assets 29,599,096 Property and equipment: Machinery and equipment 23,998 Vehicles 281,227 Office furniture and equipment 88,322 Software 8,679 Leasehold improvements 409,000 811,226 Less: accumulated depreciation and amortization 348,844 Total property and equipment, net 462,382 $ 30,061,478 Continued 2 AMG & ASSOCIATES, INC. Balance Sheet December 31, 2021 LIABILITIES AND STOCKHOLDERS' EQUITY Current liabilities: Current maturities of long-term debt $ 12,923 Accounts payable and accrued expenses, including 12,812,906 retainage of $4,006,793 Contract liabilities 4,831,038 Miscellaneous payables 202,362 Accrued wages and related expenses 205,897 Accrued income taxes 56,244 Total current liabilities 18,121,370 Long-term liabilities: Deferred income taxes 8,963 Total liabilities 18,130,333 Stockholders' equity: Common stock, no stated value; 100,000 shares authorized; 7,550 shares issued and outstanding 7,550 Additional paid -in capital 420,994 Retained earnings 11,502,601 Total stockholders' equity 11,931,145 $ 30,061,478 See accompanying independent accountants' review report and notes to the financial statements 3 AMG & ASSOCIATES, INC. Statement of Income For the Year Ended December 31, 2021 Contract revenues earned Cost of revenues earned Gross profit Selling, general, and administrative expenses Income from operations Other income, net Income before provision for income taxes $ 60,166,705 55,677,082 4,489,623 2,423,141 2,066,482 1,914,497 3,980,979 Provision for income taxes 23,324 Net income $ 3.957.655 See accompanying independent accountants' review report and notes to the financial statements 4 AMG & ASSOCIATES, INC. Statement of Stockholders' Equity For the Year Ended December 31, 2021 Additional Total Common Paid -in Retained Stockholders' Stock Capital Earnings Equity Balance, December 31, 2020 $ 7,550 $ 420,994 $ 8,507,575 $ 8,936,119 Net income - - 3,957,655 3,957,655 Distributions - - (962,629) (962,629) Balance, December 31, 2021 $ 7,550 $ 420,994 $ 11,502,601 $ 11,931,145 See accompanying independent accountants' review report and notes to the financial statements 5 AMG & ASSOCIATES, INC. Statement of Cash Flows For the Year Ended December 31, 2021 Cash Flows From Operating Activities: Net income $ 3,957,655 Adjustments to reconcile net income to net cash provided by operating activities Depreciation and amortization 76,100 Gain on PPP loan forgiveness (730,000) Realized gain on sale of marketable securities (213,491) Unrealized gains on marketable securities (127,564) Deferred income taxes (53,355) (Increase) decrease in: Contract receivables 1,672,442 Contract assets 4,844,324 Prepaid and other current assets 14,697 Increase (decrease) in: Accounts payable and accrued expenses, including retainage (3,448,186) Contract liabilities (45,878) Miscellaneous payable 202,362 Accrued wages and related expenses 102,593 Accrued income taxes 46,679 Net cash provided by operating activities 6,298,378 Cash Flows From Investing Activities: Purchases of marketable securities (1,412,112) Proceeds from sales of marketable securities 1,363,856 Purchases of property and equipment (34,912) Net cash (used in) investing activities (83,168) Continued AMG & ASSOCIATES, INC. Statement of Cash Flows For the Year Ended December 31, 2021 Cash Flows From Financing Activities: Principal repayments of long-term debt (23,170) Distributions (962,629) Net cash (used in) financing activities (985,799) Net increase in cash and cash equivalents 5,229,411 Cash and cash equivalents, beginning of year 5,940,803 Cash and cash equivalents, end of year $ 11,170,214 Supplemental Disclosure of Cash Flow Information: Cash paid during the year for: Interest $ 641 Income taxes $ 30,000 See accompanying independent accountants' review report and notes to the financial statements 7 AMG & ASSOCIATES, INC. Notes to the Financial Statements For the Year Ended December 31, 2021 Note 1 — Summary of Significant Accountina Policies Nature of Operations — AMG & Associates, Inc. (the "Company") was incorporated in April 2005 in the state of California. The Company provides general contracting services to mid -range public works projects concentrating on the construction or renovation of public schools and government offices located within the state of California and federal projects, including projects forthe U.S. military located within the United States. Operating Cycle — Assets and liabilities relating to long-term construction contracts (principally retention) are included in current assets and current liabilities since they will be liquidated in the normal course of contract completion, although this may require more than one year. A one-year time period is used as the basis for classifying all other current assets and liabilities. Use of Estimates — Management uses estimates and assumptions in preparing these financial statements in accordance with accounting principles generally accepted in the United States of America. Those estimates and assumptions affect the reported amounts of assets and liabilities and disclosures of contingent assets and liabilities, and the reported revenues and expenses. Actual results could differ from these estimates. Cash and Cash Equivalents — The Company considers all liquid debt instruments and short-term investments purchased with an original maturity of three months or less to be cash equivalents. Marketable Securities — The Company's investments in marketable securities consisted of equity and debt securities. Debt securities are classified as available -for -sale. Realized gains and losses on available -for -sale debt securities are included in earnings; unearned holding gains and losses are reported in other comprehensive income. Equity securities are carried in the financial statements at fair value, and both realized and unrealized gains and losses are included in earnings. Upon the sale of investments, realized gains and losses are recorded using the specific identification method. Contract Receivables — Contract receivables are based on contracted prices and are billed in accordance with contractual arrangements generally on a progressive basis as work is completed. The Company utilizes the allowance method of accounting for losses from uncollectible accounts. Under this method, an allowance is provided based on historical experience and management's evaluation of outstanding contract receivables. Retainage receivables represents amounts withheld from billings to customers until work is substantially complete (or until certain milestones are reached, or both) to ensure that obligations under the contract are satisfied. In such cases, retainage is not subject only to the passage of time (i.e., it is conditioned on satisfactory performance) and the Company does not include it in contract receivables, but rather includes in contract assets. The Company bills such retainage receivables and includes in contract receivables when the performance obligations are satisfied. See accompanying independent accountants' review report 8 AMG & ASSOCIATES, INC. Notes to the Financial Statements For the Year Ended December 31, 2021 Note 1 -- Summary of Significant Accounting Policies (Continued) Contract Receivables (Continued) — Contract receivables are due 30 days after the issuance of the invoice. Retainage receivables are due 30 days after completion of the project and acceptance by the customer. Contract receivables past due more than 60 days are considered delinquent. Delinquent contract receivables are written off based on individual credit evaluations and the specific circumstances of the customer. At December 31, 2021, management considers contract receivables to be fully collectible and accordingly determined an allowance for doubtful accounts was not necessary. Contract Assets and Liabilities — Contract assets consisted of amounts due under retainage provisions and costs and estimated earnings in excess of billings on uncompleted contracts. Costs and estimated earnings in excess of billings represent the excess of contract costs and profits (or contract revenue) over the amount of contract billings to date. Accordingly, these amounts are classified as current assets. Contract liabilities consisted of billings in excess of costs and estimated earnings on uncompleted contracts. Billings in excess of costs and estimated earnings represent the excess of contract billings to date over the amount of contract costs and profits (or contract revenue) recognized to date. Accordingly, these amounts are classified as current liabilities. Property and Equipment, and Related Depreciation and Amortization — Property and equipment are stated at cost. Major renewals and improvements are charged to the property accounts while replacements, maintenance, and repairs which do not extend the estimated useful lives of the respective assets are expensed currently. At the time property and equipment is sold or otherwise disposed of, the property and related accumulated depreciation and amortization are relieved of the applicable amounts and any gain or loss is recorded. Depreciation and amortization are computed using the straight-line method over the estimated lives of the respective assets. Depreciation and amortization expense are charged to construction contracts if related to construction activities; otherwise it is charged to general and administrative expenses. The estimated useful lives of the assets are as follows: Assets Estimated Useful Lives Machinery and equipment 7 years Vehicles 5 years Office furniture and equipment 5 - 7 years Software 3 - 7 years Leasehold improvements 15 years See accompanying independent accountants' review report 9 AMG & ASSOCIATES, INC. Notes to the Financial Statements For the Year Ended December 31, 2021 Note 1 --Summary of Significant Accounting Policies (Continued) Property and Equipment, and Related Depreciation and Amortization (Continued) — Depreciation and amortization expense was approximately $76,000 for the year ended December 31, 2021. Impairment of Long -Lived Assets — The Company evaluates long-lived assets for impairment whenever events or changes in circumstances indicate that the carrying value of an asset may not be recoverable. If the estimated future cash flows (undiscounted and without interest charges) from the use of an asset are less than the carrying value, a write -down would be recorded to reduce the related asset to its estimated fair value. As of December 31, 2021, management determined there were no indicators of impairment. Fair Value Measurements —The Company, when required, measures and discloses certain financial assets and liabilities under the established framework for determining fair value. That framework provides a fair value hierarchy that prioritizes the inputs to valuation techniques used to measure fair value. The hierarchy gives the highest priority to unadjusted quoted prices in active markets for identical assets or liabilities (level 1 measurements) and the lowest priority to unobservable inputs (level 3 measurements). The standard describes three levels of inputs that may be used to measure fair value: Level 1 Quoted prices in active markets for identical assets or liabilities Level 2 Observable inputs other than level 1 prices, such as quoted prices for similar assets or liabilities; quoted prices in markets that are not active; or other inputs that are observable or can be corroborated by observable market data for substantially the full term of the assets or liabilities. Level 3 Unobservable inputs that are supported by little or no market activity and that are significant to the fair value of the assets or liabilities. The basis of fair value for mutual funds is market value based on quoted market prices; these are classified within Level 1 of the valuation hierarchy. The carrying values of cash and cash equivalents, contract receivables, contract assets, prepaid expenses and other current assets, accounts payable, contract liabilities and other accrued expenses approximate their fair values due to their short-term nature. The carrying value of long-term debt approximates its fair value due to bearing interest at rates that approximate current market rates for long-term debt with similar maturities and credit quality. Retainage Payable — Retainage payable represents costs incurred and estimated fees on contracts for which invoices have been received but retentions are withheld from vendors. When the job is complete or reaches a certain level of completion agreed upon in the contract, these amounts are then included in accounts payable. See accompanying independent accountants' review report 10 AMG & ASSOCIATES, INC. Notes to the Financial Statements For the Year Ended December 31, 2021 Note 1 — Summary of Significant Accounting Policies (Continued) Revenue Recognition — The Company's work is performed primarily under fixed -price contracts as modified by change orders. The Company recognizes revenues on construction contracts over time, as the underlying performance obligations are satisfied, due to the continuous transfer of control to the customer. The Company's construction contracts are generally each accounted for as a single performance obligation, since the Company is providing a significant service of integrating components into a single project. The Company recognizes revenues using the cost -to -cost input method, which measures progress toward completion based on the percentage of cost incurred to date to estimated total cost for each performance obligation. Incurred costs represent work performed, which corresponds with, and thereby best depicts, the transfer of control to the customer. Revenues, including estimated fees or profits, are recorded proportionately as costs are incurred. Contract costs include labor, materials, equipment, subcontractor costs, and other direct and indirect costs including depreciation and amortization. Costs of wasted resources (material or labor) are excluded when measuring progress and are expensed as incurred. Changes in job performance, job conditions, and estimated profitability may result in revisions to estimated revenues and costs. Changes in estimated job profitability resulting from variable consideration (such as incentives for completing a contract early or on time, penalties for not completing a contract on time, claims for which the Company has enforceable rights, or contract modifications/change orders in which the scope of modification has been approved, but the price has not been determined or approved) are made during the contract performance period. The Company estimates variable consideration at the most likely amount it expects to receive. The Company includes estimated amounts in contract revenues to the extent it is probable that a significant reversal of cumulative revenues recognized will not occur when the uncertainty associated with the variable consideration is resolved. Estimates of variable consideration and determination of whether to include estimated amounts in the transaction price are based largely on an assessment of anticipated performance and all information (historical, current and forecasted) that is reasonably available to management. Because of the inherent uncertainties in estimating contract revenues and costs, it is reasonably possible that the estimates used will change within the near -term. Changes in Estimates on Construction Contracts —The Company's estimates of contract revenues and cost are highly detailed, and many factors change during a contract performance period that result in a change to contract profitability. These factors include, but are not limited to, differing site conditions; availability of skilled contract labor; performance of major material suppliers and subcontractors; on -going subcontractor negotiations and buyout provisions; unusual weather conditions; changes in the timing of scheduled work; change orders; accuracy of the original bid estimate; changes in estimated labor productivity and costs based on experience to date; achievement of incentive -based income targets; and the expected, or actual, resolution terms for claims. See accompanying independent accountants' review report 11 AMG & ASSOCIATES, INC. Notes to the Financial Statements For the Year Ended December 31, 2021 Note 1 m- Summary of Significant. Accounting. Policies (Continued) Changes in Estimates on Construction Contracts (Continued) - The Company recognizes adjustments in estimated revenue recognized on contracts under the cumulative catch-up method. Under this method, the impact of the adjustment on revenue recorded to date is recognized in the period the adjustment is identified. Revenue and profit in future periods of contract performance is recognized using the adjusted estimate. If at any time the estimate of contract profitability indicates an anticipated loss on the contract, a provision for the entire loss is recognized in the period it is identified. Uninstalled Materials — Revenues on uninstalled materials are recognized when control is transferred to the customer, which does not necessarily equate to when the cost is incurred. Under limited circumstances (e.g., transfer of control occurs significantly before the Company provides services, the cost of the materials is significant), the Company recognizes revenue, but no profit, on certain uninstalled third -party materials when the cost is incurred. Warranties — Many of the Company's construction contracts contain warranty provisions covering defect in materials installed, design or workmanship that generally run for a year. Historically, the Company has not experienced significant warranty costs; therefore, the Company does not accrue future estimated expense against current operations. Income Taxes — The Company, with the consent of its stockholders, has elected under the Internal Revenue Code to be a subchapter S corporation for income tax purposes. In lieu of federal corporation income taxes, the stockholders of an S corporation are taxed on their proportionate share of the Company's taxable income. Therefore, no provision or liability for federal income taxes has been included in the financial statements. For California franchise tax purposes, a tax is imposed at the greater of $800 or 1.5% of taxable income. The provision for state income taxes includes those taxes currently payable, as well as deferred income taxes. Deferred income taxes result from temporary timing differences on the recognition of expenses for income tax and financial reporting purposes. Uncertain Income Tax Positions —Accounting principles generally accepted in the United States of America require the Company to evaluate tax positions taken by the Company and recognize an income tax liability or asset if the Company has taken an uncertain position that more likely than not would not be sustained upon examination by taxing jurisdictions. The Company's policy is to recognize interest accrued and penalties related to unrecognized tax benefits in interest expense and penalties in operating expenses. Management has performed an analysis Iof potential uncertain tax positions and has determined that there are no uncertain tax positions that are more likely than not to be changed upon examination. With few exceptions, the Company is no longer subject to U.S. federal, state or local income tax examinations by tax authorities for years before 2017. See accompanying independent accountants' review report 12 AMG & ASSOCIATES, INC. Notes to the Financial Statements For the Year Ended December 31, 2021 Note 1 — Summary of Significant Accounting Policies (Continued) Recently Issued Accounting Pronouncements — In February 2016, the FASB issued new accounting guidance which changes accounting requirements for leases (the "Lease Guidance"). The Lease Guidance requires lessees to recognize the assets and liabilities arising from all leases, including those classified as operating leases under previous accounting guidance, on the Company's balance sheet. The Lease Guidance also requires disclosure of significant information about leasing arrangements to increase transparency and comparability among organizations. The Company continues to evaluate the impact of the Lease Guidance on its financial statements. The Lease Guidance will be effective for annual reporting periods beginning after December 15, 2021 and interim reporting periods within annual reporting periods beginning after December 15, 2022. Early application of the Lease Guidance is permitted. Note 2 — Concentrations of Risks Cash and Cash Equivalents — Cash and cash equivalents are deposited with high credit quality financial institutions. The Company maintains cash deposits with financial institutions that at times exceeded amounts covered by the insurance provided by the Federal Deposit Insurance Corporation. The Company has not experienced any losses in the accounts, and management believes it is not exposed to significant risk of loss related to the excess deposits. Contract Revenues and Receivables — Financial instruments, which potentially subject the Company to concentrations of credit risk, consist principally of contract receivables. The Company's revenues and contract receivables are primarily derived from construction contracts with customers primarily in the southern California and Nevada regions. Consequently, the Company's operations and its ability to collect amounts due under contracts are affected by economic fluctuations in the construction industry in these regions. Credit is extended to customers at regular business terms and conditions without collateral after the Company performs appropriate credit evaluations. The Company follows the practice of filing statutory liens or stop notices on all construction projects when collection problems are anticipated. During the year ended December 31, 2021, approximately 54% of contract revenues were earned from two customers. In addition, three customers accounted for approximately 49% of contract receivables at December 31, 2021. Note 3 — Contract Receivables The beginning and ending balances of contract receivables for the year end December 31, 2021 were as follows: December 31, January 1, 2021 2021 Contract receivables $ 8,922,773 $ 10,595,215 See accompanying independent accountants' review report 13 AMG & ASSOCIATES, INC. Notes to the Financial Statements For the Year Ended December 31, 2021 Note 4 — Contract Assets and Contract Liabilities The beginning and ending balances of contract assets and contract liabilities for the year end December 31, 2021 were as follows: Contract assets: Retainage receivable Costs and estimated earnings in excess of billings Contract liabilities: Billings in excess of costs and estimated earnings December 31, 2021 January 1, 2021 $ 4,275,418 $ 9,050,925 33,849 102,666 $ 4,309,267 $ 9,153,591 $ 4,831,038 $ 4,876,916 The components of uncompleted contracts at December 31, 2021 were as follows: Costs incurred on uncompleted contracts Estimated earnings Less: billings to date The balance is recorded in contract assets and liabilities as follows: Costs and estimated earnings in excess of billings on uncompleted contracts Billings in excess of costs and estimated earnings on uncompleted contracts $ 73,234,279 5,462,585 78,696,864 83,494,053 $ (4,797,189 $ 33,849 (4,831,038) $ (4,797,189) See accompanying independent accountants' review report 14 AMG & ASSOCIATES, INC. Notes to the Financial Statements For the Year Ended December 31, 2021 Note 5 — Marketable Securities The Company's investments in marketable securities, classified as available -for -sale, at December 31, 2021, consisted of equity securities as follows: Investment Type Mutual Funds Note 6 — Line of Credit Cost Unrealized Gains, Net Fair Market Value $ 4,470,605 $ 690,179 $ 5,160,784 The Company has a revolving bank line of credit (the "Line"), which allows for maximum borrowings of $4,000,000 and expires in June 2022. The Line is collateralized by substantially all assets of the Company and is personally guaranteed by the stockholders of the Company. Interest on the Line is payable monthly at the greater of the bank's prime rate (3.25% at December 31, 2021) plus 0.50% with a floor of 3.50%. The Company is required to maintain various financial conditions and covenants as specified in the credit agreement. Management of the Company was not aware of any violations of conditions or covenants contained in the agreement and there were no outstanding borrowings under the Line at December 31, 2021. Note 7 — Long -Term Debt Long-term debt consisted of the following at December 31, 2021: Installment note payable, collateralized by a motor vehicle, payable in monthly installments of $1,631, with interest at 2.69% per annum, and maturing in August 2022. $ 12,923 Maturities of long-term debt for years succeeding December 31, 2021 are as follows: Year Ending December 31 2022 $ 12,923 See accompanying independent accountants' review report 15 AMG & ASSOCIATES, INC. Notes to the Financial Statements For the Year Ended December 31, 2021 Note 8 — Commitments and Related Paryv Transactions Surety Bonds — As a normal part of the construction business, the Company is required to furnish various types of surety bonds for certain construction contracts. These bonds back the Company's guaranty to perform its contractual obligations pursuant to the terms of its contracts with customers. In connection with the Company's bonding requirements, the Company's shareholders have agreed to indemnify the surety issuing the bonds in the event that surety incurs a loss. The Company is not charged a fee for this indemnification. Related Party Guarantee — The Company has guaranteed approximately $1,087,000 of debt carried by HWF, an entity owned by the stockholders of the Company. The debt is in the form of mortgage loans and is due in monthly installments with final payment due during the year ended December 31, 2029. The building is pledged as collateral and the mortgage is guaranteed by the Company, the stockholders, and the stockholders' trust. The Company would be obligated to perform under this guarantee if HWF failed to pay principal and interest payments to the lender when due. There is currently no recorded liability for potential losses under this guarantee, nor is there any liability for the Company's obligation to "stand ready" to fund such guarantee. However, if the Company were required to honor the guarantee, it would have the right to proceed with collection from HWF. As of December 31, 2021, HWF is current with its debt obligations. Related Party Lease — The Company leases its office from HWF. The lease expires in July 2024 and requires monthly payments of $9,988. Total related party rent expense under this lease was approximately $123,400 for the year ended December 31, 2021 and is included in selling, general, and administrative expenses. Future minimum lease payments for years succeeding December 31, 2021 are as follows: Year Ending December 31, 2022 $ 119,856 2022 119,856 2024 39,952 Total $ 279,664 See accompanying independent accountants' review report 16 AMG & ASSOCIATES, INC. Notes to the Financial Statements For the Year Ended December 31, 2021 Note 9 — Other Income, Net Other income, net for the year ended December 31, 2021 consisted of the following: Dividend income $ 85,138 Interest income 8,114 Interest expense (641) Investment advisory fees (36,909) Other income 787,740 PPP loan forgiveness 730,000 Realized gains on sales of marketable securities 213,491 Unrealized gains on marketable securities 127,564 $ 1,914,497 As a response to the COVID-19 outbreak, the U.S. government responded with relief legislation. Certain legislation, under the CARES Act, authorized emergency loans to businesses by establishing and providing funding for forgivable bridge loans under the Payroll Protection Program ("PPP"). In May 2020, the Company received approximately $730,000 under the PPP. The proceeds received under the PPP will be forgiven by the Small Business Administration ("SBA") if eligibility and certain other criteria are met related the use of the funds. The Company applied for forgiveness under the PPP and received forgiveness by the SBA of the entire $730,000, and, thereby, an elimination of the loan balance by the lender. The SBA will have the right to audit the Company's compliance with the PPP for a period of up to six years. Any unfavorable outcome resulting from the SBA's review or audit will be reported once known and may materially impact the Company's financial position and/or result of future operations. Note 10 — Provision for Income Taxes The provision for income taxes for the year ended December 31, 2021 consisted of the following Current state income taxes: 'State $ 76,744 Deferred state income taxes: State (53, 355) $ 23,324 See accompanying independent accountants' review report 17 AMG & ASSOCIATES, INC. Notes to the Financial Statements For the Year Ended December 31, 2021 10 - Provision for Income Taxes (Continued) At December 31, 2021, the deferred income tax assets (liabilities) were comprised of the following: Assets $ 1,838 Liabilities Net deferred tax liabilities $ (8,963) Deferred income taxes primarily result from different depreciation methods, de minimis contract income, timing differences in the recognition of unrealized gains and losses on marketable securities and the deductibility of accrued vacation for income tax and financial statement purposes. Note 11 — Backlog The following schedule summarizes changes in backlog of signed contracts during the year ended December 31, 2021: Balance, December 31, 2020 $ 62,872,090 New contracts and revisions during the year 89,322,318 152,194,408 Less: contract revenues earned during the year 60,166,705 Balance, December 31, 2021 $ 92.027,703 In addition, between January 1, 2021 and March 2, 2022, the Company has not entered into any additional construction contracts. Nate 12 - Contingencies In the normal course of business, the Company has entered into contracts and agreements with customers and subcontractors. These contracts and agreements commit the Company to various specific and contingent obligations. The Company is also subject to legal proceedings, claims, assessments and subject to various local, state and federal environmental regulations that arise in the ordinary course of business. Management believes that these obligations will not have a material impact on the Company's financial position or its results of operations. See accompanying independent accountants' review report 18 AMG & ASSOCIATES, INC. Notes to the Financial Statements For the Year Ended December 31, 2021 Note 12 — Contingencies (Continued) Around and subsequent to December 31, 2021, as COVID-19 continues to spread globally, local, U.S., and world governments have encouraged self -isolation to curtail the spread of the global pandemic, by mandating temporary work stoppage in various sectors, limiting travel, size and duration of group meetings. Most industries will be experiencing disruptions to their business operations. There is unprecedented uncertainty surrounding the duration of the pandemic, its potential economic ramifications, and any government actions to mitigate them. While management cannot quantify the financial and other impact to the Company as of March 2, 2022, management believes that a material impact on the Company's financial position and results of future operations is reasonably possible. Note 13 — Subsequent Events The Company has evaluated subsequent events through March 2, 2022, the date which the financial statements were available to be issued. Management has determined that there were no other events that require additional disclosures. See accompanying independent accountants' review report 19 Supplementary Information Contracts completed Contracts in progress AMG & ASSOCIATES, INC. Schedule I Earnings From Contracts For the Year Ended December 31, 2021 Contract Cost of Revenues Revenues Gross Earned Earned Profit $ 6,620,751 $ 5,207,963 $ 1,412,788 53,545,954 50,469,119 3,076,835 $ 60,166,705 $ 55,677,082 $ 4,489,623 See accompanying independent accountants' review report 20 AMG & ASSOCIATES, INC. Schedule II Cost of Revenues Earned For the Year Ended December 31, 2021 Labor and related expenses $ 3,827,125 Materials 746,756 Other 4,199,393 Subcontractors 46,903,808 Total cost of revenues earned $ 55,677,082 See accompanying independent accountants' review report 21 AIVIG & ASSOCIATES, INC. Schedule III Selling, General, and Administrative Expenses For the Year Ended December 31, 2021 Administrative salaries Auto Bid expense Board of advisors Charitable contributions Computer Depreciation and amortization Dues and subscriptions Employee benefits Insurance Legal and accounting Meals and entertainment Miscellaneous Office supplies and other Officers' salaries Outside services Payroll taxes and related Postage Professional fees Rent Telephone and utilities 859,362 53,868 21,179 26,098 6,583 139,927 76,100 22,531 185,932 336,841 61,471 10,849 76,568 23,843 121,751 62,747 94,904 10,246 78,676 123,431 30,234 Total selling, general, and administrative expenses $ 2,423,141 See accompanying independent accountants' review report 22 AMG & Associates, Inc. Schedule IV Contracts Completed For the Year Ended December 31, 2021 Before For the Year Ended Total Contract January 1, 2021 ➢ecerrioer 31, 2021 Gross Total Total Gross Revenues Costs Gross Revenues costs Profit No. Description Revenues Costs Profit Earned Incurred Profit Earned Incurred (Loss) 18-138-10 R&B Schultz S 10,937,000 S 10,520,984 S 416,016 S 10.405,841 5 9,885,549 S 520,292 $ 531,159 $ 635.435 $ (104,2761 19-139-10 Measure T Elementary 43,012,283 38,843,852 4,168,431 41,775,057 37,388,676 4,386,381 1.237,226 1,455,176 (217,950) 19-142-10 Vernola Park 12,134,080 10,730,148 1,403,932 11,285,B47 10,100,833 1,185,014 948,233 629,315 218,918 20-147-10 El Segundo USD 6,539,356 5,958,966 580,390 5.247,262 4,775,009 472,253 1,292,094 1,183,957 108,137 21-152-15 St. Andrews Lounge 324,298 297.769 26,529 - - - 324.298 297,769 26,529 Revenue and costs related to contracts previously corn feted 2.387.741 1.006,311 1 3B1.430 2,387.741 1.006.311 1.381.430 $ 75.334-758 $ 67 35B-030 S 7976.728 $ 68.714,007 $ 62.150.067 S 6.563.940 $ 6,620.751 $ 5.207.963 S 1.412,788 See accompanying independent accountants'review report AMG & Associates, Inc. Schedule V Contracts in Progress December 31, 2021 DacemEer 31.2021 Total Contract From Inception to Costs and Billings in For the Year Ended December 31 2021 Estimated Excess of December 31, 2021 Estimated Estimated Estimated Estimated Earnings Costs and Gross Total Total Gross Revenues Costs Gross Billed Costs to in Excess Estirated Revenues Costs Profit No. Description Revenues Costs Profit Earned Incurred Profit to Date Complete of Billings Earnings Earned Incurred 0-056) 17-122-10 LAUSD Mendez HS $ 7.233,038 S 6,509.734 $ 723,304 S 6,809,277 $ 6,128,349 S 680,928 S 6,930,718 i 381,385 $ - $ 121,441 S 2,321,780 $ 2,179,352 S 142,428 17-125-10 LAUSD Manual Arts HS 5,787,340 5,295,416 491,924 4,815,470 4,406,155 409,315 5,031,033 889,261 - 215.563 1,724,885 1,686,440 38,445 18-128-10 LAUSD Drew Middle School 5.502,772 5,145,092 357,680 5,413,601 5,061,717 351,084 5,444,101 83,375 - 33,500 1,039,674 1,125,103 (85,509 18-129-10 LAUSD YES Academy 6,709,338 6,373,871 335,467 5,644,347 5,267,130 277,217 5,646,461 1,106,741 - 102,114 2,432,090 2,466,099 (34,009 18-130-10 LAUSD Fremont HS 4,877,562 4,438.501 438,981 4,619,392 4,203,646 415,746 4,865,489 234,935 - 245,097 1,349,542 1,260,781 88,761 20-143-10 La Puente HS 11,784,139 11,077,091 707,048 8,010,123 7,529,516 480,607 8,803,544 3,547,575 - 793,421 4.755,675 4,470,335 285.340 20-144-10 Crandall Gym SLO 304,298 282,997 21,301 297,260 276,452 20,808 304,290 6,545 - 7,038 119,060 100,712 18,348 20-148-10 Allan Hancock 44,966,762 41,594,255 3,372,507 26,116,739 24,157,984 1,958,755 28,116,272 17,436,271 1,999,533 22,732,593 20,976.887 1,755,706 21-149-10 Ground Transport 26,473,000 26,208,270 264,730 3,620,094 3,591,813 36,281 4,045,472 22,616,457 417,378 3,628,094 3,591,013 36,281 21-150-10 Landmark Square 17,187,910 15,726,938 1,460,972 4,454,443 4,075,815 378,628 5,037,520 11,651.123 - 583,077 4,454,443 4,075,815 378,628 21-151-10 Pinetree 7,549,524 7,172,048 377,476 5,387,311 5,117,946 269,365 5,353.462 2,054,102 33.849 5,387,311 5,117,946 269,365 21-153-10 Pinetree New SSC 4,305,032 4,133,599 172,233 1,649,837 1,583,844 65,993 1,773,324 2,549,755 123,487 1,649,837 1,583,844 65,993 21-154-10 Aadams Elementary 11,654,000 10,954,760 699,240 1,452,006 1,364,886 87,120 1,630,463 9,589,874 - 173,457 1,452,006 1,364,886 87,120 21-155-10 Rancho Cucamonga FS 16,389,052 15,405,709 983,343 498,964 469,026 29,938 511,896 14,936,683 12,932 498,964 469,026 29,938 S 170,724.567 S 160.318,361 S 10.406.206 S 78.696 864 S 73.234.279 S 5.462.585 S 83 494.053 S 07 084 082 S 33549 S 4 831 038 $ 53.545.954 $ 50.469 119 S 3.076,835 See accompanying independent accountants' review report FBI w � r October 18, 2024 City of Santa Clarita RE: AMG & Associates, Inc. - Prequalification To Whom It May Concern: Travelers Casualty and Surety Company of America is privileged to have had AMG & Associates, Inc. as a client since 2009. It is our opinion that AMG & Associates, Inc. is qualified to perform projects within the parameters of an $80,000,000 single/$200,000,000 aggregate work program. At their request, we will give favorable consideration to providing any required performance and payment bonds. Please note that any decision to issue performance and payment bonds is a matter between AMG & Associates, Inc. and Travelers, and will be subject to standard underwriting at the time of the final bond request, which will include, but not be limited to, the acceptability of the contract terms, bond forms, and financing. We assume no liability to third parties, or to you, if for any reason, we do not execute said bonds. Travelers Casualty and Surety Company of America is a California Admitted Surety Insurer, is listed on the Federal Register Circular 570, and is rated A++ (Superior) A.M. Best rated insurance company Financial Size Category XV. If you have any questions or need any additional information, please do not hesitate to contact me. Sincerely, I'f Mary S ' h Attorney -In -fact CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the Identity of the individual who signed the document to which this certificate Is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of Los Angeles ) On 08/20/24 , before me, Sara Nicole Powell, Notary Public Date Here Inset Name and Title of the Officer personally appeared Mary Smith _ Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be tho person(q) whose name(p) is/ga subscribed to the within instrument and acknowlf:dg d to me that Wshe/Yttby executed the same in 14fsflher/*Wtr authorized capacity0", and that by Wher/41Mr signature(g) on the instrument the person(g), or the entity upon behalf of which the person(s) acted, executed the instrument. SSARA NICOLE POWEt.1- COMM. fP 2,ig9960OTARYPUBLPC-CAUFORMA 108 A110F E5 OL7UNTY ERy CommlWon r plte s Jilfy .202 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ,w WITNESS Signature Place Notary Seal Above OPTIONAL. Though this section is optional, completing this information can deter alteration of the fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: . Number of Pages; Signer(s) Other Than Named Capaclty(les) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): CJ Partner — ❑ Limited ❑ Gen ❑ Individual iJ Atto Fact ❑ Trustee I ardian or Conservator ❑ Other: _ _ Signe epresanting: _ Ii oc ate: Signer's Name: i- I Corporate Officer — Title(s): ... _. _ Ll Partner — 11 Limited I.1 General I=_I Individual I I Attorney in Fact f] Trustee I"] Guardian or Conservator LI Other: Signer Is Representing: 02014 National Notary Association • www.NationaiNotary.org - 1-800-US NOTARY (1-800-876-6827) Item #5907 TRAVELER Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casually and Surely Company of America, Travelers Casualty and Surely Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the Stale of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Mary Smith of PASADENA , California , their true and lawful Allorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies In their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. �VVVVV! � f PI•S State of Connecticut By: Aga City of Hartford ss. Robert L. Rana , ' nior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. erii$L�.. IN WITNESS WHEREOF, I hereunto set my hand and official seal, ��asFnr � My Commission expires the 30th day of June, 2026 rued{o Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -In -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of aulhorily may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -In -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and It Is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company In the future with respect to any bond or understanding to which It is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 201h day of August , 2024 V0.µW *�tx aHp �IF. filq 1� 7 WSIFfG�PA� �y fir'[ r ✓! P 7y Stlr+K s Q` Mx r Kevin E. Hughes, Assi taut Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above -named Attorney(s)-in-Fact and the details of the bond to which this Power ofAttorney is attached. E AMG&ASS-01 MNAVARRC ..4� I2Q � DATE (MMIDD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 1/312024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. _ IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements). PRODUCER CONTACT Melissa Navarro N ME: Bolton Insurance Services LLC PHONE. FAX 751 E Daily Drive (AIC, No, Exty (AIC, No(: Suite 230 glaRss mnavarro@ccinsb.com Camarillo, CA 93010 INSURERS) AFFORDING COVERAGE NAIC N tNBURERA!Travelers Property Casualty Company of America 25674 INSURED INSURER a: The Travelers Indemnity Company of Connecticut 25682 AMG & Associates, Inc. INSURER C : Pacific Insurance Company, Limited 10046 26535 Summit Circle INSURER D : Santa Clarita, CA 91350 INSURER E INSURER F : COVERAGES- CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR .TYPE OF INSURANCE INSD�IJlD ,POLICY NUMBER _ (MMIAA/y.]CM IMMIDWYYYY) LIMITS Y A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 I CLAIMS -MADE X OCCUR 'DT22-CO-4C394594-TIL-24 1/1/2024 1/1/2025 DAIM r,l_ IO R:; N?ED 300,000 kc 1$11S (Ea nr.Eaminr,r,I $ X $5,000 PD Ded. 5,000 MED EXP fA 1 $ B GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X PECT RO- LOC J _PT! tER. AUTOMOBILE LIABILITY X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY A X UMBRELLA LIAB X OCCUR EXCESS LIAB CLAIMS -MADE DIED X RETENTION $ 10,000 BA-OP246520-24-26-G A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE YIN UB-9J59861 A-24-26-G OFFICER/MEMBER EXCLUDED? Y N / A (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below C Pollution Liability nv one person. PERSONAL & ADV INJURY S 1,000,000 GENERAL AGGREGATE S 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 CCAIBINEDSINGLE LIMIT a accrdenq 1,000,000 $ 1/1/2024 1/1/2025 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) - $ ,EACH OCCURRENCE $ 9,000,OOI 1/1/2024 1/1/2025 AGGREGATE $ 9,000,00( X PER OTH- STATUTE _E8_.- 1/1/2024 1/1/2025 EL EACH ACCIDENT $ 1,000,00t E.L DISEASE -EA EMPLOYEE $ 1,000,00( E L DISEASE - POLICY LIMIT $ 1,000,00( 1/1/2024 1/1/2025 Each Poll Incident 1,000,00( DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) Proof of Insurance A141.4lI CH.1t121:[47111111i]441 To Whom It May Concern L __ ACORD 25 (2016/03) 72CPICE2691 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD www.ccinsb.com October 18, 2024 Re: AMG & Associates, Inc. Prequalification To Whom It May Concern: Chambers & Company Insurance Brokers is currently the agent of record for AMG & Associates, Inc. Our office handles their Commercial General Liability, Commercial Auto, Commercial Umbrella, Workers' Compensation, Contractor's Pollution & Professional Liability policies. Attached you will find a schedule of coverage's detailing the policies in force which also includes the name of the carrier, policy limits, and effective and expiration dates. Please note that should our client be awarded this project, any additional limits or coverage's like Builder's Risk. required by your contract are available to our insured and will be secured as requested. The appropriate certificates of insurance will also be issued as requested. After reviewing this, should you have any questions, please do not hesitate to contact our office. Sirkez�ly, ' i F,r iissa avarro, CCIP, CISR, CIaS'J Office Manager Camarillo San Diego Mission Viejo 751 Daily Drive, Suite 230, Camarillo, CA 93010 • (805) 388-7130 (800) 272-3256 Fax (805) 388-7138 • License No. OE50896 E AMG & Associates - Schedule of Insurance Coverage Commercial General Liability Commercial Auto Liability Workers' Compensation Commercial Umbrella Pollution Liability Contractor's Professional Liability Effective Expiration Carrier Date Date Travelers Property Casualty 1/1/2024 1/1/2025 #DT22-CO-4C394594-TI L-24 Travelers Indemnity Co. of CT BA-OP246520-24-26-G Travelers Property Casualty #UB-9J59861 A-24-26-G Travelers Property Casualty #CUP-7R593755-24-26 Pacific Insurance Company Ltd #72CPICE2691 Pacific Insurance Company Ltd #72CPICE2691 1/1/2024 1 /1 /2025 Policv Limits $ 2,000,000 General Aggregate $ 2,000,000 Products/Completed Operations $ 1,000,000 Each Occurrence $ 1,000,000 Personal & Advertising Injury $ 300,000 Damage to Premises Rented to You $ 5,000 Medical Expense $ 1,000,000 Combined Single Limit 1/1/2024 1/1/2025 $ 1,000,000 Each Accident $ 1,000,000 Disease - Policy Limit $ 1,000,000 Disease - Each Employee 1/1/2024 1/1/2025 $ 9,000,000 Each Occurrence $ 9,000,000 Aggregate 1/1/2024 1/1/2025 $ 1,000,000 Each Pollution Incident Limit $ 2,000,000 Aggregate 1/1/2024 1/1/2025 $ 2,000,000 Each Professional Incident Limit $ 2,000,000 Aggregate Human & Physical Resources AMG is capable of taking on this new project and meeting all required deadlines along with completing our current workload. Our company has grown to over 65 employees in the field and the office. The managing office for this project would be our office in Santa Clarita, less than 1 mile from the project site. This gives us a huge advantage over other bidders because our executive management team is always a short walk away from the jobsite trailer and will be heavily involved in the success of this project. AMG will use local subcontractors to provide the best pricing for the city and a local team to manage the project. AMG will be using PROCORE to manage the project. AMG places a strong emphasis on quality control to ensure that our lease -leaseback construction projects meet and exceed industry standards and client expectations. Our quality control management plan encompasses a comprehensive set of procedures, protocols, and best practices to maintain the highest level of quality throughout the project lifecycle. We establish clear quality objectives and standards at the onset of the project. These objectives are aligned with the project specifications, client requirements, and applicable industry codes and regulations. Our team ensures that all construction activities and deliverables conform to these established standards. We assign a dedicated team of experienced quality control professionals who are responsible for implementing and overseeing the quality control management plan. They have extensive knowledge of construction processes, industry best practices, and quality control methodologies. The team works in close collaboration with project managers, subcontractors, and other stakeholders to ensure adherence to quality standards. AMG provides progress reports and status updates in the weekly team meetings. Our project team also provides construction progress reports in the form of a weekly Photo report that is distributed to the entire team. They show what work is being completed, which subcontractor is completing the work and highlights our jobsite safety. AMG values our safety program above all. We are very proud of our safety record and ensure safety on every project we have been awarded. From the Executive Management team to every employee in the field, we recognize that the responsibility for health and safety on the jobsite is a shared responsibility. Lead by our dedicated safety personnel, AMG actively monitors all aspects of our safety performance and ensures that operations on every project are diligently performed. In our commitment to create and maintain a safe working environment, our ultimate objective is to achieve a record of ZERO accidents. This is accomplished by identifying clear and sensible priorities at the onset of a project, implementing strategies which focus on fixing the underlying causes of problems, providing ongoing training and education for our field SEE IT personnel, and creating a proactive approach to safety awareness. Our current EMR is 0.79 which is 21 % safer than the insustry standard. H A M B E R — INSURANCE BROKERS — A Dmsion of Bohon Insurance Seroces LLC. January 3, 2024 Regarding: AMG & Associates, Inc. Experience Modification Rating Bureau # 5-42-33-30-R To Whom It May Concern: Broader Perspective. Business Solutions, 751 Daily Drive, Suite 230, Camarillo, CA 93010 805.388.7130 main H 805.388.7138 fax We are the insurance broker for AMG & Associates, Inc. The anniversary date is 01/01/2024 and below is their current year EMR: D 2024 — 79% If you have any questions, please feel free to contact me directly. f Siflce�.ely, eli arro �— a five Manager An ASSUPeX Global Partner Im.rranr r l r en"% No , ,' / ' , b wvn': bnlUau o c onr G CONTRACTORS dCa STATE LICENSE BOARD ACTIVE LICENSE +: 4 _ U..m. NOTL.r 881824 6M CORP ...i....N—. A M G & ASSOCIATES INC �w...,A B ASB HAZ E.,�. .. 07/31 /2026 www. cslb. ca gov A G A. CONTRACTORS STATE LICENSE BOAR, Montractor's License Detail for License # 881824 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. CSLB complaint disclosure is restricted bylaw IMP 7124.6) If this entity is subject to public complaint disclosure click on link that will appear below for more information. Click here for a definition of dlsclosable actions. Only construction related civil judgments reported to CSLB are disclosed IMP 7071.17). , Arbitrations are not listed unless the contractor fails to comply with the terms. Due to workload, there maybe relevant information that has not been entered into the board's license database Data current as of 6/3/202411:24:59 AM Business Infcmialion A M G & ASSOCIATES INC 26535 SUMMIT CIRCLE SANTA CLARITA, CA 91350 Business Phone Number:(661) 251-7401 Entity Corporation Issue Date 07/31/2006 Expire Date 07/31/2026 This license is current and active. AliltdormaNnn below should be revlewed. 0 A- GENERAL ENGINEERING 0 B-GENERAL BUILDING Certifications 0 ASB-ASBESTOS(ForBiddingPurposesOnly) k HAZ- HAZARDOUS SUBSTANCES REMOVAL E_r Contractor's Bond This license filed a Contractor's Bond with TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA. Bond Number: 105418954 Bond Amount: $25,000 Effective Date: 01/01/2023 Contractor's Bond History Bond of Qualifying Individual The qualifying individual ALBERT MARIO GIACOMAZZI II certified that he/she owns 10 percent or more of the voting stock/membership interest of this company; therefore, the Bond of Qualifying Individual is not required. Effective Date: 07/31/2006 Workers' Compensation This license has workers compensation insurance with the TRAVELERS PROPERTY CASUALTY COMPANY OF AMERICA Policy Number:1.1139J59861A Effective Date: 01/01/2024 Expire Date: 01/01/2025 Workers' Compensation History Workers' compensation classification code(s): 5610 - Contractors -construction subcontracted 5606 - Contractors -executive level supervisors 8810 - Clerical Office Employees A single insurance policy may cover multiple businesses and their subsidiaries, and the workers' compensation classification code(s) reported for a particular license may not correspond to the classification (s) for that license. The board does not verify or Investigate the accuracy of classlffcation codes displayed. Back to Top Privacy Policy Accessibility Certification Copyright © 2024 State of California Conditions of Use Accessibility 5/31/24, 2:10 PM Contractor Information Legal Entity Name AMG & ASSOCIATES, INC. Legal Entity Type Corporation Status Active Registration Number 1000000413 Registration effective date 07/01/24 Registration expiration date 06/30/26 Mailing Address 26535 Summit Circle SANTA CLARITA 91350 CA United States of America Physical Address 26535 Summit Circle SANTA CLARITA 91350 CA United States of America Email Address bheiden@amgassociatesinc.com Trade Name/DBA License Number (s) CSLB:BB1824 CSLB:681824 Legal Entity Information Corporation Entity Number: President Name: Vice President Name: Treasurer Name: Secretary Name: CEO Name: Agency for Service: Agent of Service Name: Agent of Service Mailing Address: Worker's Compensation Registrations Registration History Effective Date Expiration Date 06/14/18 06/30/19 05/08/17 06/30/18 05/02/16 06/30/17 06/15/15 06/30/16 07/15/14 06/30/15 07/01/19 06/30/22 07/01/24 06/30/26 07/01/22 06/30/24 C2742545 Albert M. Giacomazzi Anthony R. Traverso Anthony R. Traverso Anthony R. Traverso Michael Wayne 1880 Century Park E Los Angeles 90067 CA United States of America Do you lease employees through Professional Employer Organization (PEO)?: Please provide your current worker's compensation insurance information below: PEO PEO PEO PEOlnformationName Phone Email Insured by Carrier Policy Holder Name: Insurance Carrier: Policy Number: Inception date: Expiration Date: No AMG & Associates, Inc. TRAVELERS PROPERTY CASUALTY COMPANY OF AMERICA UB-91S9861A-24-26-G 01/01/24 12/31/24 G h ttps:llcadir.my.salesforce-sites.cornlContractor5earchhegistrationSearchpeteils?id=al R8y000001 xkHOEAY 1 /2 [: AMG Claims Against a Project Owner in the Past 5 Years uate Lase uescription ana outcome AMG made a claim for $11,000,000 against the dsitrict because the district failed to pay for changes, extra AMG vsSanta Barbara work Land delays caused by the district providing plans and specs that were not accurate, as well as not . 10/20/2020 disclosing conditions of the site. There was also damage to the Peabody Stadium project caused by an Unified School District adjoining street which the d+strict didn't pay. A settlement was reached on 3/29/21 in mediation and the district maid AMG $3,106,567 for the outstanding balance, change orders and retention. Project Owner Claims Against AMG in the Past 5 Years None gnatu re} Albert M. Giacomazzi - President CITY OF SANTA CLARITA CALIFORNIA Proposal The Rink Sports Pavilion Labor Compliance October 15, 2024 1 A a 4#� 'S� 1 '• �•#�4 -. +r r W"W I LLDAN COVER LETTER October 15, 2024 City of Santa Clarita Attention: Purchasing 23920 Valencia Boulevard, Suite 265 Santa Clarita, CA 91355 Subject: Proposal for CIP-24-25-P3034LC — The Rink Sports Pavilion — Labor Compliance The City of Santa Clarita (City) is seeking qualified third -party Labor Compliance Consultant to work cooperatively with the City's Labor Compliance Specialist (LCS) to perform labor compliance monitoring for The Rink Sports Pavilion project. Willdan Engineering (Willdan) is a California leader in the field of labor compliance, and we offer the most comprehensive range of services available, including assistance with: ■ State and locally funded projects with apprenticeship, local hire, and small business enterprise requirements (in addition to federally funded projects a variety of sources) ■ Coordination and cooperation with onsite personnel for workforce utilization, apprentice ratio monitoring, and verification ofjobsite postings ■ LCPtracker and other electronic payroll system administration services, including training, contractor assignment, document review, report generation, and payroll approval and acceptance ■ Assistance with investigations, reviews, and hearings with government agencies, including the California Department of Labor (DIR) Labor Commissioner and the U.S. Department of Labor (DOL) The Willdan Advantage Trusted and Proven Labor Compliance Consultant. Having served the City of Santa Clarita as your labor compliance officer on the Central Park Buildout Project, Willdan has established a deep appreciation for your personnel and procedures. Willdan staff members have been performing labor compliance monitoring and enforcement services for nearly 40 years, enabling us to develop an efficient compliance management system that is unparalleled in the nation. This system, perfected through continual review and updates, maximizes efficiency, and minimizes cost, providing our clients with the highest level of comfort about the progress of their projects, all at a reasonable price. We currently serve several dozen local and county agencies with the monitoring and enforcement of labor compliance standards on projects using a variety of federal, state, county, and local funds. ■ Large Company with Boutique -Company Approach. We have the resources of a large company but are staffed by individuals who respect our clients' unique requirements and enjoy providing personal, hands- on service tailored to each client's needs. Willdan employees seek to understand our clients' goals, policies, and practices — and we make it our job to seamlessly complement city staff. ■ Staff Quality and Longevity. Willdan recognizes that our employees are our most important resource — we provide them with professional development, flexibility, challenge, active listening, and recognition of the strengths they bring to our team. We have very low staff turnover; our proposed project team members have been with Willdan for an average of more than fifteen years. When our employees are content and continue to excel, our clients reap the benefits. 805.653.6597 1 800.491.1720 1 fax: 805.754.2067 1 374 Poli Street, Suite 101, Ventura, California 93001-2605 www.willdan.com City of Santa Clarita October 15, 2024 Page 2 Systemic Knowledge. Willdan has worked directly with DIR to streamline the department's investigation processes. We have consulted with the Caltrans Office of Civil Rights (OCR) to assist in developing the California State DBE Program and refine DBE forms for local agencies' use. Our staff members have advised the County of Los Angeles Community Development Authority (LACDA) in editing and improving the library of labor compliance and Section 3 reference materials and forms for participating cities. Willdan staff currently assists nearly two dozen local agencies on DBE and Section 3 Program administration, assisting with the preparation and submittal of required documents and reports. We provide training for local agencies and contractors on virtually any labor -compliance related topic. Ms. Jane Freij will serve as the Project Manager/Labor Compliance Officer for this assignment and will be the City's main point of contact throughout the proposal process and the labor compliance services contract. She will be responsible for the delivery of services in accordance with the established Scope of Services. Ms. Freij can be reached by office phone at (562) 364-8490; by mobile phone at (714) 837-8229; and by email at jfreij@willdan.com. We very much look forward to assisting the City of Santa Clarita with the labor compliance monitoring and enforcement on The Rink Sports Pavilion project. As demonstrated in our proposal, our team possesses the skills and experience required to fully address the City's needs. Respectfully submitted, WWILLDAN XhaMicAPU� Deputy Director of Construction Management and Inspection Services Jane F eij or Compliance Manager Comprehensive. Innovative. Trusted. V/ TABLE OF CONTENTS COVERLETTER.............................................................................................................................................................. 1 TABLEOF CONTENTS..................................................................................................................................................... 3 1. INTRODUCTION.........................................................................................................................................................4 ProjectUnderstanding.......................................................................................................................................... 4 2. QUALIFICATIONS OF FIRM AND ASSIGNED STAFF..............................................................................................................4 Statementof Qualifications..................................................................................................................................4 ProposedTeam..................................................................................................................................................... 5 TeamResumes..................................................................................................................................................6 ProjectExperience.............................................................................................................................................. 14 3. WORK STATEMENT.................................................................................................................................................. 15 Approach to Labor Compliance Monitoring / Scope of Services.......................................................................... 15 4. TOTAL COST........................................................................................................................................................... 17 5. STATEMENT OF OFFER AND SIGNATURE....................................................................................................................... 17 6. STATEMENTS AND AGREEMENT.................................................................................................................................. 18 Notice to Proposers Regarding Contractual Requirements................................................................................. 19 Designation of Subcontractors/Subconsultants.................................................................................................. 22 References.......................................................................................................................................................... 23 Acknowledgment & Acceptance of Scope of Work............................................................................................. 24 City of Santa Clarita Disclosure Statement.......................................................................................................... 25 Addendums........................................................................................................................................................ 26 CompanyBrochures........................................................................................................................................... 28 Proposal for The Rink Sports Pavilion — Labor Compliance 3 NV C I P-24-2 5-P 3034 LC 1. INTRODUCTION Project Understanding The City of Santa Clarita is seeking a qualified and experienced third -party Labor Compliance Consultant to perform labor compliance monitoring for The Rink Sports Pavilion, Phase II Construction. The selected consultant is expected to coordinate efforts with the City's Labor Compliance Specialist to successfully complete the project and to protect the interests of the City by ensuring full compliance of the selected contractor and its subcontractors with all applicable labor laws. The Rink Sports Pavilion (the Rink), located at the Santa Clarita Sports Complex, adjacent to the gymnasium, will be a unique recreation destination, offering residents an extensive new "intergenerational" multi- use facility. The Rink will include a roller-skating rink with overlays of a basketball court, pickleball courts, volleyball court, spectator seating, audio/disc jockey booth with sound and lighting system, designated area for special events, and commercial kitchen/concession area. Other improvements will include landscape and hardscape enhancements surrounding the facility. The Rink will be constructed in two phases. Phase I construction is in Our Clients Are Our Priority Thorough review of project bid items to avoid cost overruns Quick response to resident and business complaints or questions Field staff trained to look ahead for potential project issues Regular financial project reports provided to City staff Detailed checklists to maintain quality, provide proper quality control, and mitigate clients' Potential liability progress and includes rough grading, relocation of the sand volleyball court to a temporary site, grading certification of the building pad, and utility adjustments. Phase II construction, anticipated to begin in the first quarter of 2025, will include construction of the Rink building, landscaping, walkways, utility connections, and parking lot improvements. This project has received public funding and is a "public works" project, subject to State of California prevailing wage compliance monitoring and enforcement by the Department of Industrial Relations (DIR). The selected labor compliance consultant is expected to be experienced with enforcing all applicable laws and adhering to all procedures pertaining to state public works projects. 2. QUALIFICATIONS OF FIRM AND ASSIGNED STAFF Statement of Qualifications Willdan Engineering (Willdan), a California Corporation, is part of Willdan Group, Inc. (WGI), a NASDAQ publicly traded Delaware Corporation and nationwide firm serving more than 800 public agencies and private -sector clients. Founded in 1964 and headquartered in Anaheim, California, Willdan was originally established as a civil engineering firm specializing in providing solutions for our public agency clients. Since that time, we have evolved into a professional consulting firm offering a comprehensive and integrated approach to our clients' planning, engineering, financial, economic, public facility, public safety, and energy sustainability needs. MEETING THE CITY'S 4P REQUIREMENTS Our proposed Labor Compliance Officer has over 35 Years of Experience. Willdan Engineering has nearly 40 Years providing Labor Compliance Services on Public Works Projects, many with PLA and local hire requirements. Our Staff is Familiar with local, county, state, and federal codes/standards, and construction practices applicable to a variety of Public Works Projects. Today, Willdan has over 1,600 employees throughout the United States, including 16 offices located in Northern, Central, and Southern California. Willdan has worked directly for over 98 percent of the cities and counties in California. Proposal for The Rink Sports Pavilion —Labor Compliance VI/ C I P-24-2 5-P 3034 LC On a continuous basis for nearly 40 years, Willdan has provided labor compliance monitoring and enforcement services for public works projects. Willdan is currently retained by over three dozen local and county agencies to provide labor compliance services on a variety of public works projects funded by local, county, state, and federal grants, and we serve as the third -party labor compliance officer for several multi -million -dollar joint venture efforts between the City of Los Angeles and private developers to build affordable housing. Willdan is familiar with electronic payroll entry and monitoring software, including LCPtracker EMars, and others, and we have provided training in the use of electronic payroll and document software. We regularly prepare a variety of labor compliance reports for and on behalf of our clients. Many projects have been audited directly by federal and state authorities and have received the government's highest approval. Our personnel are considered experts in the field and are consulted regularly by government authorities on process and procedure development. Willdan has developed a proprietary system with procedure manuals containing checklists and instructions for monitoring labor compliance in accordance with various funding source guidelines. The manuals outline specific procedures required of grantees and contractors for compliance and approval and are structured to provide for immediate updating as requirements evolve. Sample ;;;" forms and form letters have been developed for nearly all possible situations; these forms are valuable tools for the timely management of labor and contractual requirements. Willdan implements projects effectively and efficiently, with complications in project advancement and funding approval virtually nonexistent. We save our client cities both time and money. We recognize and appreciate that there is nothing more valuable than a successful project outcome. Proposed Team Although overall firm credentials and experience are important, the key to success on any assignment is the caliber and depth of experience and the overall professionalism of the individuals assigned to the team. A successful partnership requires technical expertise and effective coordination with City staff to ensure the services provided meet the City's expectations. Willdan's proposed team is as follows: Michael Bustos, PE, ENV SP Education/Certification/License • BS, Civil Engineering • Caltrans Resident Engineer Academy • Civil Engineer, California No. 73173 • Envision Sustainability Professional, Institute for Sustainable Infrastructure Jane Freij Education/Certification • BA, Linguistics • Attorney Assistant Training Program, Litigation/Corporations Certificate University of California, Los Angeles (with honors) • Member, Phi Beta Kappa Project Manager Jane Freij Labor Compliance Manager (562) 364-8490 jfrei0Pwilldan.com Michael Bustos, PE, ENV SP, will serve as the Principal -in - Charge for the contract and any projects awarded to Willdan. Mr. Bustos has 23 years of experience in construction management and is Deputy Director of Construction Management and Inspection Services. He has a deep understanding of the intricacies of local agency construction projects and a proven record of successful project completion Jane Freij will serve as Project Manager for the contract and for individual projects assigned. Ms. Freij has 35 years of experience in labor compliance and legal work and will be responsible for the delivery of services in accordance with the established Scope of Services. Ms. Freij will supervise and be fully responsible for all labor compliance activities and will serve as the City's primary contact. Proposal for The Rink Sports Pavilion —Labor Compliance C I P-24-2 5-P 3034 LC Amanda Perez Education/Certification • AS, Human Resources Management • AS, Business Administration • Certificate of Achievement, Business Management 1 • Certificate of Achievement, Human Resources Management 1-111 • Certificate of Achievement, International Business 1 Micah Chen Education/License • JD, Western University, College of Law • BA, International Economics • Licensed by California State Bar Association Team Resumes Amanda Perez will serve as Labor Compliance Specialist. Ms. Perez has over 15 years' experience. She monitors labor compliance projects to ensure conformity to Federal and State regulations and regularly assists the manager with larger -scale labor compliance contracts. She currently supports 13 engineers and conducts comprehensive audits of projects for the Director of Construction Management & Inspection Services for accuracy and compliance. She will provide payroll and compliance document review services. Micah Chen will serve as Legal Advisor to the team. Mr. Chen, with 27 years of legal experience, will support the team in matters requiring a legal opinion or legal advice. He currently serves as General Counsel to Willdan Group, Inc. (WGI) and has experience with public sector clients. The following pages contain resumes for our assigned staff. ProposaIforTheRinkSportsPavilion —Labor Compliance 6 NV C I P-24-2 5-P 3034 LC BS, Civil Engineering (Magna Cum Laude), California Polytechnic State University, San Luis Obispo Caltrans Resident Engineer Academy Civil Engineer, California No. 73173 Envision Sustainability Professional, Institute for Sustainable Infrastructure 23 YEARS OF EXPERIE Michael Bustos, PE, ENV SP Deputy Director of Construction Management and Inspection Services Principal -in -Charge Michael Bustos currently serves as Deputy Director of Willdan's Construction Management and Inspection Group, which also encompasses geotechnical/materials testing, and labor compliance services. He is responsible for construction management, analysis, design, and plan review of roadway reconstructions; drainage; water and sewer pipelines; pavement rehabilitation; and street projects including traffic signal, landscaping, irrigation, grading, and American with Disabilities Act (ADA) improvements. He has served as Resident Engineer for over a dozen federally and state -funded projects over the last five years and also as a Construction Manager or Resident Engineer for 125+ public works projects for various California agencies with projects totaling $200M+ on construction costs. Through his unique experience and vantage point of serving as a Design Engineer, Project Engineer, Project Manager, Resident Engineer, and Construction Manager, Mike has developed an expertise in public infrastructure planning, design, award, funding, and construction; he understands the varying unknowns project construction can present; and he tackles those unknowns by working with contractors, City staff, and other stakeholders to resolve challenges. References City of Lakewood Dario Simoes, P.E., Assistant Director of Public Works/City Engineer (562) 866-9771 City of La Puente John Di Mario, Director of Development Services (626)855-1517 City of Paramount City of Ridgecrest Adriana Figueroa, Director of Public Works Travis Reed, Public Works Director (562) 220-2100 (760) 499-5080 Relevant Project Experience Foothill Boulevard Link Bikeway and Pedestrian Greenbelt, City of La Canada Flintridge, CA. Resident Engineer. Willdan is providing construction management, inspection, materials testing, labor compliance, and federal funding administration services for this $4 million federally funded project. The project includes the construction of approximately %-mile of new Class I bicycle and pedestrian paths, 2 miles of Class II bike lane with bicycle amenities, raised medians, bus stops, cold milling, ARHM overlay, signage and pavement delineation, curb and gutter reconstruction, drainage system improvements, traffic signals modifications and installations, street lighting, and streetscape beautification with narrowed travel lanes to enhance bike and pedestrian mobility. Richmond Road Bike Path, City of Ridgecrest, CA. Resident Engineer. Willdan provided design, bidding assistance, construction management, inspection, materials testing, and labor compliance services for this $250,000 TDA grant -funded bike path project on Richmond Road from Ridgecrest Blvd (SR 178) to approximately 500 feet south of Upjohn Ave. The project included an approximate % mile extension of the existing Class I Bowman Bike Path. The construction required procurement and compliance with a Caltrans encroachment permit as well as utility relocations grading curb ramps signing and striping. Annual Pavement Rehabilitation, City of Palm Springs, CA. Construction Manager. Through our on -call contract with the City, Willdan provided construction management, public works inspection, and material testing services for the City's 2015 $10 million Citywide Pavement Rehabilitation Project, 2016 $6 million Citywide Pavement Rehabilitation Project and $1.8 million 2015 Citywide Annual Slurry Seal Project. The projects generally involved pulverizing of the existing street sections, grading of the pulverized section, cement treatment, asphalt Michael Bustos, PE, ENV SP paving, micromilling, application of slurry seal, ADA ramps, traffic markings, and other Continued appurtenant work for over 150 streets throughout the city. Annual Street Resurfacing Project, FY 19/20, City of Westlake Village, CA. Project Manager. Willdan provided construction management, inspection, and material testing services for the City's $1.1 million annual street resurfacing project. The FY 19-20 project included cold milling, digouts, asphalt concrete hot mix overlay, ARHM overlay with high tensile fiber, slurry seal, tree root repairs, utility cover adjustments, curb ramps, curb and gutter repairs, and pavement delineation. This year's project included overlay on Lindero Canyon Rd between Thousand Oaks Blvd and Via Colinas, and slurry seal improvements on Agoura Rd and Lindero Canyon Rd between Triunfo Canyon Road and Lakeview Canyon Rd. Annual Street Resurfacing FY 20-21, City of Westlake Village, CA. Project Manager. Willdan provided construction management, inspection, material testing, and labor compliance services for annual street resurfacing improvements on Agoura Road and Lindero Canyon Road. Mr. Crocker was responsible for daily observation of the construction activities, public outreach, coordination of materials testing, tracking quantities, and ensuring that the improvements were constructed in accordance with the approved plans and specifications. 2018 Annual Resurfacing Project, City of Rolling Hills Estates, CA. Quality Assurance Manager responsible for oversight of construction management, inspection, material testing, and labor compliance services for the City's locally -funded 2018 Annual Resurfacing Project. The streets in this project included Bluemound, Elmdale Drive, Kingspine Road, Latigo Lane, Rollingwood Drive, and Palos Verdes Drive North. STPL Resurfacing Project, City of Fillmore, CA. Resident Engineer responsible for oversight of bidding assistance, construction management, inspection, material testing, labor compliance, and federal funding administration services. This federally funded project involved rehabilitation of six neighborhood street segments, sidewalk, curb and gutter repairs, and ADA compliant curb ramp improvements for the treated street segments. The improvements encompassed miscellaneous concrete repairs, asphalt concrete pavement repairs, cold milling, ARHM overlay, utility adjustments, pavement delineation, and traffic detector loops. Neighborhood Streets Resurfacing and Sidewalk, Curb and Gutter Repair Project, City of Fillmore, CA. Project Manager. Willdan provided construction management, inspection, and testing for this street resurfacing project involving overlay and slurry seal on Third Street, Old Telegraph Rd, and Wileman Street. The project included the asphalt concrete hot mix repairs, cold milling, PCC improvements, ARHM overlay, slurry seal, and striping. Heritage Valley Parks Tract 5520 Offsite and Onsite Improvements, City of Fillmore, CA. Project Manager. Willdan is providing inspection services for developer -built and City - maintained onsite utilities and other improvements associated with construction of residential Tract No. 5520, a 497-unit development. Offsite improvements included 1,750 LF of double RCB, 1,100 LF of single RCB, 800 LF of open channel, 600 LF of RCP, and levee modifications. Onsite improvements encompass wet and dry utilities, street and drainage improvements, landscaping and irrigation, and roadway structural sections. A third contract involved constructing a new bridge across an existing waterway. 9th Street Improvements, City of Highland, CA. Resident Engineer responsible for oversight of Willdan's utility coordination, construction management, inspection, materials testing, labor compliance, and federal funding administration services for the City of Highland's HSIP project to construct 2.5 miles of street improvements on 9th Street between Del Rosa Drive and Palm Avenue. The improvements included street widening at specific locations; paving and slurry sealing existing pavement; restriping the project limits to incorporate two 13-foot through lanes, 12-foot two-way left -turn lane, 5-foot Class II bicycle lanes, and 8-foot parking lanes on the north side; installing pedestrian count down heads at five signalized intersections; and installing an in -pavement -roadway -lighting (IRWL) system with advance flashing beacons. BA, Linguistics (Summa Cum Laude), University of Kansas, Lawrence, KS Attorney Assistant Training Program, Litigation/ Corporations (with Honors), University of California, Los Angeles, CA 35 YEARS OF EXPERIENIY�� Jane Freij Labor Compliance Manager Project Manger Jane Freij is an experienced Labor Compliance Officer/Project Manager with a proven track record of profitability achieved through comprehensive and effective management of time and budget. Her key areas of expertise include state and federal labor law compliance, scheduling and budgeting, contract administration/negotiation, policy and procedure development, and legal writing/editing. Jane provides oversight of labor compliance monitoring services for local, state, county, and federally funded projects under various federal agencies. She is familiar with state and federal funding administration processes from field review and request for authorization to final invoicing. Jane has received specialized training in project reporting requirements and fraud detection and prevention procedures. Jane's background includes developing and negotiating contracts, monitoring, and enforcing contractual compliance, and risk management coordination. She also possesses a strong legal background, having served as a paralegal and senior paralegal for real estate, land development, and contract law litigation attorneys. References City of Lakewood Dario Simoes, PE, Assistant Director of Public Works/City Engineer (562) 866-9771 City of Paramount Adriana Figueroa, Director of Public Works (562) 220-2100 City of La Puente John Di Mario, Director of Development Service (626)855-1517 City of Ridgecrest Travis Reed, Public Works Director (760) 499-5080 Relevant Project Experience Local and State Funded Projects Labor Compliance — Ms. Freij has monitored and enforced labor compliance for a variety of locally funded and state -funded projects for the following agencies: Azusa La Puente San Fernando Bell Lakewood Santa Clarita Bellflower Long Beach Simpson Arbor Preservation Brea Los Alamitos Snyder Langston Corona Mariposa County South Gate Crystal Stairs Mojave Water Agency South Pasadena Davis Orange County Thousand Oaks De Luz Community Services Paramount Venice Community Housing District Pico Rivera Westlake Village Downey Ridgecrest Whittier Elk Grove Rialto Winters Fillmore Rolling Hills Estates Yorba Linda Highland Specific Project Experience Los Angeles Gateway Region Integrated Regional Water Management Joint Powers Authority, Los Angeles River Catch Basin Retrofit — Jane served as the Labor Compliance Officer and federal reporting liaison for this $10.8 million project for the installation of 11,560 trash -collecting catch basin inserts in 16 local agency jurisdictions along the Los Angeles River. The project was funded through the U.S. Environmental Protection Agency (EPA) and administered by the State Water Resources Control Board. City of Inglewood, La Brea Avenue Pavement Reconstruction, Phases II and III — Jane was the Continued Labor Compliance Officer for these public works projects, with a construction cost of $12 million, funded through the Federal Highway Administration (FHWA) and administered by the California Department of Transportation (Caltrans). She enforced federal wage and DBE regulations, monitoring contractor/subcontractor submissions, and resolving identified deficiencies. City of Long Beach —Jane currently serves as the Labor Compliance Officer for nearly two dozen public works projects with various funding sources (local, state, and federal) for the City of Long Beach, including: Artesia Great Boulevard, Los Coyotes Boulevard Traffic Signal Synchronization, Municipal Urban Stormwater Treatment (MUST) Facility construction, fire station improvements and repairs, Los Altos North Library HVAC replacement, and several citywide on -call contracts for emergency plumbing, concrete/slurry, and elevator maintenance. She has worked with the Department of Industrial Relations to resolve underpayment issues and with the California Department of Transportation on Disadvantaged Business Enterprises regarding (DBE) goal setting, good faith effort analysis, and final reporting. City of Los Angeles —Jane has served since 2017 as the third -party Labor Compliance Officer for twelve major housing projects, both rehabilitation and new construction, in downtown Los Angeles valued at over $300 million. The projects are joint ventures between the City of Los Angeles and private developers. She provides oversight of dozens of subcontractors constructing the projects, serving as "Prime Approver" in the LCPtracker electronic payroll system, and providing Local Hire, Small Business Enterprise (SBE), and Section 3 enforcement services pursuant to the requirements of the City of Los Angeles, the State of California, and the U.S. Department of Housing and Urban Development (HUD). County of Orange, City of Irvine, Orange County Great Park —Jane served as the Labor Compliance Officer for the $95,000,000 "Sport Park" portion of this private/public 1,300-acre development. She monitored prevailing wage and state labor requirements for the prime contractor, BrightView Landscape Development, and approximately 35 subcontractors, reviewing documentation, interviewing workers, and preparing monthly compliance reports. City of Azusa, Arrow Highway Street Resurfacing —Jane was the City's Labor Compliance Officer for this $3 million project funded by a Highway Safety Improvement Program (HSIP) grant from FHWA, administered by Caltrans. She monitored over one dozen subcontractors and assisted the City with DBE Program administration. City of Cerritos, Multiple ADA Park Accessibility Projects —Jane serves as the Labor Compliance Officer for the City on a multi -project, multi -year program to upgrade accessibility features and playground surfacing at all City parks. The projects are funded by Community Development Block Grant (CDBG) funds and require coordination with the Los Angeles County Community Development Authority (LACDA) for labor compliance and Section 3 compliance monitoring and enforcement. City of Thousand Oaks, Street Rehabilitation Project —Jane served as the Labor Compliance Officer, enforcing prevailing wage requirements, monitoring certified payroll submittals, and reconciling site reports. The project was constructed with a $3 million FHWA grant and was constructed under critical time constraints, as the finish line for the Amgen Tour de California Bike Race was within the project limits. City of La Canada Flintridge, Foothill Boulevard Link Bikeway —Jane was the Labor Compliance Officer for this $2.7 million project that created 2.5 miles of protected Class I bike path/Class II bike lane with adjacent pedestrian walkways and amenities, landscaping, and improved traffic signals and street lighting. City of Lakewood, Stormwater and Runoff Capture Projects at Bolivar and Mayfair Parks — Jane served as the City's Labor Compliance Officer for these two state- and locally -funded projects, at a total cost of $20 million, which installed state-of-the-art underground diversion, treatment, storage, and pumping systems that redirected all urban and stormwater runoff from adjacent flood control channels and, after treatment, used it to irrigate landscaped greenbelt areas in the parks. 10 EDUCATION AS, Human Resources Management, Mount San Antonio College AS, Business Administration, Mount San Antonio College PROFESSIONAL CERTIFICATIONS Certificate of Achievement, Business Management 1-111 Certificate of Achievement, Human Resources Management 1-111 Certificate of Achievement, International Business 1 15 YEARS OF EXPERIEN�,�O Amanda Perez Labor Compliance Specialist Amanada Perez currently performs labor compliance monitoring and enforcement services on a variety of local, county, state, and federally funded projects. She verifies that all primary and subcontractors possess active licenses and certifications. She establishes communication with primary contractor(s) concerning prevailing wage requirements and documentation requirements. She monitors that all certified payrolls are submitted on a timely basis, as well as audits payrolls during the life of the project for compliance and discrepancies concerning prevailing wage, certifications, non-performance, underpayments, and journeyman to apprentice ratios, and use of job classifications. She ascertains the submittal of training fund contributions and audits fringe benefits statements to ensure proper payment. Ms. Perez responds to inquiries concerning labor compliance rules and requirements and resolves all compliance -related issues. She reviews forms and reports from field personnel to ascertain missing CPRs, correct usage of classifications, and apprentice /journeyman ratios, as well as maintains files and all required documentation in accordance with applicable governmental requirements and organizes and prepares labor compliance files for submission to clients. Ms. Perez also supports the Construction Management and Inspection Department and is responsible for issuing invoicing, progress payments, and schedules and for maintaining detailed, accurate records. She conducts comprehensive audits of projects for accuracy and compliance. References City of Lakewood Dario Simoes, PE, Assistant Director of Public Works/City Engineer (562) 866-9771 City of Paramount Adriana Figueroa, Director of Public Works (562) 220-2100 Relevant Project Experience City of La Puente John Di Mario, Director of Development Services (626) 855-1517 City of Ridgecrest Travis Reed, Public Works Director (760) 499-5080 Various Projects, City of South Lake Tahoe, CA. Labor Compliance Specialist. Willdan is providing labor compliance monitoring and enforcement services on eleven separate projects under an "On -Call" agreement. Projects include the Lake Tahoe Boulevard Class I Bike Trail, Road Rehabilitation projects for fiscal years 2022, 2023, and 2024, Tahoe Valley Greenbelt Phases I and 11, flood mitigation and emergency pothole repairs, ADA upgrades at two locations, and construction of the Bellamy Court Parking Garage. Ms. Perez is performing the labor compliance oversight on all assigned projects. Dolphin Avenue Improvements, CML-5385 (064), City of Ridgecrest, CA. Labor Compliance Specialist. Willdan is providing project management, contract administration, construction observation, utility coordination, material testing and labor compliance services for the Dolphin Avenue Improvements Project, CML-5385 (064). Various Street Improvements FY 20-21, City of La Puente, CA. Labor Compliance Specialist. Willdan is providing construction management, construction observation, and labor compliance services for the City's street improvement project. The project consists of cold milling existing pavement, removal and reconstruction of curb and gutter, adjustment of manholes, installing truncated domes, and ARHM overlay. Ayala Drive Street Improvement and Traffic Signal Project HSIPL 5205 (022), City of Rialto, CA.Administrative/Labor Compliance Assistant. The project involved the reconstruction of Jerry Eaves Park north parking lot, overlay of Ayala, construction of new landscape medians, installation of two new traffic signals, with a construction cost of approximately $5,200,000. 11 Audited Construction Management File to ensure Federal compliance. Willdan provided Continued construction management, public works inspection, labor compliance, material testing, and federal invoicing for the project. Residential Street Overlay FY 2017-2018, City of Hawaiian Gardens, CA. Labor Compliance Assistant. Responsible for providing labor compliance services for this Community Development Block Grant (CDBG) project, with a project cost of approximately $505,000, administered through the Los Angeles Community Development Commission (LACDC). Downs Street Widening, City of Ridgecrest, CA. Labor Compliance Specialist. Willdan provided civil and traffic engineering design, environmental compliance, right-of-way acquisition, and bidding assistance and is providing resident engineering, construction management, inspection, quality assurance materials testing, federal funding administration, and labor compliance services for widening improvements to close a 1,500-foot gap between Ridgecrest Boulevard and Upjohn Avenue. The project's goal was to widen the narrow street segment to an ultimate width to match the other previously widened segments at both ends. The project was split into two phases — east and west — for funding purposes. Cooperative City/County Pavement Rehabilitation Ward Street, Cooley Street, 6th Street, and Tippecanoe Project, City of Highland, CA. Labor Compliance Specialist. Willdan is providing construction management, construction observation, construction surveying, materials testing, and labor compliance services for the project. This project involves pavement rehabilitation including pavement griding, cold central plant recycling, pavement removal and replacement, and asphalt rubber overlay. CDBG Pavement Improvements — Section E, City of Highland, CA. Labor Compliance Specialist. Willdan is providing project management, construction administration, and labor compliance services on this $700,000 HUD/CDBG project. This project involves pavement rehabilitation including pavement griding, cold central plant recycling, pavement removal and replacement, and asphalt rubber overlay. Reconstruction of McGee Alleys, City of Whittier, CA. Federal Labor Compliance Assistant. Responsible for providing labor compliance services for this Community Development Block Grant (CDBG) project, with a project cost of approximately $225,000 and administered through the Los Angeles Community Development Authority (LACDA). Sidewalk Improvements Citywide, City of Pico Rivera, CA. Federal Labor Compliance Assistant. Responsible for providing labor compliance services for this Community Development Block Grant (CDBG) project, which involved removing and replacing ADA- compliant wheelchair ramps citywide and which had a project cost of approximately $234,000 and was administered by the Los Angeles Community Development Authority (LACDA). Traffic Signal at 12 Locations, City of Lynwood, CA. Labor Compliance Assistant. Responsible for providing labor compliance services for this $1 million traffic signal improvements project funded with Proposition C funds and subject to State of California Department of Industrial Relations (DIR) labor compliance and prevailing wage requirements. 12 Micah Chen, Esq. Legal and Risk Management Advisor Micah Chen has extensive experience in providing legal and risk management services to public entities. As General Counsel for the Willdan Group, Inc., he provides the following EDUCATION services: JD, western university, Contract Drafting and Negotiation College of Law Contract and Document Review BA, International Risk Mitigation Design Economics, university of Alternative Dispute Resolution California, Los Angeles Claims and Settlement Negotiation PROFESSIONAL With over two decades of experience in risk management, Mr. Chen is intimately familiar with CERTIFICATIONS the legal issues and challenges facing public entities, including municipalities, counties, and Licensed by the the State of California. His involvement at critical junctures gives clients confidence that their California state Bar projects will be completed on time, within budget, and claim -free. Association Mr. Chen works directly with members of the Willdan team to ensure the delivery of a successful project. He provides final review services for documents requiring legal review and 27 YEARS OF EXPER is available for meetings and consultations with clients and enforcement agencies at the County, State, and Federal levels as requested. Overall description and relative experience summary. References City of Lakewood City of La Puente Dario Simoes, P.E., Assistant Director of John Di Mario, Director of Development Public Works/City Engineer Services (562) 866-9771 (626) 855-1517 City of Paramount City of Ridgecrest Adriana Figueroa, Director of Public Works Travis Reed, Public Works Director (562) 220-2100 (760) 499-5080 Relevant Project Experience Prior to joining Willdan, Mr. Chen served as Managing Director of Aon Corporation, a risk management consulting and fortune 200 firm. In this capacity, he led a team of consultants at Aon and served many top ENR firms that perform work for federal, state and municipality clients. Project Experience Client relationships are vitally important to Willdan. Our references are our best advocates. Following are several long-term clients for whom we have served as the Labor Compliance Officer on multiple public works projects of small, medium, and large scale. These clients have worked with our entire team and can confirm that Willdan is a highly effective labor compliance officer and valuable project partner. Client Contact Dates of Service City of Lakewood Dario Simones, PE 2003 — present 5050 Clark Avenue, Assistant Director of Public Works Lakewood, CA 90712 (562) 866-9771 dsimoes@lakewoodcity.org Staff Involved MikeyBustos Jane Freij Amanda Perez Willdan has provided labor compliance services to the City of 06 Lakewood on numerous public works projects involving municipal!Im ,.` renovation and rehabilitation, street improvements, concrete repairs, , traffic signal modifications, park improvements, and community LAKEWOOD facilities funded by federal (FHWA Caltrans and HUD CDBG) and state PIN NVA grants, as well as local funds: Lakewood Boulevard/Del Arno �. Boulevard Intersection Improvements, Citywide Traffic Signal ., Upgrades, Street Resurfacing on Seven City Streets, Del Arno Boulevard Street Resurfacing, Reconstruction of Bloomfield Avenue, *` Water Capture at Bolivar Park, Improvements to the Existing Burns Community Center, Mayfair Park Water Capture, San Martin Park Improvements„ and Paramount Boulevard Landscaping & Drainage. Willdan developed the City's Disadvantaged Business Enterprise (DBE) Program and has prepared all program documentation, including Exhibit 9-A Implementation Agreement, Exhibit 9-13 Annual Submittal, and Exhibit 9-D DBE Contract Goal Methodology documents, for numerous projects over the past 20 years. Client Contact Dates of Service City of Ridgecrest Travis Reed 2012 — Present 100 W. California Avenue Public Works Director Ridgecrest, CA 93555 (760) 499-5080 treed@rdgecrest-ca.gov Willdan has provided labor compliance services to the City of Ridgecrest on over one dozen public works projects on agency facilities, traffic signal modifications, street improvements, and concrete repairs using federal (FHWA Caltrans and HUD CDBG), state, and local funding: Downs Street Widening, Dolphin Avenue Improvements, ADA Transition Plan, College Heights Roadway Improvements, Safe Routes to School Cycle 3, Traffic Signal Modifications at 7 Locations, Signing and Striping at 12 Locations, West Ridgecrest Boulevard Reconstruction, South China Lake Street Improvements, Traffic Signal Improvements at China Lake Boulevard and Staff Involved Mike Bustos Jane Freij Amanda Perez Bowman Road, Corporate Yard and Maintenance Garage Improvements, Richmond Road Bike Lane, Drummond Avenue Widening, Citywide Sewer Rehabilitation, Citywide Pavement Rehabilitation, Gateway Boulevard Improvements, and Citywide Handicapped Access Curb Ramp Improvements. ProposaIforTheRinkSportsPavilion —Labor Compliance 14 NV C I P-24-2 5-P 3034 LC Client Contact Dates of Service Staff Involved City of Paramount Adriana Figueroa 2000 — Present Mike Bustos 16400 Colorado Avenue Director of Public Works Jane Freij Paramount, CA 90723 (562) 220-2100 1 Amanda Perez Willdan has provided labor compliance services to the City of Paramount for over three decades on a variety of public works projects with varied federal, state, county, and local funding sources: Annual Neighborhood Street Improvements, Annual Arterial Street Improvements, Sidewalk Improvements on Various City Streets, Citywide Bus Shelter Replacement, City Pool Replaster and Deck Repair Project, Gundry Park Improvements, Futsal Court Construction, Alondra Boulevard Street Improvements, Fitness Park Construction, Traffic Signal Improvements at Garfield & Petterson, Street Improvements on Downey Avenue, Rosecrans Avenue Improvements, Street Resurfacing in Somerset Boulevard and Orange Avenue. 3. WORK STATEMENT Approach to Labor Compliance Monitoring / Scope of Services Following is Willdan's approach to labor compliance, which addresses and, in some instances, enhances the scope of work requested in the City's RFP: Verify applicable wage determination; provide project wage rate sheets for all affected work classifications to prime and subcontractors. Confirm eligibility of selected contractor and its subcontractors to work on the subject project by verifying current, active license status with Contractors State License Board; current registration with DIR; current, valid contractor's bond and workers' compensation coverage; and non - appearance on debarment lists. Attend preconstruction conference with City and its Labor Compliance Specialist (LCS) to present labor compliance requirements to contractor and subcontractors; prepare minutes and attendance record thereof. Verify and document jobsite posting of wage rate information and labor compliance posters. Project wage rates are locked in and documented on rate sheets. All construction trade contractors are verified as eligible, with documented proof in the labor compliance file. Contractor and subcontractors are fully informed of their responsibilities and provided with detailed compliance instructions and a means of outreach for additional guidance; minutes commemorating the meeting are in the labor compliance file. Photographic evidence and a Certification of Posting are provided in the labor compliance file. Proposal for The Rink Sports Pavilion —Labor Compliance 15 NV C I P-24-2 5-P 3034 LC Receive and review documentation (e.g., employee interviews, daily reports, and weekly field notes) from onsite personnel; compare with contractor -submitted documents. Continuously monitor contractor - submitted documentation, through electronic payroll software or direct submission, including weekly certified payroll reports, fringe benefit statements, apprenticeship documentation (certifications, DAS- 140, DAS-142, training fund payments), and deduction authorizations; ensure wage rates, deductions, and payments are in full compliance with applicable wage rates and labor law. Confirm "eCPR" data submittal by all construction trade contractors. Follow up with contractor by telephone, email, and/or certified mail regarding document submittals and payroll discrepancies; provide detailed description of alleged deficiencies; outline corrective action to be taken; and enforce regulatory deadlines for compliance; inform City's LCS of deficiency notification. Attend construction meetings, as needed, to present labor compliance status and discuss outstanding compliance issues. Payrolls and compliance documents are reviewed, annotated, approved, filed, and recorded in the ongoing status reporting for the project. DIR proof of eCPR submittal accompanies each certified payroll in the labor compliance file. Contractor and subcontractors are fully informed of any deficiency and given time to rectify; the City and its LCS are informed and involved, as needed. Contractors are provided current compliance status and a forum to discuss corrective action; meeting minutes provide documentary support of notification. Receive, pursue, and document labor complaints; Labor law enforcement actions are investigated, prepare violation reports to oversight agencies as pursued, and reported to the appropriate authorities; required; recommend special action to be taken if copies of all official reports form a part of the labor contractor continuously fails to comply with requests compliance file. and requirements. Coordinate with City staff the withholding of progress and/or retention payments if contractor fails to abide by labor compliance requirements. Prepare monthly, quarterly, semi-annual, and annual reports, as needed, for the City's progress payments and internal use, as well as for submission to government authorities and funding source(s). Contractors are advised that adherence to labor compliance requirements is part of their "work;" therefore, if they fail to comply with applicable requirements, their payments can be withheld pending resolution; financial incentives are highly successful in gaining compliance. Regular reporting on status is provided for the project file, the City's internal use, and for submission to outside oversight and funding agencies. Maintain content and format of labor compliance file Files are at all times in order and ready for inspection. in conformance with applicable government requirements. v✓ Proposal for The Rink Sports Pavilion —Labor Compliance 16 C I P-24-2 5-P 3034 LC Coordinate project file reviews and audits by authorized local, county, state, and federal agencies; participate in hearings before the DIR/Labor Commissioner, DOL, or other official entity. Submit final compliance report and complete labor compliance file to City for retention. 4. TOTAL COST The consulting Labor Compliance Officer will provide the City and its LCS with direct assistance with any enforcement action required to ensure the project is constructed in full compliance with applicable labor law. The City will receive a clearance letter and the full and complete labor compliance file, appropriately organized, and labeled. Willdan has provided our Cost Proposal in a separate sealed envelope per the City's Request for Proposals. 5. STATEMENT OF OFFER AND SIGNATURE Michael Bustos, PE, ENV SP, Deputy Director of Construction Management and Inspection Services, is authorized to contractually bind Willdan. Our proposal is valid for 120 days from the date of submittal. Willdan's proposed scope of work will be performed at our "not -to -exceed" price stated in our Cost Proposal. Willdan has reviewed the City's standard contract and shall meet these requirements upon selection. ProposaIforTheRinkSportsPavilion —Labor Compliance 17 NV C I P-24-2 5-P 3034 LC 6. STATEMENTS AND AGREEMENT The following pages contain the fully executed forms as required by the City. ■ Notice to Proposers Regarding Contractual Requirements ■ Designation of Subcontractors/Subconsultants ■ References ■ Acknowledgment & Acceptance of Scope of Work ■ City of Santa Clarita Disclosure Statement ■ Addendums ■ Company Brochures ProposaIforTheRinkSportsPavilion —Labor Compliance 18 VI/ C I P-24-2 5-P 3034 LC Notice to Proposers Regarding Contractual Requirements NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS PROPOSAL # CIP-24-25-P3034LC The Rink Sports Pavilion - Labor Compliance City Project No. P3034 City of Santa Clarita, California 1. SUMMARY OF CONTRACTUAL REQUIRMENTS a. A contract is required for any service performed on behalf of the City of Santa Clarita (City). b. By submitting a proposal, you have reviewed the sample contract documents contained within this request for proposals and agree to be bound by the requirements set forth. c. Questions and requests for modification of these terms must be negotiated and approved prior to proposal submission and are at the full discretion of the City. 2. SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS a. These are the Indemnity and Insurance Requirements for Contractors providing services or supplies to City of Santa Clarita (City). By agreeing to perform the work or submitting a proposal, you verify that you comply with and agree to be bound by these requirements. If any additional Contract documents are executed, the actual Indemnity language and Insurance Requirements may include additional provisions as deemed appropriate by City's Purchasing Agent. b. You should check with your Insurance advisors to verify compliance and determine if additional coverage or limits may be needed to adequately insure your obligations under this agreement. These are the minimum required and do not in any way represent or imply that such coverage is sufficient to adequately cover the Contractor's liability under this agreement. The full coverage and limits afforded under Contractor's policies of Insurance shall be available to Buyer and these Insurance Requirements shall not in any way act to reduce coverage that is broader or includes higher limits than those required. The Insurance obligations under this agreement shall be: 1—all the Insurance coverage and limits carried by or available to the Contractor; or 2—the minimum Insurance requirements shown in this agreement, whichever is greater. Any insurance proceeds in excess of the specified minimum limits and coverage required, which are applicable to a given loss, shall be available to City. c. Contractor shall furnish the City with original Certificates of Insurance including all required amendatory endorsements and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy endorsements to City before work begins. City reserves the right to require full -certified copies of all Insurance coverage and endorsements. 3. INDEMNIFICATION a. To the fullest extent permitted by law, CONSULTANT shall defend (with legal counsel reasonably acceptable to CITY), indemnify and hold harmless CITY and its officers, agents, departments, officials, representatives and employees (collectively "Indemnitees") from and against any and all claims, loss, cost, damage, injury (including, without limitation, economic harm, injury to or death of an employee of CONSULTANT or its subconsultants), expense and liability of every kind, nature and description that arise wl;l ProposaIforTheRinkSportsPavilion—Labor Compliance CIP-24-25-P3034LC 19 from or relate to (including, without limitation, incidental and consequential damages, court costs, attorneys' fees, litigation expenses and fees of expert consultants or expert witnesses incurred in connection therewith and costs of investigation) that arise from or relate to, directly or indirectly, in whole or in part, from: (1) CONSULTANT's performance of Services under this Agreement, or any part thereof; (2) any negligent act or omission of CONSULTANT, any subconsultant, anyone directly or indirectly employed bythem, or anyone that they control; (3) any actual or alleged infringement of the patent rights, copyright, trade secret, trade name, trademark, service mark or any other intellectual or proprietary right of any person or persons in consequence of the use by CITY, or any other Indemnitee, of articles or Services to be supplied in the performance of this Agreement; or (4) any breach of this Agreement (collectively "Liabilities"). Such obligations to defend, hold harmless and indemnify any Indemnitee shall not apply to the extent such Liabilities are caused by the sole negligence or willful misconduct of such Indemnitee, but shall apply to all other Liabilities. The foregoing shall be subject to the limitations of California Civil Code section 2782.8 as to any design professional services performed by CONSULTANT and in particular the limitation on CONSULTANT's duty to defend whereby such duty only arises for claims relating to the negligence, recklessness or willful misconduct of CONSULTANT as well as the limitation on the cost to defend whereby CONSULTANT will only bear such cost in proportion to CONSULTANT's proportionate percentage of fault (except as otherwise provided in section 2782.8). b. The foregoing indemnification provisions will not reduce or affect other rights or obligations which would otherwise exist in favor of the CITY and other Indemnitees. c. CONSULTANT shall place in its subconsulting agreements and cause its subconsultants to agree to indemnities and insurance obligations in favor of CITY and other Indemnitees in the exact form and substance of those contained in this Agreement. 4. INSURANCE a. Before commencing performance under this Agreement, and at all other times this Agreement is effective, CONSULTANT will procure and maintain the following types of insurance with coverage limits complying, at a minimum, with the limits set forth below: Type of Insurance Limits Commercial general liability: $1,000,000 Professional liability $1,000,000 Business automobile liability $1,000,000 Workers compensation Statutory requirement b. Commercial general liability insurance will meet or exceed the requirements of ISO-CGL Form No. CG 00 011185 or 88. The amount of insurance set forth above will be a combined single limit per occurrence for bodily injury, personal injury, and property damage for the policy coverage. Automobile coverage will be written on ISO Business Auto Coverage Form CA 00 0106 92, including symbol 1 (Any Auto). Liability policies will be endorsed to name CITY, its officials, and employees as "additional insureds" under said insurance coverage and to state that such insurance will be deemed "primary" such that any other insurance that may be carried by CITY will be excess thereto. Such endorsement must be reflected on ISO Form No. CG 20 10 1185 or 88, or equivalent. Such insurance will be on an "occurrence," not a "claims vl;l Proposal forThe Rink Sports Pavilion — Labor Compliance CIP-24-25-P3034LC �� made," basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written notice to CITY. c. Professional liability coverage will be on an "occurrence basis" if such coverage is available, or on a "claims made" basis if not available. When coverage is provided on a "claims made basis," CONSULTANT will continue to renew the insurance for a period of at least three (3) years after this Agreement expires or is terminated. Such insurance will have the same coverage and limits as the policy that was in effect during the term of this Agreement, and will cover CONSULTANT for all claims made by CITY arising out of any errors or omissions of CONSULTANT, or its officers, employees or agents during the time this Agreement was in effect. d. CONSULTANT will furnish to CITY duly authenticated Certificates of Insurance evidencing maintenance of the insurance required under this Agreement, including endorsements, and such other evidence of insurance or copies of policies as may be reasonably required by CITY from time to time. Insurance must be placed with California -admitted insurers with (other than workers compensation) a current A.M. Best Company Rating of at least "A:VII." e. Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation against CITY, its elected or appointed officers, officials, agents, volunteers and employees for losses paid under the terms of the workers compensation policy which arise from work performed by CONSULTANT for CITY. f. Should CONSULTANT, for any reason, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain such coverage at CONSULTANT's expense and deduct the cost of such insurance from payments due to CONSULTANT under this Agreement or terminate pursuant to TERMINATION section. In the alternative, should CONSULTANT fail to meet any of the insurance requirements under this Agreement, City may terminate this Agreement immediately with no penalty. g. Should CONSULTANT'S insurance required by this Agreement be cancelled at any point prior to expiration of the policy, CONSULTANT must notify City within 24 hours of receipt of notice of cancellation. Furthermore, CONSULTANT must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation. CONSULTANT must ensure that there is no lapse in coverage. In. The CITY shall be entitled to any coverage in excess of the minimums required herein. I have read and understand the above requirements and agree to be bound by them for any work performed for the City. Authorized Sign ature:AaaP. Date Printed Name: Michael Bustos, PE, ENV SP October 15, 2024 wl;l ProposaIforTheRinkSportsPavilion—Labor Compliance CIP-24-25-P3034LC 21 Designation of Subcontractors/Subconsultants DESIGNATION OF SUBCONTRACTORS/SUBCONSULTANTS PROPOSAL # CIP-24-25-P3034LC The Rink Sports Pavilion - Labor Compliance City Project No. P3034 City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of % of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fiII out the form with NA. Please add additional sheets if needed. Subcontractor N/A DIR Registration No. Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor N/A DIR Registration No. Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor N/A DIR Registration No. Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) NOTE: A contractor or subcontractor shall not be qualified to propose on, be listed in a proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered contractor to submit a proposal that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. Vh M �) Proposal for The Rink Sports Pavilion— Labor Compliance 22 CIP-24-25-P3034LC References REFERENCES PROPOSAL # CIP-24-25-P3034LC The Rink Sports Pavilion - Labor Compliance City Project No. P3034 City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which proposer has performed work of a similar scope and size within the past 3 years. If the instructions on this form conflict with the references requested in the scope of work, the scope of work shall govern. Complete this form out accordingly. Fill out this form completely and upload it with your proposal. City of Lakewood - 5050 Clark Avenue, Lakewood, CA 90712 Name and Address of Owner / Agency Dario Simones, PE - Assistant Director of Public Works - (562) 866-9771, dsimones@lakewoodcity.org Name and Telephone Number of Person Familiar with Project Average $22,700/project Labor Compliance Ongoing Contract Amount Type of Work Date Completed City of Ridgecrest -100 W. California Avenue, Ridgecrest, CA 93555 Name and Address of Owner / Agency Travis Reed - Public Works Director - (760) 499-5080, treed@rdgecrest-ca.gov Name and Telephone Number of Person Familiar with Project Average $5,600/project Labor Compliance Ongoing Contract Amount Type of Work Date Completed 3. City of Paramount - 16400 Colorado Avenue, Paramount, CA 90723 Name and Address of Owner / Agency Adriana Figueroa - Director of Public Works - (562) 220-2100, afigueroa@paramountcity.com Name and Telephone Number of Person Familiar with Project Average $9,890/project Labor Compliance Ongoing Contract Amount Type of Work Date Completed Our references above are long-standing clients for whom we have provided - and continue to provide - labor compliance services, projects vary in type, size, duration, and construction cost (from under $100,000 to over $30 million). the "Contract Amount" is Willdan's average fee per project monitored. vl;l Proposal for The Rink Sports Pavilion — Labor Compliance CIP-24-25-P3034LC 23 Acknowledgment & Acceptance of Scope of Work ACKNOWLEDGEMENT & ACCEPTANCE OF SCOPE OF WORK PROPOSAL # CIP-24-25-P3034LC The Rink Sports Pavilion - Labor Compliance City Project No. P3034 City of Santa Clarita, California By providing the three (3) required signatures below, the Contractor acknowledges full understanding, complete agreement to, and accepts in its entirety, all Scope of Work for the The Rink Sports Pavilion - Labor Compliance. The Contractor will be expected to perform maintenance practices and uphold the standards herein to the established Scope of Work throughout the length of the contract. *Supervisor's Signature: �G Date:10/15/2024 *Estimator's Signature: Date:10/15/2024 *Owner's Signature: Date:10/15/2024 *All three signatures required vl;l Proposal for The Rink Sports Pavilion —Labor Compliance CIP-24-25-P3034LC 24 City of Santa Clarita Disclosure Statement CITY OF SANTA CLARITA DISCLOSURE STATEMENT PROPOSAL # CIP-24-25-P3034LC The Rink Sports Pavilion - Labor Compliance City Project No. P3034 City of Santa Clarita, California The following information must be disclosed: 1. List the names of all persons having a financial interest in the Request for Proposals. Willdan Engineering 2. If any person identified pursuant to No. 1 above is a corporation or partnership, list the names of all individuals owning more than ten percent of the shares in the corporation or owning any partnership interest in the partnership. Willdan Engineering is a wholly owned subsidiary of Willdan Group Inc., a publicly traded corporation. See list of Slate of Officers for Willdan Engineering below. 3. If any person identified pursuant to No. 1 above is a non-profit organization or a trust, list the names of any persons serving as a director of the non-profit organization or as a trustee or beneficiary or trustor of the trust. Not Applicable 4. Has the offeror had more than $250.00 worth of business transacted with any member of the City of Santa Clarita staff, boards, commissions, committees, and Council within the past twelve months? If yes, please indicate the person(s) with whom you have conducted business. Not Applicable NOTE: Attach additional pages as necessary. Aaj4p- B� Signature of Offeror Michael Bustos, PE, ENV SP Print or Type Name of Offeror October 15, 2024 Date Willdan Engineering - Slate of Officers Michael A. Bieber - Chairman of the Board Vanessa Munoz - President/Chief Executive Officer Creighton K. Early - Chief Financial Officer, Treasurer Kate Nguyen - Secretary Cathaleen D. Steele - Assistant Secretary vl;l Proposal for The Rink Sports Pavilion —Labor Compliance CIP-24-25-P3034LC 25 4 4 6" 7A 01,1111111111111 4 v qf> �G� rsoEceM� Addendum No. 1 Request for Proposal #CIP-24-25-P3034LC The Rink Sports Pavilion - Labor Compliance City of Santa Clarita, California Addendum No. 1 September 24, 2024 This addendum must be acknowledged via BidNet and should be included with the proposal response. There was a non -mandatory, pre -proposal meeting on September 24, 2024, beginning at 11:00 AM (PT). The meeting was conducted via Zoom. Attending Staff: • Araz Valijan — Project Manager, Public Works • Annette Guzman —Administrative Analyst, Public Works • Jackie Lillio— Senior Engineer, Public Works • Jaclyn Abston — Buyer, Administrative Services • Patricia Lacsamana — PTS Office Clerk, Administrative Services • Kathy Alfaro — PTS Office Clerk, Administrative Services Attending Vendors: • Mana Fuller, School Construction Compliance, LLC • Melise Gerber, Pacifica Services, Inc. • Marjorie Gayle, Pacifica Services, Inc. • Daniel & Melissa Perez, MVN & Associates LLC • Christopher Smith, The Solis Group • Beth Grande, MNS Engineers, Inc. • Rasien Connelly, Parsons Constructors, Inc. • Tara Newmann The following questions were asked and answered: Q1) What is the approximate cost for the project? Al) We are currently in the design phase. Building is estimated at approximately $15 million. Q2) Are field interviews required for this project? A2) Field interviews are not required for this project. Q3) I saw the construction budget was $25 million. Is $15 million the estimate for Phase II? A3) That is correct; the total cost of construction is estimated at $25 million - this higher amount is inclusive of soft costs. Q4) Do we send bid documents listed in the Documents Checklist as one file or separate files? A4) It would be helpful to submit the files separately. wl;l ProposaIforTheRinkSportsPavilion—Labor Compliance26 CIP-24-25-P3034LC Addendum No. 1 September 24, 2024 Q5) In the RFP document under RESPONSE FORMAT AND SELECTION CRITERIA, section II, part 5 states, `...proposal is a firm offer for a 1-day period.' Should it be a 120-day period, instead? A5) Yes; 1-day period should read 120-day period in that section. Q6) Is there particular tracking software the City is requiring? A6) Yes, the City requires the use of Procore project management software Q7) What is the funding source for the project? A7) Sources include Facilities funding, which are local funds (General Fund), and a small amount of Bridge & Thoroughfare funds. Q8) For now, can you confirm 334 days for the duration of the project? A8) Yes, ranging from Notice to Proceed to Certificate of Occupancy. The following was reviewed: • Project scope of work • Bidding Guidelines END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. September 26, 2024 Contractor's Representative Date Willdan Engineering Company Name PROPOSAL # CIP-24-25-P3034LC vl;l Proposal for The Rink Sports Pavilion —Labor Compliance CIP-24-25-P3034LC 27 Company Brochures ProposaIforTheRinkSportsPavilion —Labor Compliance 28 C I P-24-2 5-P 3034 LC ivWILLDAN ENGINEERING SERVICES © Building & Safety Staffing Plan Review • Building Officials • Fire / Life Safety • Plans Examiners • Plumbing, Mechanical, & • Inspectors Electrical • Permit Technicians • Green Building Standards • Counter Support • Title 24 Energy Code • Fire Code Officials • Structural • Code Enforcement Officers • Fire Protection • HQS Inspectors • CASp (Accessibility) Review ■ Hearing Officers • Expedited Review • Electronic Review ..................................................................................................................... OCity Engineering Staff Augmentation Storm Water/ NPDES • City Engineer • Hydrology Reports • City Surveyor • Federal Insurance Studies • Sustainability Manager (LOMR, CLOMR) • City Planner • Channel Improvements • Funding Administration ■ Pollution Discharge • Program & Project Management Requirements (NPDES) / Permit • Construction Management Processing • Traffic Engineering • Scour & Sediment Transport Analysis • Labor Compliance . Storm Drain Basin Maintenance • Community Relations Recommendations .................................... Code Enforcement • Staffing • Management • Analysis • Development Specialized Services • CASp Services • Disaster Recovery • OSHPD III • Scanning Projects • Virtual Inspections Funding Administration • Local Programs • State Programs • Federal Programs 12 ProposaIforTheRinkSportsPavilion —Labor Compliance 29 C I P-24-2 5-P3034 LC QDesign Engineering Design • Civil Engineering • Traffic Engineering • Pavement Engineering • Structural Engineering • Survey & Right-of-way Engineering • Geotechnical Engineering • Geographical Information System (GIs) • Landscape Architecture Development Review • Improvement Plans • Map Check • Reports & Studies • Landscape Architecture Grant Writing • State & Federal Programs lls Construction Management & Inspection - Construction Management • Public Outreach • Constructability Review • Bid Administration / Analysis • Contract Administration • Utility Coordination Labor Compliance • Labor Compliance Guidance • Payroll Compliance Reviews • DIR Compliance Training 0 Planning & Community Development Land Use Planning Environmental Planning • Overload Case Processing & Services Staff Augmentation • CEQA / NEPA Document • General Plans / Specific Plans / Preparation & Compliance Design Guidelines • Technical Studies / Resource • Urban Planning & Design Assessments • Project Management / On -call • Mitigation Monitoring Support • Third -Party Review • Contract Staffing • • fry• • ;::,. ....�.. 11!! t2 t Public Works / Inspection • Construction Observation • Material Inspection & Testing CDBG / HUD Services • HUD Program Proficiency (CDBG, HOME, ESG, NSP, HOPWA) • Sub -Recipient Training/ Monitoring • Environmental Review (24 CFR Part 58) • Labor Compliance / Section 3 • Program Administration & Management • IDIS Interface System Management ABOUT WILLDAN Willdan is a leading, nationwide provider of professional and consulting services. We have worked with nearly 90% of California's cities and counties to deliver 13,000+ projects, serving over 3,400 clients. vmunoz@willdan.com 1 562.447.6844 1 www.willdan.com ProposalforTheRinkSportsPavilion —Labor Compliance 30 C I P-24-2 5-P3034 LC u *"WILLDAN © 800.424.9144 O www.willdan.com Construction.Management & o Labor Compliance - Resident Engineering • Public outreach Compliance with Section 3, SB 854, and all • Constructability review applicable federal, state, county, and local labor laws • Bid administration / analysis • Labor compliance and project requirement • Project cost controls and scheduling guidance at preconstruction meetings • Resident engineering /construction Contractor support by phone or email management • Site visits / Employee interviews • Claims review and investigation • Payroll compliance reviews • Utility coordination • DIR compliance training • Cloud -based contract administration ....................................................................................:......... ......... ......... .......... .......................................... : 0 Public Works/Construction Inspection • Pre -construction conditions Detailed reporting and • Claims review documentation documentation • QSP, ACIA, and APWA • Material sampling and testing • Project closeout certified inspectors • Field inspection • Construction observation ..............................................................................................................................................................................: COM PREH ENS I V E. I N N O V A T I V E. T R U S T E D. ProposalforTheRinkSportsPavilion —Labor Compliance 31 C I P-24-2 5-P3034 LC CONSTRUCTION MANAGEMENT & INSPECTION SERVICES ©Construction Management & Resident i Engineering Our highly trained, experienced staff will complete and enhance your team. All of our construction managers have completed the Caltrans Resident Engineer Academy. 0 ®Labor Compliance Our unparalleled compliance management process has been perfected through continual review and updates. It maximizes efficiency and minimizes costs while optimizing client comfort. 0 Public Works/Construction Inspection Our experienced team brings reliability, good judgment, fair and equitable treatment, and strong integrity to every project. We are well -versed in federal aid projects. Our inspectors have an average tenure of 15 years with Willdan. ABOUT WILLDAN Willdan is a leading, nationwide provider of professional and consulting services. • We have worked with nearly 90% of • California's cities and counties to • deliver 13,000+ projects, serving over 3,400 clients. • 0 • • 50+ offices • across FOR MORE Chris Baca, RCI, CESSWI INFORMATION, © 310.502.6335 PLEASE CONTACT: 0 cbaca@willdan.com • Highlighted Experience Long -Term On -Call Contracts with Public Agencies: . Cities . Schools . Community . Utility Districts Service Districts . Counties Willdan's Team provides expertise in all types of public infrastructure, including: . Buildings . Storm Drainage . Facilities . Street Improvements . Fiber Optic . Street Lighting . Intelligent Transportation . Structures Systems . Traffic Signals . Parks . Wastewater . Pavement Systems Rehabilitation . Water Systems . Roadway Reconstruction • , n • • Mike Bustos, PE, ENV SP © 805.279.6870 mbustos@willdan.com Jason Brown © 310.502.9931 Ojbrown@willdan.com Proposal for The Rink Sports Pavilion — Labor Compliance 32 V/ CIP-24-25-P3034LC sp AIL W"W I LLDAN November 18, 2024 City of Santa Clarita Attention: Purchasing 23920 Valencia Boulevard, Suite 265 Santa Clarita, CA 91355 Subject: COST Proposal for CIP-24-25-P3034LC [updated] The Rink Sports Pavilion — Labor Compliance Willdan is pleased to submit our cost proposal to the City of Santa Clarita for labor compliance services for The Rink Sports Pavilion, CIP-24-25-P3034LC Project. Please find attached our detailed fee proposal for all services and materials anticipated in completing the project based on the scope of services. As requested, the fee has been updated to include a $5,000 owner's allowance to be used at the City's discretion. As the proposed project manager for this important City project and team lead, you may reach Jane Freij at the following address, phone numbers, or email. Project Manager Jane Freij, Labor Compliance Manager Willdan 374 Poli Street, Suite 101 Ventura, CA 93001 Office: (562) 364-8490 Mobile: (714) 837-8229 Email: jfreij@willdan.com We very much look forward to assisting the City of Santa Clarita with the labor compliance monitoring and enforcement on The Rink Sports Pavilion project. As demonstrated in our proposal, our team possesses the skills and experience required to fully address the City's needs. Respectfully submitted, WILLDAN Alaa4p- A40� Michael D. Bustos, PE, ENV SP Deputy Director of Construction Management and Inspection Services Jars Freij Labor Compliance Manager 805.653.6597 1 800.491.1720 1 fax: 805.754,2067 1 374 Poli Street, Suite 101, Ventura, California 93001-2605 www.willdan.corn Cost Proposal The Rink Sports Pavilion, Santa Clarita CIP-24-25-P3034LC Project Parameters: • Construction Period is estimated at 16-18 months (-334 working days). • Scope of work will include labor compliance monitoring and enforcement activities, including regular meetings with the City for status updates, as detailed in our proposal. • Labor compliance interviews are not requested. Willdan proposes to complete the aforementioned labor compliance monitoring and enforcement services at a not -to -exceed maximum fee as follows: Title Hourly Rate Number of Hours Fee Project Manager/ Labor Compliance Manager $190 45 $8,550 Labor Compliance Specialist $150 180 $27,000 Principal -in -Charge/ Deputy Director* $250 0 - Legal/Risk Management Advisor* $275 0 - Owner's Allowance $5,000 TOTAL $40,550 The Principal -in -Charge and Legal/Risk Management Advisor are not anticipated to be required for this project. They are available in the event of extraordinary enforcement or contract issues. The City will be provided with advance notice and approval authority over their involvement. Please note: our fees are all-inclusive, the City will not be charged for copies, postage, parking, or any other incidental expenses. In addition, Willdan will invoice only for work performed. Finally, because our fees are "not to exceed" amounts, they take into account possible complications and contingencies, we often come in under budget, providing a direct saving to our clients. � IF'S On por SM, lip Iwa IN wwtlM Fo "TWINING Grounded in Safety, Built on Sustainability November 5, 2024 Proposal No. 24-2050 City of Santa Clarita ATTN: Purchasing 23920 Valencia Boulevard, #265 Santa Clarita, CA 91355 1879 Portola Road, Suite G Tel 805.644.5100 Ventura CA 93003 Fax 562.426.6424 Subject: Materials Testing and Inspection Services for The Rink Sports Pavilion, Phase II CIP-24-25-P3034B Dear Purchasing Department: Twining, Inc. (Twining) is pleased to present our proposal and qualifications for the City of Santa Clarita (City) The Rink Spors Pavilion Project (Project). We understand that the City is seeking a qualified Special Inspections and Material Testing firms to provide inspection and material testing services for the Project. The consultant shall provide requested services to assist the City's project team, and we will work closely with the City's Project Manager and staff to successfully complete the project and protect the interest of the City. We have received Addendum No. 1 dated 10/10/2024 and reviewed the Q&A posted on the City's site. Our History and Knowledge of the City Twining has been one of the City's trusted advisor for over a decade. We are committed to providing the high quality work you've come to expect from us. We are aware that time is of the essence and that the selected consultant will be expected to start providing services as soon as the City contract is executed. We are ready and confident that we can hit the ground running, meeting the project goals effectively and efficiently. Our history of working with the City points to other benefits to selecting Twining as the consultant for this project. We continue to find ways to save the City time and money that benefit the community you serve. The City is an important client to us and is a critical part of our business. We strive to strengthen our partnership with the City for these projects and beyond. As the City's staff make-up has evolved, we have continued to maintain our great working relationship and Twining is proud to consider ourselves part of your City's public works family. We commit to keeping your current project on track and within or under budget as we have done in the past. Our proposal includes our firm and staff qualifications, work statement describing our approach to this project, and a proposed work schedule. Per the RFP, we have included our cost proposal under separate sealed envelope. We thank the City for the opportunity to present our qualifications. Twining's expertise, leadership, technical resources, and commitment to quality will make us a valuable member of your team throughout the length of this contract. Should you have any questions related to this proposal, please contact Michael Molina at 951.552.0031 (cell) or by email at mmolina@twininginc.com. Sincerely, Michael Molina Linas Vitkus, PE, GE Regional Client Services Manager President & Chief Operating Officer (Authorized to negotiate on behalf of the firm) (Authorized to bind the firm to contract) Twining is an Equal Opportunity Employer We have reviewed the insurance requirements outlined by the City in its RFP and can comply. Twining I City of Santa Clarita -The Rinks 2 TABLE OF CONTENTS A. Introduction....................................................... 3 B. Qualifications of Consultant Team .................... 4 C. Work Statement..............................................11 D. Cost File...........................................................21 Submitted in a separate envelope. E. Statement of Offer and Signature .................... 22 Attachments.......................................................23 Form 1 - Notice to Proposers Regarding Contractual Requirements Form 2 - Designation of Subcontractors/Sub-consultants Form 3 - References Form 4 - Acknowledgment & Acceptance of Scope of Work Form 5 - City of Santa Clarita Disclosure Statement Addendum 1 -Acknowledgment Form Resumes: Jeff Tawakoli - Project Manager Adrian Moreno - Senior Project Engineer Sean Bautista - Laboratory Supervisor Brandan Mathis - Lead Special Inspector Roland Krolikowski - Special Inspector Twining I City of Santa Clarita -The Rinks 3 A. INTRODUCTION We understand the proposed Rink Sports Pavilion project consists of constructing a new 25,701 square foot multi -use sports facility located at the Santa Clarita Sports Complex on the east side of the Gymnasium. The proposed facility will include fire suppression system, steel framing, metal roofing, CMU shear walls, and roof mounted HVAC systems. The proposed off -site facilities will include improvements such as concrete walkways, walkway pavers, various types of ramps and steps, exterior lighting, parking area improvements, first flush basin, landscaping, drainage systems, and extensions and connection to the following wet and dry utilities; potable water, fire water, sewer with grease interceptor, electric service, natural gas, and fiber optics. Our Project Manager Jeff Tawakoli, PE, will work directly with the City Project Manager, Construction Manager, and General Contractor to draft a work plan for the required special inspections and material testing. Twining understands that it is assumed the majority of the special inspections and material testing will take place during the first six to eight months of construction, requiring the Senior Special Inspector to have a dedicated presence at the project site during this time period Twining will provide requested services to assist the City's project management team to successfully complete the project and protect the interest of the City of Santa Clarita. Twining has a long history providing the relevant experience overseeing the construction of projects in similar scope and complexity to the City's project and in all other technical areas listed in the project information section of this proposal, as well as all relevant requirements of the current applicable jurisdictions, codes, and regulations, State and City building and fire requirements, State of California Building Code Title 24, and Americans with Disabilities Act, etc. The selected firm/consultant shall be knowledgeable on the Standard Construction Specifications Institute (CSI) format specifications. This experience, along with our proven project management system, results in a seamless flow of communication throughout the project's scope and provides you with a single point of contact to ensure that all of your project needs are met. Twining endeavors to prove ourselves as the right choice for these projects apart from our long-standing history. Recently, we have provided services similar to this contract and partnered closely with the City's project management team to ensure success. The key to a successful construction project is consistent and prompt communication with the City, which means being available and responsive to any requests. Twining has the daily resources to satisfy the full range of needs required during this project, and we have demonstrated this during all of our past contracts with the City of Santa Clarita, as well as other local municipal clients, such as the cities of Valencia, Thousand Oaks, Agoura Hills, and Simi Valley. In the following sections we outline our staff who will be committed to the project for the duration of construction. Including their technical competence showing why they will be a great fit for this project. We will outline and detail our work program and our successful project approach. We go into the details of each Task included in the project scope. At Twining, Integrity Is Our Foundation. Twining I City of Santa Clarita - The Rinks 4 B. QUALIFICATIONS OF CONSULTANT TEAM Twining's legacy dates back over 725 years. What started as a family business in 7898 has evolved into one of California's largest geotechnical, materials testing, and construction inspection service providers. We are highly regarded by state and local agencies, developers, contractors, consultants, and the industry for providing high -quality services that are reliable, timely, and compliant. We employ some of the industry's most well-known construction experts who perform research and consult with regulatory agencies to shape the future of construction standard practices. Twining is a full -service engineering and quality control company with unmatched technical expertise. As detailed below, our services span from QA/QC, materials testing, and inspection to highly technical capabilities in applied engineering and integrated disciplines. With laboratories throughout California and more than 200 inspectors, we are unequaled in our core competencies to work on vertical as well as horizontal construction projects: Material Testing and Special Inspection Geotechnical Engineering Asphalt Pavement Design and Materials Evaluations Specialty Testing and Forensic Evaluation Roofing and Waterproofing Consultation and Inspection Asphalt Pavement Quality Assurance Services Soils and Materials Testing and Inspection Mobile Laboratory Services Applied Engineering and Research Twining has developed a strong reputation by providing sound engineering, testing, and inspection services on even the most complex projects from inception through completion. Starting with the initial subsurface investigation and continuing through the inspection and laboratory testing required during construction, we have the engineering staff, experienced inspectors, and state-of-the-art laboratory facilities to meet your project needs. This experience, along with our proven project management system, results in a seamless flow of communication throughout the project's scope and provides you with a single point of contact to ensure that all of your project needs are met. Twining endeavors to prove ourselves as the right choice for these projects apart from our long-standing history. Recently, we have provided services similar to this contract and partnered closely with the City's project management team to ensure success. The key to a successful construction project is consistent and prompt communication with the City, which means being available and responsive to any requests. Twining has the daily resources to satisfy the full range of needs required during this project, and we have demonstrated this during all of our past contracts with the City of Santa Clarita, as well as other local municipal clients, such as the cities of Valencia, Thousand Oaks, Agoura Hills, and Simi Valley. Throughout the southern California region, we employ over 185 inspectors and technicians, more than 80% of whom hold multiple inspection certifications. Our local field staff will adhere to the City's Quality Assurance Program and utilize all required methods for testing and inspections. Twining I City of Santa Clarita - The Rinks 5 SECTION B: QUALIFICATIONS OF CONSULTANT TEAM We will continue to provide the following exceptional benefits to the City: » We have served your City for years, providing services identical to this proposal. Our history with your agency, extensive knowledge of the area conditions, and deep understanding of the community ensures a seamless integration of our team with the City's staff. » We have consistently provided the City with a highly qualified and skilled workforce to help with its projects. Their strong project management skills, along with their technical expertise, have benefited the City by completing the projects under budget with minimum interruption and without compromising the quality of their work and product. » We have a proactive project management approach designed to provide effective solutions to control costs and support the City's efforts to maintain and manage the project's construction schedule by prioritizing timeliness, accuracy, and communication. » We have consistently maintained our core team of inspectors for this project throughout the years so we can learn from each year of experience and apply that experience to the upcoming projects. Our core team will remain the same this year, so they are in complete sync with the City's team and can fulfill the City's requirements to 100 percent satisfaction. Laboratory Testing Capabilities All laboratory testing operations are overseen by a registered engineer. With the large amount of construction - related, time -sensitive work that Twining performs, our laboratories understand the importance of and effectively accomplishes efficient turnaround times for testing. Twining is accredited under AASHTO R 18 and both ASTM E 329 and ISO/IEC 17025:2005 by the International Accreditation Service (IAS). These accreditations are the standard specifications for firms engaged in construction inspection, testing, or special inspection in the case of ASTM E 329 and testing laboratory in the case of ISO/IEC 17025:2005. Materials Testing Laboratory Twining maintains a network of state-of-the-art » In situ density and » Expansion Index laboratories throughout California. In addition to our moisture content » Sand Equivalent permanent laboratories, we own and operate a fleet » Atterberg limits » Cleanness Value of mobile laboratories that allow us to conveniently » Sieve Analysis » Soundness service projects throughout the state. » Maximum Dry Density » R-Value Our fully -accredited geotechnical engineering » Direct Shear laboratories are equipped to perform the standard » Consolidation tests needed in geotechnical engineering evaluations, including but not limited to: Twining I City of Santa Clarita - The Rinks 6 SECTION B: QUALIFICATIONS OF CONSULTANT TEAM Materials Testing and Inspection Expertise With our state-of-the-art equipment and conveniently located laboratories, we are able to perform the necessary testing on projects throughout California. We maintain a rigorous training program for our experienced staff of testing technicians, and are recognized by numerous agencies including Caltrans, Army Corps of Engineers, American Association of State Highway and Transportation Officials (AASHTO), Cement and Concrete Reference Laboratory (CCRL) and International Accreditation Service, Inc. (IAS) along with many cities and counties. Our expert professionals continue to work Construction Deputy Special Inspection Twining employs highly skilled professional inspection personnel with diverse knowledge to work with clients to achieve maximum performance. Our team currently consists of over 200 inspectors throughout California, more than 80 percent of whom hold multiple inspection certifications in various aspects of construction, including: Structural steel » Welding » High strength bolting » Curtain wall attachments » Shop fabrication inspection » Welding procedure and welding qualifications Concrete » Placement inspection » Rebar and tendon placement » Pre- and post -tension stressing » Concrete sampling » Sampling of reinforcing steel » Precast plant inspection » Batch plant inspection Masonry » Inspection of layup » Block and brick sampling with Caltrans to define effective applications of construction materials for roadway projects and revise standard specifications for proportioning concrete for pavements and other elements of transportation infrastructure. Our clients depend on us to reliably deliver services that strictly follow Green Book and Caltrans and FHWA regulations. We are proud of our legacy of delivering high -quality services that subscribe to all applicable standards. We have held multiple on -call contracts representing Caltrans providing materials testing services on behalf of the State. » Mortar sampling » Grout sampling » Precast plant inspection Drilled -in anchors » Epoxy anchors » Mechanical anchors Spray -applied fireproofing » Cementitious fireproofing » Intumescent fireproofing Twining's long-standing relationships with steel fabrication shops worldwide allow our inspectors to provide seamless shop fabrication inspections no matter where they occur. Our experienced staff has inspected structural steel fabrication as far away as Japan and Taiwan. Inspectors/Field Technicians We assign multi -certified inspectors whenever possible to ensure that our services are cost- effective. By dispatching multi -certified inspectors to your project, we minimize the number of inspectors required on -site, lowering total costs. We will also endeavor to provide experienced journeymen and apprentices for construction quality control and materials testing and inspection. When it comes to monitoring, developing, and evaluating our team's work, we start with the philosophy that quality work is the responsibility of every team member, and "Quality at Every Step" is our day-to-day goal. Twining actively practices this philosophy through our quality assurance programs on every project. Our team will focus on achieving the City's goals to construct a high -quality facility. Twining I City of Santa Clarita -The Rinks 7 SECTION B: QUALIFICATIONS OF CONSULTANT TEAM Nondestructive Examination For over four decades, Twining has been signatory to an agreement with the International Union of Operating Engineers, Local 12. Due to the stability and benefits offered by our company, and the increased compensation paid to our inspectors and technicians, Twining attracts the very best personnel. Our inspection personnel are paid the prevailing wage as determined by the California Department of Labor, Director of Industrial Relations in accordance with Part 7, Chapter 1, Article 2, Sections 1770, 1773, and 1773.1 of the California Labor Code. The field of nondestructive testing is undergoing rapid change, bringing technologies previously the subject of research into the arena of practical application. Twining has been at the forefront of these applications; from participating in the post - Northridge SAC committees through being the first firm to fully implement the requirements of FEMA 353 and now AWS D1.8, to the field implementation of the latest technologies such as Phased Array Ultrasonics and Time of Flight Diffraction. Value Added Services Twining is fully compliant not only with ASNT SNT- TC1A, but with the stricter certification standards of CP-189. » Dye penetrant » Magnetic particle » Ultrasonic » Visual » Radiographic » Ground penetrating radar » In -Place concrete soundness » Floor flatness and levelness Twining's core testing services are overseen by Robert M. Ryan, CWI, ASNT NDT Level III, who has been with Twining and its affiliated companies since 1977. Mr. Ryan possesses vast experience in all areas of field inspection, and is a leading expert on all aspects of structural steel construction and nondestructive testing. As a principal of the firm, Mr. Ryan also provides strategic counsel and technical direction for our largest projects, and has worked on some of California's most distinguished landmarks including the J. Paul Getty Museum, Walt Disney Concert Hall, and Disney's California Adventure. Twining is dedicated to improving the Project Experience by offering value-added services that set us apart in our field. Our services within the Twining framework can be customized to fit your project's specific needs. The following are some of Twining's best practices and resources we use to resolve and prevent administrative, technical, and field issues. STREAMLINED PROJECT MANAGEMENT APPROACH Our experience reveals that offering a single point of contact to clients yields the best results in seamless customer service throughout the contract. This dedicated professional is a focal point for addressing client feedback and fulfilling project needs. Our expansive technical roster supports this, including addressing any technical inquiries that may arise. REAL-TIME BUDGET OVERSIGHT Maintaining a transparent view of the budget is paramount for projects of this nature. Our project manager, Jeff Tawakoli, PE, is prepared to provide accurate updates on expenditures, remaining funds, out - of -scope components, and the overall budget whenever required. Twining takes pride in offering real-time project information, eliminating uncertainties regarding budget alignment. We prioritize your project's financial well-being. ROUND-THE-CLOCK DISPATCHING We understand the nonstop nature of construction projects, which often demand support beyond standard hours. Our 24/7 dispatch office ensures inspectors are available anytime, guaranteeing uninterrupted project progress. HARNESSING IN-HOUSE EXPERTISE Our considerable in-house team, comprising materials engineers, geotechnical engineers, civil engineers, geologists, and ASNT Level III inspectors, is at your disposal. Our licensed project engineers and managers oversee every project phase, upholding stringent quality control standards. This abundance of in-house expertise empowers us to preempt potential project challenges, offering solutions before they escalate. Twining's value-added services are tailored to elevate your project's management and success. Twining I City of Santa Clarita -The Rinks 8 SECTION B: QUALIFICATIONS OF CONSULTANT TEAM Organizational Chart & Commitment to Team The staff shown here are committed to the project. Our deputy inspectors will be registered with the City's Division of Building and Safety before stepping foot on the job site. Key Personnel resumes are in the Attachment Section of this proposal. Firm's principal contact Resume available upon request * Brandan Mathis - Lead Roland Krolikowski Bryce Newman* Nathan Johnson* Peter Kim* Christian Barroso* Jeff Tawakoli, PE Staff Engineer Adrian Moreno, PE +150 other inspectors and technicians Sean Bautista Laboratory Technicians Technicians work staggered hours to help ensure timely turnaround of laboratory testing. Twining I City of Santa Clarita -The Rinks 9 SECTION B: QUALIFICATIONS OF CONSULTANT TEAM Twining's Project Management Team BS, Civil and Environmental Engineering, University of California Los Angeles, Los Angeles, California, 1999 Linas Vitkus 25 Professional Civil Engineer, California PE 63163 Project Executive w/Twining 21 Professional Geotechnical Engineer, California GE 2816 Professional Engineer, Florida PE 84048 Nuclear Gauge Certified BS, Civil Engineering, University of Utah, Salt Lake City, UT, 1982 Registered Professional Engineer (Civil), State of California (No. 51883) Jeff Tawakoli, PE 36 Registered Professional Engineer (Civil), State of Nevada (No. 10869) Project Manager w/Twining 9 Registered Professional Engineer (Civil), State of Utah (No. 176290) ICC Spray Applied Fire Proofing ICC Reinforced Concrete ICC Structural Masonry Adrian Moreno, PE 11 BS, Civil Engineering, California State Polytechnic University, Pomona, 2010 Sr. Project Engineer w/Twining 11 Professional Engineer, Civil, CA No. 87057 BS, Environmental Engineering, University of California, Irvine, Irvine, CA Sean Bautisa 13 ACI: Concrete Strength Testing Technician Laboratory Supervisor w/Twining 4 JTCP: HMA I & HMA II NCEES: E.I.T. (FE.) Twining's Knowledge -Sharing Technical Experts NAME EDUCATIONERIANCE , •., Master of Science, Engineering, Moscow Civil Engineering University, Moscow, Academic Honoris Causa Doctoral Degree for Research, Materials Science, conferred upon him by Dubna University, 2000 Boris Stein, DSc American Concrete Institute (ACI) voting member of the following Technical Advisor, 51 committees: Concrete ACI 232 Fly Ash in Concrete ACI 304 Measuring, Mixing and Transporting Concrete ACI 305 Hot Weather Concreting Southwest Concrete Pavement Association (SWCPA) American Society for Testing and Materials (ASTM) Amir Ghavibazoo, PhD Ph.D, Civil and Environmental Engineering, North Dakota State University, Technical Advisor, Asphalt & Pavement 9 Fargo, ND, 2014 MS, Railways Engineering, Iran University of Science and Technology, Engineer Tehran, Iran, 2009 BS, Industrial Engineering, Iran University of Technology, Tehran, Iran Yiwen Bu, PhD, PE, Civil Engineer, CA 85822 LEED AP Ph.D., Materials Science, and Engineering, May 2014 Technical Advisor, 14 Purdue University, West Lafayette, IN Concrete Laboratory Bachelor of Materials Science and Engineering May 2009 University of Science and Technology, Beijing, China Robert Ryan, ASNT Level III UT, MT, PT; Bachelor of Science, Mathematics, 1991 California State University, LA AWS CWI QC1 46 MS Applied Mathematics, University of Washington Technical Advisor, American Welding Society, CWI-QC1 Steel American Society of Nondestructive Testing, Level III UT, PT, MT Twining I City of Santa Clarita -The Rinks 10 SECTION B: QUALIFICATIONS OF CONSULTANT TEAM Project Management Project Manager, Jeff Tawakoli, PE, will serve as the primary point of contact with the City. All of our services will be seamlessly coordinated by Jeff and communicated to the City without delay. As our designated point of con- tact, Jeff will oversee all services provided by Twining and verify the City has the necessary resources to respond to each task assignment. He will be familiar with each assignment and will work closely with the City's project manager to ensure all project needs are met and the City is completely satisfied with every aspect of Twining's performance. Jeff will review all invoices and reports prior to their issuance and will guarantee the accuracy and timeliness of all. He will be available to the project team members to answer questions or make suggestions, will keep the City informed of budget status, will work with the project team to reduce costs, and will support the delivery of our services in an efficient manner. Proposed Inspector Matrix All our proposed Multi -Carded Inspectors are familiar with overseeing projects across Southern California. Their accumulated expertise will be a valuable addition to the team, contributing by conducting thorough testing and inspections. They will maintain communication with the City's project management staff and collaborate seamlessly with the professional team. ' Brandan Mathis (Lead) • • - • • • 14 LU 24 Roland Krolikowski • • • • • • • • • • 15 16 Additional Resources to back up Brandan and Roland as needed. Bryce Newman • • • 3 6 Nathan Johnson • • • • • • • • 8 25 Peter Kim • • • • • • 4 44 Christian Barroso ACI = ACI Field Technician Grade 1 • • • FP = ICC Fireproofing • 2 16 RC = ICC Reinforced Concrete S = ICC Soils PC = ICC Prestressed Concrete MSI = ICC Master of Special Inspection SM = ICC Structural Masonry CBI = ICC Commercial Building Inspector SW = ICC Steel Welding NDT II = Nondestructive Testing HSB = ICC High Strength Bolting AWS = American Welding Society (CWI) Most of our inspectors and technicians carry multiple certifications for various disciplines of work. We have demonstrated in the past that we use inspectors and technicians that can overlap disciplines on the project which saves on the inspection and testing budget. For example, Twining will provide a technician/inspector that covers geotechnical and concrete aspects of the project when both those disciplines are present at the job, provided each can be performed to the satisfaction of the Building Code and meet the project needs. Twining I City of Santa Clarita -The Rinks 11 SECTION B: QUALIFICATIONS OF CONSULTANT TEAM PROJECT EXPERIENCE *Reference and contact information available in Form 3 References in the attachment section of this proposal* MT. SAN ANTON 10 COLLEGE Beach Volleyball and Wildlife Sanctuary This is a significant project that aims to enhance the facilities at Mt. San Antonio College, providing improved sports amenities and amenities for the Wildlife Sanctuary while also improving transportation infrastructure. The project involves several components, including the construction of six competition beach volleyball courts, a grassy area for seating, new restroom facilities for the volleyball and soccer facilities, and a new entry plaza, bus zone, and restrooms for the Wildlife Sanctuary. Located on the south side of the Mt. SAC campus Temple Avenue and Mt. SAC Way will be realigned, likely to accommodate the new construction and improve traffic flow or access to the project area. Twining has reviewed the geotechnical reports and taken on the role of Geotechnical Engineer of Record (GEOR) during the construction phase. Our responsibilities include providing geotechnical engineering, material testing, and inspection services. The scope of the project includes various construction elements such as concrete, masonry, drilled -in anchors, welding, structural steel, fireproofing, soil, asphalt, and the batch plant. Twining will be involved in testing and inspecting the materials and processes related to these elements to ensure their quality and compliance with engineering standards. Twining I City of Santa Clarita -The Rinks 12 PROJECT EXPERIENCE SECTION B: QUALIFICATIONS OF CONSULTANT TEAM WILLIAM S. HART UNION HIGH SCHOOL DISTRICT Castaic High School ft11 W � ... r . . . . . . . . . . . William S. Hart Union High School District started work on the new state-of-the-art Castaic High School campus in Santa Clarita Valley. This $75 million project roughly covers 198 acres, 58 of which contain the campus, and included the construction of 16 buildings including administrative, gymnasium, performing arts, food service, library, storage, technology and classrooms. The district constructed approximately 250,000 square feet of buildings on this campus. The project also featured a 700,000-gallon state-of-the-art water storage tower. Besides serving the campus, it can be used to connect a hydrant to firefighting/water dropping helicopters. A unique flood -control design on the campus calls for the creation of an extra parking lot that doubles as a storm water run-off evaporative basin. Twining provided a full range of testing and inspection services on this project including soils, concrete, and masonry. Timely DSA closeout was performed as the project progressed. OXNARD UNION HIGH SCHOOL DISTRICT Del Sol High School The project consists of the construction of a new, $240 million, 270,000-square-foot high school complex in North Oxnard is intended to address overcrowding at two of the district's other high schools, Rio Mesa and Adolfo Camarillo. Built to handle about 2,500 students, the project includes the construction of classrooms, sports fields, and a pool on nearly 50 acres of land at Camino Del Sol and Gibraltar Streets and is intended to help deal with overcrowding at other Oxnard Union High School District campuses. Twining provided a full range of testing and inspection services on this project. The scope of work included the testing and inspection of soils, concrete, structural steel, shop fab, welding, drilled -in anchor, and masonry. Twining provided timely DSA closeout for each phase, for the duration of the project. Twining I City of Santa Clarita -The Rinks 13 SECTION B: QUALIFICATIONS OF CONSULTANT TEAM PROJECT EXPERIENCE CASTAIC UNION SCHOOL DISTRICT Live Oak Elementary School Modernization The $126 million 200-acre site houses 58 acres of campus facilities and infrastructure that includes a Performing Arts Center, a STEM building, Career Technical Education (CTE) classrooms, and athletic facilities like a football field, track, soccer field, baseball field, and softball field. The project has a capacity of 2,600 students and will be graduating its first senior class this year. Twining provided material testing and special inspection services, including field inspection of soils and concrete and laboratory testing of concrete, rebar, and bolts. CITY OF SANTA CLARITA Vista Canyon Multi Modal Train Station The City of Santa Clarita has partnered with Los Angeles County Metropolitan Transportation (LACMTA) and Vista Canyon Ranch, LLC to develop the Vista Canyon Multi Modal Transit Center as part of the approved transit -oriented development (TOD). The Vista Canyon Multi -Modal Center Train Station project will construct a new METROLINK train station with a grade separated, ADA compliant center platform with prefabricated canopies, customer information systems, communications shelters, mini high loading platforms, landscaping and station entrance improvements. The scope of work related to the station includes realigning the existing Humphreys siding, building a second track, installing a new railroad bridge, installing soil nail wall, sounds wall and retaining walls, replacing or extending multiple culverts, extending utility protection for a water line, grading, track and surface drainage, installing fill, rehabilitating and lifting existing track, constructing signal house pads, fencing around completed signal work and building access roads. The VCMMC project will need to meet LEED Silver requirements. This project is currently still ongoing. Twining provided a variety of tests and inspections on elements including concrete, concrete batch plant, soils, and asphalt. Twining I City of Santa Clarita - The Rinks 14 C. WORK STATEMENT We understand the proposed Rink Sports Pavilion project consists of constructing a new 25,701 square foot multi -use sports facility located at the Santa Clarita Sports Complex on the east side of the Gymnasium. The proposed facility will include fire suppression system, steel framing, metal roofing, CMU shear walls, and roof mounted HVAC systems. The proposed off -site facilities will include improvements such as concrete walkways, walkway pavers, various types of ramps and steps, exterior lighting, parking area improvements, first flush basin, landscaping, drainage systems, and extensions and connection to the following wet and dry utilities; potable water, fire water, sewer with grease interceptor, electric service, natural gas, and fiber optics. Our Project Manager Jeff Tawakoli, PE, and Brandan Mathis our Lead Special Inspector will work directly with the City Project Manager, Construction Manager, and General Contractor to draft a work plan for the required special inspections and material testing. Twining understands that it is assumed the majority of the special inspections and material testing will take place during the first six to eight months of construction, requiring the Senior Special Inspector to have a dedicated presence at the project site during this time period Twining will provide requested services to assist the City's project management team to successfully complete the project and protect the interest of the City of Santa Clarita. Twining has a long history providing the relevant experience overseeing the construction of projects in similar scope and complexity to the City's project and in all other technical areas listed in the project information section of this proposal, as well as all relevant requirements of the current applicable jurisdictions, codes, and regulations, State and City building and fire requirements, State of California Building Code Title 24, and Americans with Disabilities Act, etc. The selected firm/consultant shall be knowledgeable on the Standard Construction Specifications Institute (CSI) format specifications. TASK 1: PRE -CONSTRUCTION SERVICES SUBTASK: Support to the City's Project Management Team. OUTPUT: Twining shall be responsible for providing services during the pre -construction phase of the project, including but not limited to: Reviewing approved Plans and Specifications thoroughly prior to the Pre -Construction meeting Coordinating a testing and inspection schedule with the City City's Construction Management Team and the contractor. Attending the pre -construction conference. TASK 2: SERVICES DURING CONSTRUCTION SUBTASK 1: Responsibilities The consultant shall be responsible for providing material testing during construction throughout the duration of the project OUTPUT: Thoroughly reviewing the approved plans and specifications to determine the required special inspections and material testing required during all phases of construction Performing special inspections and material testing Develop a list of required material testing activities to successfully complete the project. At minimum, the list shall include the following: o Rebar o Structural welds (onsite & offsite) o Concrete slump o Concrete PSI o Anchors bolts o Nut Torque o CMU Grout o CMU Mortar o Structural Steel Ensure that a Certificate of Compliance / Buy America Certification is furnished with each lot of manufactured and prefabricated materials delivered to the work site. The certified material on lot number and project number shall be identified on the certificate and lot tags affixed or stenciled to the release materials. Providing all required inspections and testing as noted on structural plan sheet and other sections of the plans and specifications Monitoring of corrective actions taken by the General Contractor needed to fix work that is not in compliance with Contract Documents Scheduling other special inspections and material testing as needed Ensuring Contractor's work complies with the Contract Documents and approved contract change orders Twining I City of Santa Clarita -The Rinks 15 SECTION C: WORK STATEMENT Maintaining a daily log of all special inspections and material testing activities Posting all inspection and testing reports on the City document management site Notifying the City Project Manager and Construction Manager both verbally and in writing of any missed inspections, failed inspections, or test failures Scheduling all required onsite and offsite inspections and testing Supporting enforcement that General Contractor properly provides for the safety of the workers during inspections and material testing activities, if the Consultant Inspector observes an unsafe situation, the inspector shall notify the City Construction Manager and General Contractor of the violation and provide written notification of such infraction to both. If the General Contractor refuses to comply, the Consulting Lead Special Inspector shall immediately notify the City Project Manager and City Construction Manager Participating in conferences and progress meeting as requested by the City SUBTASK 2: As -Needed Special Inspections Special Inspections will be requested by the Senior Special Inspector when it is determined that the Senior Special Inspector is not able to provide all required inspections on a specific date and time. The Senior Special Inspector will obtain approval to schedule the As -Needed Special Inspections from the Construction Manager. OUTPUT: Performing special inspection as instructed by the Senior Special Inspector Ensuring Contractor's work complies with Contract Documents and approved contract change orders Coordinate all special inspections and material testing activities with the Senior Special Inspector, Construction Manager, City Inspector, and General Contractor Maintain a daily log of all special inspections and material testing activities Identifying and coordinating all required inspections and testing with the City Construction Manager and General Contractor Providing all required inspections and testing as noted on structural plan sheet S003 and other sections of the plans and specifications Monitoring of corrective actions taken by the General Contractor needed to fix work that is not in compliance with Contract Documents Scheduling other special inspections and material testing as needed Ensuring Contractor's work complies with the Contract Documents and approved contract change orders Maintaining a daily log of all special inspections and material testing activities Posting all inspection and testing reports on the City PROCORE document management site Notifying the City Project Manager and Construction Manager both verbally and in writing of any missed inspections, failed inspections, or test failures Scheduling all required onsite and offsite inspections and testing Supporting enforcement that General Contractor properly provides for the safety of the workers during inspections and material testing activities, if the Consultant Inspector observes an unsafe situation, the inspector shall notify the City Construction Manager and General Contractor of the violation and provide written notification of such infraction to both. If the General Contractor refuses to comply, the Consulting Senior Special Inspector shall immediately notify the City Project Manager and City Construction Manager Participating in conferences and progress meeting as requested by the City Ensuring Contractor's work complies with Contract Documents and approved contract change orders Coordinate all special inspections and material testing activities with the Senior Special Inspector, Construction Manager, City Inspector, and General Contractor Maintain a daily log of all special inspections and material testing activities Post all inspection reports on PROCORE Support enforcement that General Contractor properly provides for the safety of the workers during inspections and material testing activities, if the Consulting Special Inspector observes an unsafe situation, the inspector shall notify the City Construction Manager and General Contractor of the violation and provide written notification of such infraction to both. If the General Contractor refuses to comply, the Consulting Special Inspector shall immediately notify the City Project Manager and City Construction Manager SUBTASK 3: MATERIAL TESTING The Senior Special Inspector will be responsible for identifying any and all material testing as required per the approved plans and specifications. The Senior Special Inspector will work directly with the Construction Manager, City Building and Safety Inspectors, and General Contractor to schedule any and all required testing. The Senior Special Inspector will draft a list of the required testing for review and approval by the City Project Manager, Construction Inspector, and General Contractor. OUTPUT: The Senior Special Inspector will be responsible for managing the draft list of testing activities as noted on the following page. Twining I City of Santa Clarita -The Rinks 16 SECTION C: WORK STATEMENT Review the contractor's submittals to ensure that the listed materials conform with the project's plans and specifications Coordinate all onsite and offsite material testing with the City Construction Manager, City Building and Safety Inspectors, and General Contractor Provide copies of all testing documents to the City Construction Manager and post copies on PROCORE Immediately notify the City Project Manager and Construction Manager of any test results that fail to meet the specified requirements TWINING'S TECHNOLOGY TASK 3: SERVICES DURING CONSTRUCTION CLOSE-OUT SUBTASK: The Consultant shall be responsible for providing services during construction close-out when requested including but not limited to: OUTPUT: Presenting the City with a complete close- out electronic file of work effort performed during Material Testing and Deputy Inspection services. State -of -the -Art Technology Electronic, cloud -based project management tools are the future of the construction industry, and Twining has invested in our electronic systems today to ensure that we are on the cutting edge of technology and prepared to meet the needs of clients and their projects now and in the future. Twining offers fully electronic, real-time reporting solutions for both our field inspections and laboratory test results. r Efficiently manage Increase visibility from the workflow laboratory to the field ,,tiirrfi OR EL Meet and exceed report Keep current with always -on turnaround deadlines mobile device connectivity QESTField QESTField is the mobile reporting solution Twining uses for field technicians and inspectors to electronically replace paper -based information gathering on -site for construction materials testing (CMT) and construction inspection activities. This field data collection software functions on both smartphones and tablets and connects field testing and inspection staff with the project team. This field information management system enables Twining to allocate, track, and capture field related work in real time, simplifying report review and approval. It removes the need to physically move paper records, eliminates data transposition, and reduces report turnaround times. ll■mm=■m a Promotes Twining Increased efficiency MIAN L,50111 Streamlined report sharing and distribution ,101. 1 . FJ Fully electronic reporting ■ r i � 1141 User friendly system system QESTLab QESTLab is Twining's comprehensive Laboratory Information Management System (LIMS) and quality control system. It allows Twining to manage the entire construction materials engineering and testing operation for each of our projects. It is a sophisticated, electronic data management system that we have used to replace paper -based laboratory test reports. Twining I City of Santa Clarita -The Rinks 17 SECTION C: WORK STATEMENT CLIENT COMMUNICATION Twining's field and laboratory reports are digitally native, searchable, and distributed via email to all relevant project and design team members. Our proprietary e-reporting system maximizes the timeliness and accuracy of our testing and inspection reporting and documentation. Field Reports Our field inspectors utilize a paperless, email -based field reporting system accessible on their smart - phones or tablets, which allows for rapid report turn- around. This system removes the potential for human error, omitting the possibility for lost reports or miss- ing or incorrect project numbers. What you get and how it gets to you Our e-reporting process is straightforward and works as follows: » Daily reports are filled out in the field electronically on Twining's proprietary digital testing form » The completed report is emailed automatically to Twining's project manager who will review it » After review, the electronic reports are submitted via email on a daily basis to a distribution network iden- tified at the project's kickoff A process that previously took days to complete is now done in minutes, and field reports can be reviewed in near real time to ensure they are accurate and complete. Laboratory Reports We utilize Construction HiveT"', an innovative cloud - based platform that provides a streamlined distribution process for all our laboratory reports. This system allows us to provide clients and their design teams instant access once a result is entered into the system, as well as providing the ability to easily search for and locate all previous reports. With Twining's e-reporting system, clients have access to inspection reports within 24 hours and laboratory reports within 72 hours. Twining I City of Santa Clarita -The Rinks 18 SECTION C: WORK STATEMENT TWINING'S DETAILED SERVICES WORK PLAN & APPROACH Following is our technical approach to providing the requested special inspection and materials testing services, including field and laboratory compaction testing, and plant inspection, for relevant construction materials. TASK: Reinforcing Steel The purpose of reinforcing steel observation is to give assurance that the supplier is exercising satisfactory control over the production, fabrication, and placing of reinforcing steel so that it meets the project specifications, applicable codes, and industry standards. Twining provides the following observation duties: SUBTASKS: Mill Test Reports » Verify reinforcing steel mill test reports for mill markings and test data. » Sample material for tests directly from unopened bundles. Fabrication Check each shipment of reinforcing steel for the following: » Bar sizes and grades are as specified. » Mill marking is in conformance with mill test reports. » Corrosion, contaminants, surface cracks, and bars damaged in shipment. » Shop bends for specific radius and cracks. Placement » During placement of reinforcing, check for proper bar locations, alignment, laps, ties, form and ground clearance, supports, field bend radii and cracks, gouges or tack welds causing stress concentrations, removal of contaminants, and hardened concrete. » If welding of the reinforcing steel is required, it should be observed with particular emphasis on joint configuration, suitability of low hydrogen electrodes, preheat and interpass temperatures, and interpass slag removal. » Prior to concrete placement, check for complete installation and notify the contractor of any variations from plant and specifications. » During concrete placement, check that reinforcing stays in place and is adequately supported. Check for removal of dirt, concrete spatter, grease, etc. » Check embedded items for compliance with project documents. OUTPUT: Reports Written progress reports are submitted describing the tests and observations made and showing the action taken to correct nonconforming work. Any changes authorized by the architect/engineer are itemized. All uncorrected deviations from plans or specifications are reported, as well. TASK: Concrete Batch Plant The purpose of batch plant observation is to verify that the concrete supplier is exercising adequate quality control to produce concrete that will meet the project requirements for materials, their batch proportions, and mixing and adjustment for moisture. Twining performs the following observation duties: SUBTASKS: Equipment » Check the trucks for worn out or damaged fins for the excessive buildup of hardened concrete and for the presence of wash water from the previous delivery. » Check the National Ready -Mix Concrete Manufacturers Association truck rating plate and verify that the load capacities are not exceeded. Check the current "weights and measures" seal on scales. » Verify that the moisture metering device is operable. » Verify that the scales start at and return to zero after each weighing operation. » Verify that the metering devices for admixtures have been calibrated. Materials, Storage, Handling » Visually check the sand and coarse aggregate for the method of storage, handling, source, grading, cleanliness, and moisture condition. » Obtain samples of aggregates, when specified. » Obtain grab samples of cement and pozzolanic materials, when specified. » Check cement temperature. Twining I City of Santa Clarita -The Rinks 19 SECTION C: WORK STATEMENT » For lightweight aggregates, check loose moist unit weight regularly and verify whether the plant is making proper adjustments to batch weights to compensate for variations in weight as well as in moisture. Batching of Materials » Record the volume of cubic yards for each class of concrete delivered. » Verify that the specified materials are dispensed to the weight hopper and record the adjusted batch weights. » Verify that the proper adjustments have been made for variations in moisture of aggregates. » Record the mixing time and check whether it is sufficient. » Visually estimate the slump of the concrete and report immediately to the operator any slumps outside the specified tolerance. » Coordinate with the job site and verify the "as delivered" slump, air content, unit weight, mix temperature, general workability, and preparation of test samples. OUTPUT: Reports Twining submits written progress reports describing the tests and observations made and showing the action taken to correct nonconforming work. The reports itemize any changes authorized by the architect/engineer and all uncorrected deviations from plans or specifications. Task: Concrete Quality assurance for concrete is divided into two phases. The first involves collecting evidence from standard tests to verify that the delivered concrete was produced to the standards specified. The second involves verifying that the proper construction practices are followed during placement, finishing, and curing. Twining performs the following observations, sampling, and testing duties: SUBTASKS: Observation » Verify formwork is of proper size and shape. » Verify that the location and preparation of construction joints are in compliance. » Check forms for cleanliness and proper treatment prior to placement. » Visually estimate the slump of each batch delivered and perform slump tests regularly. » Determine concrete temperature, number of mixing revolutions, and/or length of time since batching. » Observe placement procedures for evidence of segregation, possible cold joints, displacement of reinforcing or forms, and proper support of embedded items, anchor bolts, etc. » Observe methods used for compaction/ consolidation. » When specified, verify that concrete is protected from temperature extremes and that proper curing is initiated. » When specified, verify the maintenance of cure temperatures and techniques. Sampling and Testing » Sample and test fresh concrete for the following (or as stipulated by plans and specifications): » Slump » Temperature » Entrained air, when required » Wet unit weight, when required. » Sample concrete and prepare test cylinders in accordance with ASTM C31. » Field sampling and testing of concrete will be performed by a qualified technician, certified by ACI as a Concrete Field -Testing Technician - Grade 1 (or approved equal). OUTPUT: Reports Twining submits written progress reports describing the tests and observations made and showing the action taken to correct nonconforming work. The reports itemize any changes authorized by the architect/engineer and all uncorrected deviations from plans or specifications. Task: Masonry The purpose of special observation for masonry is to verify that the workmanship and materials meet the minimum standards required by code and by the approved project plans and specifications. Twining's special inspector provides the following observation duties: SUBTASKS: Documents » Review the approved plans, specifications, and Statement of Special Inspections with the masonry contractor and architect's representative in a preconstruction meeting. » Verify whether high lift or low lift procedures have Twining I City of Santa Clarita -The Rinks 20 SECTION C: WORK STATEMENT been approved and documented for use. Mill Test Reports » Verify that mill test certifications for unit masonry, cement, reinforcing steel, and embedded anchors have been furnished by the supplier and are acceptable to the architect/engineer. Sampling of Materials » Sample and verify that the following materials are delivered to the laboratory for testing when required: » Concrete block or brick » Aggregates and cement for mortar and grout » Reinforcing steel as delivered Storage of Materials » Verify cement, lime, block, and brick are supported on pallets and covered to protect from exposure to excessive moisture or drying. » Verify aggregates for mortar and grout are stored free from contamination and in such a manner as to minimize segregation. » Verify reinforcement, ties, and metal accessories are stored off the ground and in a manner to prevent permanent distortions. Preparation for Lay -Up » Verify the size and spacing of the reinforcing dowels. » Verify the length of the dowel protruding from the footing is of sufficient length to allow for the splicing of vertical reinforcing steel as required. » Verify that foundation concrete is clean and prepared as required by specifications. Lay -Up or Placing of Masonry Units » Verify that cleanouts are provided for the first course of each pour if the high lift method is used. » Verify plumb and lay-up configuration. » Verify moisture condition of masonry units. » Verify that proper mortar ingredients and batching techniques are being used and prepare mortar compression test specimens. » Verify mortar time on board. » Verify that head joints are the same thickness as face shells or that full head joints are used when specified. » Verify that mortar extrusions (fins) are cleaned off inside. » Verify whether joints are tooled as specified. » Verify required frequency of masonry wall prisms and observe the construction of same as specified. » Observe horizontal and vertical reinforcing steel to verify: » Reinforcing steel is of specified size and grade. » Reinforcing steel is located and spliced as specified. » Lap splices are staggered in bond beams and corners as required. » Hooks are specified size and bent as required. » Ties are specified size, spacing, and bent as required. » Reinforcing steel is properly secured and minimum clearances are as required. » Verify embedded items are: » Placed at the proper location and secured. » Proper size and clearances are as required. » Verify masonry is protected from the weather: » When ambient or CMU temperature falls below 40°F. » When the ambient temperature exceeds 1000F or 90OF (wind velocity greater than 8 mph). Pre -grouting Tasks » Verify that cells and starting beds are clean. » Verify dowels, anchor bolts, and inserts are all in place, particularly at rooflines, floor lines, and intersecting wall lines. » Verify installation of cleanout closures. Grouting Observations » Verify grout mix for conformance to the approved mix design. » Verify slump is in accordance with the specifications. » If low lift grouting, verify maximum masonry height is in accordance with the code before grouting. » Verify consolidation (mechanical vibrating or puddling) during placement, and later during reconsolidation. » Monitor time since batching of grout. » Monitor flow of grout throughout the wall and each grout pour height for conformance to specifications. » Preparation of any required grout specimens and/or prisms shall be observed. Note mortar specimens are no longer required. » Verify grout is stopped below the top for keying Twining I City of Santa Clarita -The Rinks 21 SECTION C: WORK STATEMENT where required. » Verify curing requirements are being followed. OUTPUT: Reports Twining submits written progress reports describing the tests and observations made and showing the action taken to correct nonconforming work. The reports itemize any changes authorized by the architect/engineer and all uncorrected deviations from plans or specifications. Task: Structural Steel The purpose of structural steel inspection is to assure that proper quality control is exercised at the fabrication location and in the field, despite variations in the environment. Twining provides the following observation duties: SUBTASKS: Mill Test Reports » Review mill test reports and check heat numbers with material as received. Verify that proper identification of steel is maintained during fabrication. Sampling and Testing » When required by project specifications, mark sample location with a steel stamp on each piece tested. » Record sample number and location and check that sample identification is maintained as samples are delivered to the laboratory and tested. » When steel members are delivered to finish length and no "crop ends" are available for sample cutting, and coordinate cutting and patching requirements with the architect/engineer and fabricator. Welding Observation (Applicable to Shop and Field) » Check all welders' certifications and verify that they work only as covered by their certification. » Keep a written record of all welders by name, their identifying steel mark, and the percentage of rejectable welds. » Upon detection of a rejectable weld (either visually or by nondestructive test), the inspector will notify the foreman for verification of the defect. The inspector will observe the removal of defects and repairs to check whether acceptable procedures were used. » Inspect joints for proper preparation, including bevel, root faces, root opening, etc. » Check the type and size of electrodes to be used for the various joints and positions. Check the storage facilities to see if they are adequate to keep the electrodes dry. » Observe the technique of each welder periodically with the use of a welding inspection shield. » Verify the use of Welding Procedure Specifications (WPS). » Observe multi -pass welds continuously. » Continuous observation is defined as follows: The inspector is present in the welding area at all times. The extent of inspection of individual welds will depend on the number of operators welding. » Observe single pass fillet welds periodically (in accordance with CBC Section 1704.3.2), after determining that the operator is capable of producing the welds required. » If straightening or restraining of weldments is necessary, verify that approved methods will be used. » Tag or stamp accepted weldments with the inspector's identification stamp. Workmanship » Check straightening and bending procedures. » Check cut edges, including those flame cut, sheared, or milled. » Check bolt holes for diameter size in major connections. Additional Duties (if required) » Verify that the welding sequence complies with approved construction documents. » Check steel frame joint details for compliance with approved construction documents, including details such as bracing and stiffening, member locations, and application of joint details at each connection. » During adverse weather conditions, check that adequate steps are taken to prevent moisture penetration at the welding location. OUTPUT: Reports Twining submits written progress reports describing the tests and observations made and showing the action taken to correct nonconforming work. The reports itemize any changes authorized by the architect/ engineer and all uncorrected deviations from plans or specifications. Twining I City of Santa Clarita -The Rinks 22 SECTION C: WORK STATEMENT Task: High Strength Bolting The purpose of high strength bolting observation (continuous or periodic) is to provide assurance that the proper bolt type(s) and installation procedures are used to meet the project specifications and applicable codes and industry standards. Twining provides the following testing and inspection services: SUBTASKS: Mill Test Reports » Review mill test reports and check identification markings with material as received. Sampling and Testing » Sample high strength bolts, washers, and nuts for testing from the lots in the shop or on the jobsite, if required. » Record sample information from each lot and check that sample identification is maintained as samples are delivered to the laboratory and tested. High Strength Bolting Observation » Review type of joint specified (i.e., slip -critical, bearing -type). » Check bolts, nuts, and washers for compliance to project specifications. » Review the procedure for the installation of bolts. The amount and type of inspection during installation will depend on the method used (i.e., turn -of -nut calibrated wrench, twist -off bolts, direct tension -indicator washers). » Check joint surfaces to verify that they are free of burrs, dirt, etc. » Observe preinstallation testing and calibration procedures when required. » Verify all plies of connected materials have been drawn together and properly snugged. » Monitor the installation of bolts to verify the selected installation procedure is properly used to tighten bolts. » For joints requiring only snug -tight conditions, verify connected materials have been drawn together and properly snugged. OUTPUT: Reports Twining submits written progress reports describing the tests and observations made and showing the action taken to correct nonconforming work. The reports itemize any changes authorized by the architect/engineer and all uncorrected deviations from plans or specifications. Task: Non -Destructive Testing (NDT) The purpose of nondestructive testing is to verify that structural steel and/or completed welds are sound with respect to the given project criteria. Twining's NDT inspectors provide the following observation duties: SUBTASKS: Personnel » All NDT personnel shall be qualified in accordance with the American Society for Nondestructive Testing, Recommended Practice SNT-TC-1 A, (also CP189) and the supplement applicable to the method to be used. Only Level II and III inspectors, or Level I inspectors working under the direct supervision of a Level II or III inspector, are permitted to conduct the tests. Method Selection » Method to be used shall be as prescribed by project specifications, building codes, or as recommended by the materials engineering laboratory under the direction of the design professional. » Effective use of NDT depends on utilizing the proper test method and techniques. Where field conditions or sequences affect the specified methods, the materials engineering laboratory will contact the project architect or engineer for suitable approved methods or techniques. Tests » Perform tests as prescribed by contract documents, for welds, laminations, or lamellar tearing. » Upon detection of a defect, mark the defect and notify the foreman. » Keep written records of pieces, welds, welder identification marks, length and location of defects, method and date of repair, number of retests, records of performance of each welder (percent of rejected welds), and sampling rate. Standards » Many non-destructive testing standards and codes are presently available for information and reference. Most standards and codes specify equipment and personnel requirements, operational steps, and acceptance standards tied to the end - use function. Following is a partial list of the more common standard test methods. Twining I City of Santa Clarita -The Rinks 23 SECTION C: WORK STATEMENT » Radiography—AWS D1.1, ASTM E94 and E99, ASME Section V. » Ultrasonic Testing—AWS D1.1, AWS D1.8, ASTM E164, ASME Section V. » Magnetic Particle Testing—ASTM E109, ASME Section V. » Penetrant Testing—ASTM E165, ASME Section V. OUTPUT: Reports » Written progress reports are submitted describing the tests and observations made, their location, and any corrective actions taken. Reports include the current percent of rejectable welds. Post -Installed Anchors and Dowels Twining provides the following observation and testing services: Task: Observation Duties for Anchor/ Dowel Installation SUBTASKS: Materials » Verify brand or manufacturer of the anchor. » Verify brand or manufacturer of the epoxy or grout. » Verify the expiration dates on epoxies. Sampling of Materials » If required sample the materials in accordance with specified standards required. » Refer to the material engineering laboratory for direction in sampling procedures and specimens. Observations Procedures » Identity the substrate as standard concrete, lightweight concrete, CMU, or brick. » Report the design strength of the concrete and age if known. » Report the orientation of the hole. » Check the anchor for size (diameter) and length » Check the epoxy for approved use » Check epoxy is proper for application » Verify drill or core size meets manufacture specs » Check diameter of hole and depth of holes » Check cleanliness of hole » Check holes spacing for compliance to specifications » Check holes after placement of inserts to verify fullness of epoxy contact. » Record ambient temperature and note if outside of specified range. Twining I City of Santa Clarita -The Rinks 24 D. COST FILE Submitted in a separate envelope. Twining I City of Santa Clarita -The Rinks 25 E. STATEMEN OF OFFER AND SIGNATURE Equal Opportunity Employer Twining is an Affirmative Action Participant and Equal Opportunity Employer of protected veterans and individuals with disabilities and makes employment decisions based on merit. Company policy prohibits unlawful discrimination based on race, color, creed, gender, religion, marital status, age, national origin or ancestry, physical or mental disability, pregnancy, medical condition including genetic characteristics, sexual orientation, or any other consideration made unlawful by federal, state or local laws. It also includes discrimination based on a perception that someone has any of those characteristics or is associated with a person who has or is perceived as having any of those characteristics. All such discrimination is unlawful. Twining is committed to compliance with all applicable laws providing equal employment opportunities. Labor Compliance Program Twining understands the Labor Compliance Program including prevailing wage requirements and will ensure effective program compliance. Insurance Statement Twining has reviewed the insurance requirements and can comply with all the insurances requirements of the City. Performance Schedule Twining is able to comply with the proposed or required performance schedule and working days/hours for this project. Statement of Offer and Signature This proposal is a firm offer for a 120-day period. The proposed work will be performed at a "not -to -exceed" price. We accept the City's Professional Services Agreement as written. Michael Molina Linas Vitkus, PE, GE Regional Client Services Manager President & Chief Operating Officer (Authorized to negotiate on behalf of the firm) (Authorized to bind the firm to contract) Twining I City of Santa Clarita - The Rinks 26 ATTACHMENTS Form 1 - Notice to Proposers Regarding Contractual Requirements Form 2 - Designation of Subcontractors/Subconsultants Form 3 - References Form 4 - Acknowledgment & Acceptance of Scope of Work Form 5 - City of Santa Clarita Disclosure Statement Addendum 1 - Acknowledgment Form Resumes: Jeff Tawakoli - Project Manager Adrian Moreno - Senior Project Engineer Sean Bautista - Laboratory Supervisor Brandan Mathis - Lead Special Inspector Roland Krolikowski - Special Inspector Twining I City of Santa Clarita -The Rinks 27 ATTACHMENTS: REQUIRED FORMS --orm 1 -Notice to Proposers Regarding Contractual Requirements NOTICE TO PROPOSERS REGARDING CONTRACTUAL REQUIREMENTS PROPOSAL # CIP-24-25-P3034B The Rink Sports Pavilion - Special Inspections and Material Testing City Project No. P3034B / Phase II City of Santa Clarita, California 1. SUMMARY OF CONTRACTUAL REQUIRMENTS a. A contract is required for any service performed on behalf of the City of Santa Clarita (City). b. By submitting a proposal, you have reviewed the sample contract documents contained within this request for proposals and agree to be bound by the requirements set forth. c. Questions and requests for modification of these terms must be negotiated and approved prior to proposal submission and are at the full discretion of the City. 2. SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS a. These are the Indemnity and Insurance Requirements for Contractors providing services or supplies to City of Santa Clarita (City). By agreeing to perform the work or submitting a proposal, you verify that you comply with and agree to be bound by these requirements. If any additional Contract documents are executed, the actual Indemnity language and Insurance Requirements may include additional provisions as deemed appropriate by City's Purchasing Agent. b. You should check with your Insurance advisors to verify compliance and determine if additional coverage or limits may be needed to adequately insure your obligations under this agreement. These are the minimum required and do not in any way represent or imply that such coverage is sufficient to adequately cover the Contractor's liability under this agreement. The full coverage and limits afforded under Contractor's policies of Insurance shall be available to Buyer and these Insurance Requirements shall not in any way act to reduce coverage that is broader or includes higher limits than those required. The Insurance obligations under this agreement shall be: 1—all the Insurance coverage and limits carried by or available to the Contractor; or 2—the minimum Insurance requirements shown in this agreement, whichever is greater. Any insurance proceeds in excess of the specified minimum limits and coverage required, which are applicable to a given loss, shall be available to City. c. Contractor shall furnish the City with original Certificates of Insurance including all required amendatory endorsements and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy endorsements to City before work begins. City reserves the right to require full -certified copies of all Insurance coverage and endorsements. 3. INDEMNIFICATION a. To the fullest extent permitted by law, CONSULTANT shall defend (with legal counsel reasonably acceptable to CITY), indemnify and hold harmless CITY and its officers, agents, departments, officials, representatives and employees (collectively "Indemnitees") from and against any and all claims, loss, cost, damage, injury (including, without limitation, economic harm, injury to or death of an employee of Twining I City of Santa Clarita -The Rinks 28 Form 1 - Notice to Proposers Regarding Contractual Requirements ATTACHMENTS: REQUIRED FORMS CONSULTANT or its subconsultants), expense and liability of every kind, nature and description that arise from or relate to (including, without limitation, incidental and consequential damages, court costs, attorneys' fees, litigation expenses and fees of expert consultants or expert witnesses incurred in connection therewith and costs of investigation) that arise from or relate to, directly or indirectly, in whole or in part, from: (1) CONSULTANT's performance of Services under this Agreement, or any part thereof; (2) any negligent act or omission of CONSULTANT, any subconsultant, anyone directly or indirectly employed by them, or anyone that they control; (3) any actual or alleged infringement of the patent rights, copyright, trade secret, trade name, trademark, service mark or any other intellectual or proprietary right of any person or persons in consequence of the use by CITY, or any other Indemnitee, of articles or Services to be supplied in the performance of this Agreement; or (4) any breach of this Agreement (collectively "Liabilities"). Such obligations to defend, hold harmless and indemnify any Indemnitee shall not apply to the extent such Liabilities are caused by the sole negligence or willful misconduct of such Indemnitee, but shall apply to all other Liabilities. The foregoing shall be subject to the limitations of California Civil Code section 2782.8 as to any design professional services performed by CONSULTANT and in particular the limitation on CONSULTANT's duty to defend whereby such duty only arises for claims relating to the negligence, recklessness or willful misconduct of CONSULTANT as well as the limitation on the cost to defend whereby CONSULTANT will only bear such cost in proportion to CONSULTANT's proportionate percentage of fault (except as otherwise provided in section 2782.8). b. The foregoing indemnification provisions will not reduce or affect other rights or obligations which would otherwise exist in favor of the CITY and other Indemnitees. c. CONSULTANT shall place in its subconsulting agreements and cause its subconsultants to agree to indemnities and insurance obligations in favor of CITY and other Indemnitees in the exact form and substance of those contained in this Agreement. 4. INSURANCE a. Before commencing performance under this Agreement, and at all other times this Agreement is effective, CONSULTANT will procure and maintain the following types of insurance with coverage limits complying, at a minimum, with the limits set forth below: Type of Insurance Limits Commercial general liability: $1,000,000 Professional liability $1,000,000 Business automobile liability $1,000,000 Workers compensation Statutory requirement b. Commercial general liability insurance will meet or exceed the requirements of ISO-CGL Form No. CG 00 01 11 85 or 88. The amount of insurance set forth above will be a combined single limit per occurrence for bodily injury, personal injury, and property damage for the policy coverage. Automobile coverage will be written on ISO Business Auto Coverage Form CA 00 0106 92, including symbol 1 (Any Auto). Liability policies will be endorsed to name CITY, its officials, and employees as "additional insureds" under said insurance coverage and to state that such insurance will be deemed "primary" such that any other insurance that may be carried by CITY will be excess thereto. Such endorsement must be reflected on ISO Twining I City of Santa Clarita -The Rinks 29 ATTACHMENTS: REQUIRED FORMS --orm 1 -Notice to Proposers Regarding Contractual Requirements Form No. CG 20 10 1185 or 88, or equivalent. Such insurance will be on an "occurrence," not a "claims made," basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written notice to CITY. c. Professional liability coverage will be on an "occurrence basis" if such coverage is available, or on a "claims made" basis if not available. When coverage is provided on a "claims made basis," CONSULTANT will continue to renew the insurance for a period of at least three (3) years after this Agreement expires or is terminated. Such insurance will have the same coverage and limits as the policy that was in effect during the term of this Agreement, and will cover CONSULTANT for all claims made by CITY arising out of any errors or omissions of CONSULTANT, or its officers, employees or agents during the time this Agreement was in effect. d. CONSULTANT will furnish to CITY duly authenticated Certificates of Insurance evidencing maintenance of the insurance required under this Agreement, including endorsements, and such other evidence of insurance or copies of policies as may be reasonably required by CITY from time to time. Insurance must be placed with California -admitted insurers with (other than workers compensation) a current A.M. Best Company Rating of at least "A:VII." e. Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation against CITY, its elected or appointed officers, officials, agents, volunteers and employees for losses paid under the terms of the workers compensation policy which arise from work performed by CONSULTANT for CITY. f. Should CONSULTANT, for any reason, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain such coverage at CONSULTANT's expense and deduct the cost of such insurance from payments due to CONSULTANT under this Agreement or terminate pursuant to TERMINATION section. In the alternative, should CONSULTANT fail to meet any of the insurance requirements under this Agreement, City may terminate this Agreement immediately with no penalty. g. Should CONSULTANT'S insurance required by this Agreement be cancelled at any point prior to expiration of the policy, CONSULTANT must notify City within 24 hours of receipt of notice of cancellation. Furthermore, CONSULTANT must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation. CONSULTANT must ensure that there is no lapse in coverage. h. The CITY shall be entitled to any coverage in excess of the minimums required herein. I have read and understand the above requirements and agree to be bound by them for any work performed for the City. Authorized Signature: Printed Name: Michael Molina Date: November 1, 2024 Twining I City of Santa Clarita -The Rinks 30 Form 2- Designation of Subcontractors/Subconsultants ATTACHMENTS: REQUIRED FORMS DESIGNATION OF SUBCONTRACTORS/SUBCONSULTANTS PROPOSAL # CIP-24-25-P3034B The Rink Sports Pavilion - Special Inspections and Material Testing City Project No. P3034B / Phase II City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of Y: of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form with NA. Please add additional sheets if needed. Subcontractor N/A DIR Registration No. Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor DIR Registration No. Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor DIR Registration No. Dollar Value of Work Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) NOTE: A contractor or subcontractor shall not be qualified to propose on, be listed in a proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered contractor to submit a proposal that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. Twining I City of Santa Clarita -The Rinks 31 ATTACHMENTS: REQUIRED FORMS Form 3 - References RFFFRFNrFC PROPOSAL # CIP-24-25-P3034B The Rink Sports Pavilion - Special Inspections and Material Testing City Project No. P3034B / Phase II City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which proposer has performed work of a similar scope and size within the past 3 years. If the instructions on this form conflict with the references requested in the scope of work, the scope of work shall govern. Complete this form out accordingly. Fill out this form completely and upload it with your proposal. 1. William S Hart UHSD - Castaic High School 1 21380 Center Pointe Parkway, Santa Clarita, CA 91350 Name and Address of Owner / Agency Mike Otavka, Director of Facilities, Planning and Construction 1661.259.0033 x274, 661.753.5740 motavka@hartdistrict.org Name and Telephone Number of Person Familiar with Project $2,025,952.00 1 Geotechnical Engineering, Material Testing & Special Inspection I July, 2021 Contract Amount Type of Work Date Completed 2 Del Sol High School - Oxnard Union High School District 1 309 S. K Street, Oxnard, CA 93030 Name and Address of Owner / Agency Karl Aldridge, PM I P: 805.385.2500 1 E: kaldridge@bernards.com Name and Telephone Number of Person Familiar with Project $1,891,959.16 1 Geotechnical Engineering, Material Testing & Special Inspection I Oct, 2023 Contract Amount Type of Work Date Completed 3 Mt. San Antonio College - Beach Volleyball and Wildlife Sanctuary Project 1 1100 N. Grand Ave, walnut, CA 91789 Name and Address of Owner / Agency Gary Gidcumb I P 909.274.55739 E: ggidcumb@mtsac.edu Name and Telephone Number of Person Familiar with Project $391,959.16 1 Geotechnical Engineering, Material Testing & Special Inspection I May, 2022 Contract Amount Type of Work Date Completed 2nd Contact: John Gaston I P: 909.274.5130 E: jgaston@mtsac.edu Twining I City of Santa Clarita -The Rinks 32 Form 3-References ATTACHMENTS: REQUIRED FORMS REFERENCES City of Santa Clarita 1 23920 Valencia Boulevard, Suite 120 Valencia, CA 92355 4 Saugus Phase I- Bouquet Canyon Trail to Central Park I +Multiple projects over the last 10 years. Name and Address of Owner / Agency Lisa Campos, P: 661.286.4025 E: Icampos@santa-clarita.com Name and Telephone Number of Person Familiar with Project $20,230.08 Material Testing and Inspection Services On -Going Contract Amount Type of Work Date Completed Additional Contact: Ramiro Fuentes P: 661.286.4134 1 E: rfuentes@santa-clarita.com Additional Contact: Diana Previtire P: 661.312.6281 1 E: dprevitire@santa-clarita.com 5. County of Ventura 1 800 South Victoria Avenue, Ventura, CA 93009 1 Multi Projects Name and Address of Owner / Agency Ariel Braza, P: 805.654.2058 1 E:ariel.braza@ventura.org Name and Telephone Number of Person Familiar with Project $2k-$500K I Geotechnical Engineering, Material Testing & Special Inspection Services 1 2009-2023 Contract Amount Type of Work Date Completed Twining I City of Santa Clarita -The Rinks 33 ATTACHMENTS: REQUIRED FORMS Form 4- Acknowledgement & Acceptance of Scope of Work ACKNOWLEDGEMENT & ACCEPTANCE OF SCOPE OF WORK PROPOSAL # CIP-24-25-P3034B The Rink Sports Pavilion - Special Inspections and Material Testing City Project No. P3034B / Phase II City of Santa Clarita, California By providing the three (3) required signatures below, the Contractor acknowledges full understanding, complete agreement to, and accepts in its entirety, all Scope of Work for the The Rink Sports Pavilion - Special Inspections and Material Testing. The Contractor will be expected to perform maintenance practices and uphold the standards herein to the established Scope of Work throughout the length of the contract. *Supervisor's Signature: - -` Date: 11/01/2024 *Estimator's Signature: *Owner's Signature: Date: 11 /01 /2024 11 /01 /2024 *All three signatures required Twining I City of Santa Clarita -The Rinks 34 Form 5 - City of Santa Clarita Discloser Statement ATTACHMENTS: REQUIRED FORMS CITY OF SANTA CLARITA DISCLOSURE STATEMENT PROPOSAL # CIP-24-25-P3034B The Rink Sports Pavilion - Special Inspections and Material Testing City Project No. P3034B / Phase II City of Santa Clarita, California The following information must be disclosed: 1. List the names of all persons having a financial interest in the Request for Proposals. N/A 2. If any person identified pursuant to No. 1 above is a corporation or partnership, list the names of all individuals owning more than ten percent of the shares in the corporation or owning any partnership interest in the partnership. N/A 3. If any person identified pursuant to No. 1 above is a non-profit organization or a trust, list the names of any persons serving as a director of the non-profit organization or as a trustee or beneficiary or trustor of the trust. N/A 4. Has the offeror had more than $250.00 worth of business transacted with any member of the City of Santa Clarita staff, boards, commissions, committees, and Council within the past twelve months? If yes, please indicate the person(s) with whom you have conducted business. N/A NOTE: Attach additional pages as necessary. T Signature of Offeror Michael Molina Print or Type Name of Offeror November 1, 2024 Date Twining I City of Santa Clarita -The Rinks 35 ATTACHMENTS: REQUIRED FORMS Addendum 1 - Acknowledgment 04 SANTA pt oG APO �6 oEcieE°�P� Addendum No. 1 Addendum No. 1 October 10, 2024 PROPOSAL # CIP-24-25-P3034B The Rink Sports Pavilion - Special Inspections and Material Testing City of Santa Clarita, California This addendum must be acknowledged via BidNet and should be included with the proposal response. There was a non -mandatory, pre -proposal meeting on October 10, 2024 beginning at 8:00 AM (PT). The meeting was conducted via Zoom. Attending Staff: • Michele Arima - Buyer, Administrative Services • Jaclyn Abston — Buyer, Administrative Services • Jackie Lillio —Senior Engineer, Public Works • Ross Pistone — Consultant, RP Development Services • Araz Valijan — Project Manager, Public Works • Annette Guzman —Administrative Analyst Public Works • Jim Keenan — Project Director (Anil Verma Associates) • Alan Rasplicka — Geotechnical Consultant (RT Frankian & Associates) Attending Vendors: • Michael J Molina — Twinning Inc. • Josh — Project Manager, Monterroso Inspections • Andrea Samaniego — RMA Group The followine auestions were asked and answered Q1) Is there a schedule available for the project? Al) The main project will be awarded at the December 10th City Council meeting, and a notice to proceed will follow in January/February 2025. The project has 314 working days. Q2) What is the estimated start date of the project? A2) The estimated start date will be at the beginning of January or February of 2025. Q3) Is it considered negative if we do not have a full-time inspector? A3) The expectation is a minimum of three months for a full-time inspector. That person will be functioning as a dedicated inspector for the structural components of building and post daily reports. PROPOSAL # CIP-24-25-P3034B Twining I City of Santa Clarita -The Rinks 36 Addendum 1 -Acknowledgment ATTACHMENTS: REQUIRED FORMS OF SANTA [,L U 7 tideq 154ECEM9EAhaah The following was reviewed: • Project scope of work • Proposal Guidelines END OF ADDENDUM Addendum No. 1 October 10, 2024 This addendum must be acknowledged via BidNet and should be included with the response. November 1, 2024 Contractor's Representative Twining, Inc. Company Name Date Twining I City of Santa Clarita -The Rinks 37 ATTACHMENTS: RESUMES SECTION B. QUALIFICATIONS OF CONSULTANT TEAM LINAS VITKUS, PE,GE Project Executive I Principal -In -Charge Linas Vitkus, PE, GE is our project executive responsible for providing executive level project management and technical oversight of soil and materials testing and inspection services. His experience includes the management of geotechnical and materials testing services on projects from the initial planning and conceptualization phase to final design and construction. In addition, Linas serves as Twining's Chief Operating Officer, Linas is responsible for the overall operational management of all Twining's offices and laboratory operations. Overview William S. Hart Union High School District, Castaic High School Years' Experience: 1999 - Present This $75 million project consisted of the construction of 11 buildings, including administrative, gymnasium, performing arts, food service, Education library, storage, technology and classrooms. The District constructed BS, Civil and Environmental approximately 250,000 square feet of buildings on this campus. Engineering, University of California Castaic High School opened in Fall 2019 as one of the most scenic - Los Angeles, Los Angeles, high school campuses in California. Twining provided a full range of testing and inspection services on this project including soils, concrete, California, 1999 and masonry. Timely DSA closeout was achieved. Linas served as the Principal -In -Charge. Current Licenses Held Professional Civil Engineer, Ventura County Medical Center California PE 63163 The existing Ventura County Medical Center Hospital has been replaced Professional Geotechnical Engineer, to meet state seismic standards and to enhance the hospital's ability California GE 2816 to deliver high quality of service to the community. Twining provided Professional Engineer, Florida PE geotechnical engineering services, materials testing, and inspection 84048 services. Linas served as Project Executive. Nuclear Gauge Certified City of Santa Clarita, Pool Resurfacing The project consisted of providing geotechnical inspection, materials testing and specialty inspections for Santa Clarita's Public Works Department located in the city of Santa Clarita, California. The project included performing shotcrete inspection and sampling, coring of the shotcrete panel, laboratory testing, sample pickup, attending meetings, data and final reporting, invoicing and other as needed inspections and testing. Linas served as Project Executive. City of Santa Clarita, Old Town Newhall Parking Structure The City's first Design -Build project, the project consisted of the new construction of a 24,200-square-foot, 376 stall, six -story concrete parking structure. Twining performed materials testing and inspection services on this project. Linas served as Project Executive. County of Ventura, Erringer Fire Station #47 The project consisted of the construction of a 7,000 square foot, single -story fire station with associated site improvements on a 2.45 acre vacant site in Simi Valley. Twining's scope of services included providing quality control material testing and inspections services. Linas served as Project Executive. Twining I City of Santa Clarita -The Rinks 38 ATTACHMENTS: RESUMES SECTION B: QUALIFICATIONS OF CONSULTANT TEAM JEFF TAWAKOLI, PE Project Manager/Quality �uatrol Manager Jeff Tawakoli, PE, is a professional engineer with over 36 years of experience in geotechnical and construction materials engineering. He has served as a local resource in similar capacity on this contract for the past several years. Jeff's areas of expertise includes subsurface investigation, engineering analysis, preparation of soils reports, building and roadway inspection and engineering, and project management. He has provided geotechnical engineering support for public works programs, industrial and residential developments, military facilities, roadways, and mid -rise buildings. Overview City of Santa Clarita, Old Town Newhall Parking Structure » Years' Experience: 1988 - The City's first Design -Build project, the project consisted of the new Present construction of a 24,200-square-foot, 376 stall, six -story concrete parking structure. Twining performed materials testing and inspection Education services on this project. Jeff served as the Project Manger and directly » BS, Civil Engineering, University oversaw the firm's services. of Utah City of Santa Clarita, Copper Hill Park Restrooms Current Licenses Held The project consisted of construction of a new restroom building at » Professional Engineer, Civil, CA, Copper Hill Park and connection to an existing sewer main line in the 51883 street. Twining performed materials testing and inspection services on » ICC Reinforced Concrete this project. Jeff served as the Project Manger. » ICC Structural Masonry » ICC Fireproofing City of Santa Clarita, Newhall Ranch Road Bridge Widening The City of Santa Clarita widened the Newhall Ranch Road Bridge over San Francisquito Creek to four lanes in each direction with a raised median, barrier protected raised sidewalk on the north side, and barrier protected sidewalk and multi -use path on the south side. Twining provided quality assurance construction materials testing and inspection services along with geotechnical support. Jeff served as the Project Manger. City of Simi Valley, West Los Angeles Avenue Widening The project consists of the widening of a segment of West Los Angeles Avenue to add bike lanes, along with curbs and gutters. Additional features of the project include the addition of retaining walls and storm water drains. Twining is providing quality assurance construction materials testing and inspection services along with geotechnical support. Jeff is serving as a Project Manager. Twining I City of Santa Clarita -The Rinks 39 ATTACHMENTS: RESUMES SECTION 8: QUALIFICATIONS OF CONSULTANT TEAM ADRIAN MORENO, PE Staff Engineer Adrian Moreno, PE, brings over 11 years of technical expertise to Twining. He excels at engineering functions at any project stage, from the management of subsurface investigations, laboratory testing programs, and the preparation of geotechnical and foundation recommendation reports during the design phase, to the management of quality control testing and inspection programs during the construction phase of projects. Overview San Bernardino City USD, Indian Springs High School » Years' Experience: 2013 — Performing Arts Center Present The project consisted of the geotechnical investigation for a proposed new 19,000-square foot performing arts center constructed of glass and Current Licenses Held masonry (CMU). Twining provided geotechnical investigations services » Professional Engineer, Civil, CA that encompassed reviewing site background information, coordinating No.87057 and performing field exploration, performing geotechnical laboratory testing, and providing the results of the geotechnical analyses. It was Education determined that the proposed project was geotechnically feasible, and » BS, Civil Engineering, California Twining provided recommendations that were incorporated into the State Polytechnic University, design and implemented during the construction of the project. Twining Pomona, 2010 also provided the testing and special inspection services. Adrian served as the Senior Engineer. Technical Capabilities » Engineering/Design software: City of Santa Monica, City Yards Modernization Settle3D, Slide, GSTABL, LPILE, The City redeveloped a 14.7-acre, 16-structure field maintenance facility ALLPILE to accommodate new facility uses. Portions of the site sit on top of a former landfill that extends more than 50 feet deep. In addition, the presence of an untouchable landfill cap near the surface made grading difficult. Twining provided soil and material testing, and special inspection services for the construction project, the factors which have made for a unique and engaging challenge for our geotechnical team. Twining assumed the role of the geotechnical engineer of record for the project's redevelopment and modernization construction. Adrian served as a Senior Project Engineer. City of Santee, Mast Park Improvements This $10 million project consisted of many major improvements to Mast Park, including approximately 1,200 cubic yards of grading and earthwork to create a plateau at the northwest corner of the park, the enhancement of drainage channels, the establishment of new storm water retention basins, and more. Twining provided a geotechnical investigation to evaluate the subsurface conditions at the park site and provided engineering recommendations for the project during its design phase and evaluated the infiltration rates of the bottom of the proposed BMPs. Adrian served as a Project Engineer. Twining I City of Santa Clarita - The Rinks 40 ATTACHMENTS: RESUMES SECTION B: QUALIFICATIONS OF CONSULTANT TEAM SEAN BAUTISTA Laboratory Manager Sean Bautista brings over two years of experience to the Twining laboratory and over 13 years of experience to the industry. His experience encompasses both field and laboratory concrete, soils, asphalt, and aggregate testing. Sean has extensive knowledge of concrete, asphalt and aggregates having spent over five years working within the industry and market. Sean is certified in ACI, ASTM, Caltrans, AASTHTO regarding field samples along with managerial responsibility of testing results and equipment maintenance. The project types that Sean has worked on range from roadway construction of citywide projects to public agency infrastructure projects such as airports, schools, neighborhoods, and other Oxnard Union High School District, Del Sol High School Overview The project consists of the construction of a new, $200 million, » Years' Experience: 2011 - 270,000-square-foot high school complex in Oxnard. Built to handle about Present 2,500 students, the project includes the construction of classrooms, sports fields, and a pool on nearly 50 acres of land at Camino Del Sol and Gibraltar Education Streets and is intended to help deal with overcrowding at other Oxnard Union » BS, Environmental High School District campuses. Twining is providing material testing and Engineering, University of special inspection services. Sean is serving as the Laboratory Supervisor California, Irvine, Irvine, CA for this project. 2011-2015 Oxnard Union High School District, Rio Mesa High School Current Licenses Held Twining, Inc. has been providing inspection and material testing services » ACI: Concrete Strength Testing per DSA regulations for Rio Mesa High School along with the construction Technician of campus -wide security fencing. There are additional inspections that we » JTCP: HMA I & HMA II are undertaking to ensure the quality and satisfaction of these projects. We » NCEES: E.I.T. (F.E.) are performing material inspections, the construction of a campus -wide security fencing, and other inspection services included with the original request. This project is currently ongoing. Sean is serving as the Laboratory Supervisor for this project Oxnard Union High School District, Adolfo Camarillo High School Twining has been selected several times to perform a wide range of services for this campus. In 2022, Twining was responsible for performing field inspection, laboratory testing, and project management services for the school's gymnasium. Previously, in 2021, Twining was chosen to carry out testing and inspection services for the HVAC modernization project. Sean served as the Laboratory Supervisor for this project. Twining I City of Santa Clarita -The Rinks 41 ATTACHMENTS: RESUMES SECTION 8: QUALIFICATIONS OF CONSULTANT TEAM BRANDAN MATHIS Lead Special Inspector Brandan brings over 21 years of technical experience to Twining. His experience encompasses all aspects of testing and inspection with special emphasis on concrete and welding inspection. Brandan's knowledge of California building requirements and multiple inspection certifications/licenses make him an invaluable team member of every project to which he is dispatched. Overview Years' Experience: 2003 - Present Current Licenses Held ACI Concrete Field Testing Technician - Grade I AWS Certified Welding Inspector ICC Structural Steel and Welding Legacy ICC Reinforced Concrete ICC Spray Applied Fire Proofing OSHA 10-Hour City of Santa Clarita, Old Town Newhall Parking Structure The City's first Design -Build project, the project consisted of the new construction of a 24,200-square-foot, 376 stall, six -story concrete parking structure. Twining performed materials testing and inspection services on this project. Brandan served as a deputy inspector throughout construction. County of Ventura, Erringer Fire Station #47 The project consisted of the construction of a 7,000 square foot, single - story fire station with associated site improvements on a 2.45 acre vacant site in Simi Valley. Twining's scope of services included providing quality control material testing and inspections services. Brandan served as an inspector throughout construction. Education Los Angeles Community College District, Pierce College Ventura College, Ventura Maintenance & Operations Facility This project included a paved maintenance yard and a central plant. The building is 42,000 square feet and the yard is approximately 85,000 square feet. The building was designed to meet or exceed LEED Gold certification standards. Brandan was responsible for conducting certified welding inspection for this project, mainly at the fabrication shop. Las Virgenes Unified School District, Calabasas High School Performing Arts and Entertainment Center This new 33,000 square foot facility boasts a 650-seat professional - quality theater, a 100-seat flexible black box theater and professional - level acoustics, technical components and stage specifications. Brandan served as a long term welding inspector on this project for more than a year. Additional responsibilities included performing torque tests. Las Virgenes Unified School District, Lindero Canyon Middle School Redevelopment This project consisted of new construction as well as existing facility renovations throughout the campus. Among the new features at the school were a two-story media center and library, university grade science labs, a new computer lab, and 32 new and renovated classrooms and support facilities. Brandan performed batch plant inspection for this project, ensuring adherence to DSA standards. Twining I City of Santa Clarita - The Rinks 42 ATTACHMENTS: RESUMES SECTION 8: QUALIFICATIONS OF CONSULTANT TEAM ROLAND KROLIKOWSKI Special Inspector Roland brings over 16 years of technical experience to Twining. His professional experience encompasses all aspects of testing and inspection with special emphasis on concrete and welding inspection. Roland's knowledge of California building requirements and multiple inspection certifications/licenses make him an invaluable team member of every project to which he is dispatched. Overview » Years' Experience: 2008 — Present Current Licenses Held » AWS/CWI » DSA Class 2 #6385 » ICC Master of Special Inspection » ICC Spray Applied Fire Proofing » ICC Structural Steel & Welding - Legacy » ICC Structural Masonry » ICC Reinforced Concrete » ICC Structural Steel and Bolting » ICC Prestressed Concrete » ICC Soils Special Inspector » ICC Structural Welding » ICC California Commercial Plumbing » ICC California Commercial Electrical OSHA 10-Hour Oxnard Union High School District, Del Sol High School The project consisted of providing geotechnical inspection, materials testing and specialty inspections at Del Sol High School located in the City of Oxnard, California. The project included performing laboratory material acceptance standard test, conduct field observation/density compaction testing services, materials testing in compliance with the project plans and specifications, document test data and observations through daily and end -of -job summary reports, perform other as needed special inspection and materials testing such as asphalt concrete pavement inspection, steel, rebar, masonry and onsite and plant cement concrete inspection, welding inspection, pile driving inspections and other as needed inspections. Roland served as an inspector and performed the necessary shotcrete, concrete, and welding testing and inspections needed for the project. City of Santa Clarita, Pool Resurfacing The project consisted of providing geotechnical inspection, materials testing and specialty inspections for Santa Clarita's Public Works Department located in the City of Santa Clarita, California. The project included performing shotcrete inspection and sampling, coring of the shotcrete panel, laboratory testing, sample pickup, attending meetings, data and final reporting, invoicing and other as needed inspections and testing. Roland served as an inspector and performed the shotcrete testing and inspection required for the project. City of Santa Clarita, Old Town Newhall Parking Structure The City's first Design -Build project, the project consisted of the new construction of a 24,200-square-foot, 376 stall, six -story concrete parking structure. Twining performed materials testing and inspection services on this project. Rowland served as a deputy inspector throughout construction. County of Ventura, Erringer Fire Station #47 The project consisted of the construction of a 7,000 square foot, single - story fire station with associated site improvements on a 2.45 acre vacant site in Simi Valley. Twining's scope of services included providing quality control material testing and inspections services. Rowland served as an inspector throughout construction. Twining I City of Santa Clarita - The Rinks 43 • TWINING Grounded in Safety, Built on Sustainability "TWINING Grounded in Safety, Built on Sustainability November 5, 2024 Proposal No. 24-2050 Rev B City of Santa Clarita ATTN: Purchasing 23920 Valencia Boulevard, #265 Santa Clarita, CA 91355 1879 Portola Road, Suite G Tel 805.644.5100 Ventura CA 93003 Fax 562.426.6424 Subject: Materials Testing and Inspection Services for The Rink Sports Pavilion, Phase II CIP-24-25-P3034B Dear Purchasing Department: Twining, Inc. (Twining) is pleased to present our proposal and qualifications for the City of Santa Clarita (City) The Rink Sports Pavilion Project (Project). We understand that the City is seeking a qualified Special Inspections and Material Testing firms to provide inspection and material testing services for the Project. The consultant shall provide requested services to assist the City's project team, and we will work closely with the City's Project Manager and staff to successfully complete the project and protect the interest of the City. We have received Addendum No. 1 dated 10/10/2024 and reviewed the Q&A posted on the City's site. Our History and Knowledge of the City Twining has been one of the City's trusted advisor for over a decade. We are committed to providing the high quality work you've come to expect from us. We are aware that time is of the essence and that the selected consultant will be expected to start providing services as soon as the City contract is executed. We are ready and confident that we can hit the ground running, meeting the project goals effectively and efficiently. Our history of working with the City points to other benefits to selecting Twining as the consultant for this project. We continue to find ways to save the City time and money that benefit the community you serve. The City is an important client to us and is a critical part of our business. We strive to strengthen our partnership with the City for these projects and beyond. As the City's staff make-up has evolved, we have continued to maintain our great working relationship and Twining is proud to consider ourselves part of your City's public works family. We commit to keeping your current project on track and within or under budget as we have done in the past. Our proposal includes our firm and staff qualifications, work statement describing our approach to this project, and a proposed work schedule. Per the RFP, we have included our cost proposal under separate sealed envelope. We thank the City for the opportunity to present our qualifications. Twining's expertise, leadership, technical resources, and commitment to quality will make us a valuable member of your team throughout the length of this contract. Should you have any questions related to this proposal, please contact Michael Molina at 951.552.0031 (cell) or by email at mmolina@twininginc.com. Sincerely, Michael Molina Linas Vitkus, PE, GE Regional Client Services Manager President & Chief Operating Officer (Authorized to negotiate on behalf of the firm) (Authorized to bind the firm to contract) Twining is an Equal Opportunity Employer We have reviewed the insurance requirements outlined by the City in its RFP and can comply. Twining I City of Santa Clarita -The Rinks 1 THE PROPOSED ESTIMTE INCLUDES TRAVEL TIME Project Name: City of Santa Clarita, The Rink Pavilion Proposal No: 24-2050 Rev B Date: November 19, 2024 Twining Inc, Ventura Michael Molina 951.552.0031 Division 3: Concrete S ecial Ins ector/Re istered Deputy Ins ector-Reinforced Concrete Description. f Work Rebar, Placement, Epoxy Dowels, Embeds Sampling / QC Field, Reporting Coordination and Procore Spec Sec 03 3000 - 6, 3.6 (ASTM El 155) Spec Sec 09536 - 4, 3.2 (ASTM F710) 200 40 24 80 64 40 128 12 12 24 12 2 48 16 -MM Hours '� Hours Hours Hours Hours Hours Each Tests Tests Hours Tests Units Hours Hours 4% $ 130.00 $ 26,000.00 Special Insector/Re istered Deputy Inspector - Drilled In Anchors $ 130.00 1 $ 5,200.00 Field Engineering Technician - Pull Testing and Torque Testing $ 130.00 1 $ 3,120.00 Concrete Quality Control (ACI Technician $ 130.00 $ 10,400.00 Batch Plant Quality Control $ 130.00 $ 8,320.00 Project Manager $ 235.00 $ 9,400.00 4" x 8" Cylinder: Compression Strength ASTM C39 $ 43.00 $ 5,504.00 Tensile Test: # 11 or Smaller $ 70.00 $ 840.00 Bend Test: # 11 or Smaller $ 70.00 $ 840.00 Field Engineering Technician - Floor Flatness FF/FL $ 130.00 $ 3,120.00 Field Engineering Technician - Moisture Testing $ 125.00 $ 1,500.00 Moisture Kits $ 210.00 $ 420.00 Sampling and Tagging of ReinforcingSteel $ 130.00 $ 6,240.00 Sample Pick Up $ 110.00 $ 1,760.00 Clerical / Report Distribution $ 3,306.56 Division SUB -TOTAL $ 85,970.56 Special Inspector/RegisteredDeputyInspector- Masonry Field, Reporting Coordination and Procore 80 Hours $ 130.00 $ 10,400.00 Special Insector/Re istered Deputy Inspector - Drilled In Anchors 24 Hours $ 130.00 $ 3120.00 Project Manager 10 Hours $ 235.00 $ 2,350.00 Compression Test: Composite Masonry Prisms Up To 8" x 16" 6 Tests $ 210.00 $ 1,260.00 Compression: 2" x 4" Mortar Cylinders (UBC STD 21-16) 12 Tests $ 57.00 $ 684.00 Compression: 3" x 3" x 6" Grout Prisms, Includes Trimming (UBC STD 21-18) 12 Tests $ 42.00 $ 504.00 Compression: 2" Cubes (ASTM C109) 6 Tests $ 57.00 $ 342.00 Sam Ie Pick U 8 Hours $ 110.00 $ 880.00 Clerical / Report Distribution 4% $ 781.60 Division 5: Metal SUB -TOTAL $ 20 321.60 Sho Fabrication AWS Certified Welding Inspector Assuming One (1) Local Fabricator Field, Reporting Coordination and Procore 200 Hours $ 130.00 $ 26,000.00 Nondestructive Testing Technician 16 Hours $ 145.00 $ 2,320.00 Project Manager 20 Hours $ 200.00 $ 4,000.00 Clerical / Report Distribution 4% $ 1,292.80 Field AWS Certified Welding Inspector Structural / HS Bolting Field, Reporting Coordination, DSA Box 280 Hours $ 130.00 $ 36,400.00 Nondestructive Testing Technician 24 Hours $ 145.00 $ 3,480.00 Project Manager 30 Hours $ 235.00 $ 7,050.00 Sam le Pick U 6 Hours $ 110.00 $ 660.00 Clerical / Report Distribution 4% $ 1,903.60 Sr. Inspector SUB -TOTAL $ 83106.40 Sr. Special Inspector/Registered Deputy Inspector Clerical / Report Distribution 660 Hours 4% $ 130.00 $ 85,800.00 $ 3,432.00 Division 9: Finishes SUB -TOTAL $ 89 232.00 Field Engineering Technician - Ceiling Wire Hangers Clerical / Report Distribution 24 our 4% $ 130.00 $ 3,120.00 $ 124.80 Owner's Allowance SUB -TOTAL $ 3,244.80 1 $70,000.00 1$ 70,000.00 SUB -TOTAL $ 70 000.00 REMARKS: This proposal is based on the provided plans and specifications with in the City's RFP. See attached schedule of fees for additional terms and conditions. GRAND TOTAL $ 348,630.56 TWINING Schedule Of Fees 2024-2025 NOTE: Rates will be adjusted annually each July 1st to reflect increased costs. Personnel Rates: Per Hour Unless Otherwise Noted Task Code Engineering And Consulting Personnel Rate 10026 Senior Principal Advisor/Consultant $ 390.00 10001 Principal Engineer/Geologist $ 280.00 10017 Metallurgical Engineer $ 390.00 70000 Registered Geotechnical Engineer $ 280.00 10010 Technical Advisor $ 260.00 10011 Material Scientist, Welding/NDT Consultant $ 275.00 70003 Registered Geologist/Certified Engineering Geologist $ 275.00 10003 Senior Engineer/Geologist $ 250.00 10009 Registered Civil Engineer $ 240.00 60003 Roofing/Waterproofing Consultant $ 265.00 10013 Project Engineer/Manager $ 235.00 30000 Quality Control Manager $ 235.00 10005 Senior Staff Engineer/Geologist $ 220.00 10007 Staff Engineer/Geologist $ 205.00 10015 Quality Control Administrator $ 205.00 10019 Metallurgical Technician $ 175.00 90001 CADD Operator/Draftsperson $ 160.00 95103 Administrative Support $ 105.00 70107 Field Supervisor $ 195.00 91030 Safety Supervisor $ 195.00 20000 Laboratory Manager $ 180.00 98000 Laboratory Technician $ 155.00 90005 Expert Witness Testimony $ 630.00 91010 Qualified SWPPP Developer $ 220.00 91000 Qualified SWPPP Practitioner $ 205.00 30001 Vibration Engineer $ 240.00 Task Code Field Inspection Personnel Rate 10101 Concrete/Reinforced Steel Inspector $ 130.00 10103 Prestressed/Post Tensioned Inspector $ 130.00 10105 Concrete ICC Inspector $ 130.00 10109 Drilled -In -Anchor Inspector $ 130.00 10111 Gunite/Shotcrete Inspector $ 130.00 10113 Masonry Inspector $ 130.00 10201 Structural Steel/Welding Inspector $ 130.00 10203 AWS Certified Welding Inspector $ 130.00 10207 Fireproofing Inspector $ 130.00 10501 Lead Inspector $ 142.00 10115 Firestop Special Inspector - IFC Premier $ 160.00 10117 Firestop Special Inspector - IQP $ 205.00 70109 L.A. Deputy Grading Inspector $ 150.00 75001 Asphalt Field and Plant Inspector/Technician $ 130.00 70103 Pile Driving Inspector $ 130.00 70101 Soils Technician $ 130.00 10107 Concrete Quality Control (ACl/Caltrans Technician) $ 130.00 10122 Wood Framing Inspector $ 130.00 60001 Roofing/Waterproofing Inspector $ 150.00 10500 Public Works Inspector $ 155.00 10515 Mechanical Inspector $ 185.00 10519 Electrical Inspector $ 185.00 10521 Plumbing Inspector $ 185.00 10523 Building Inspector $ 185.00 30002 Vibration Monitoring Technician $ 160.00 50003 Field Engineering Technician $ 130.00 Task Code Shop Inspection Personnel Rate 10301 Structural Steel Fabrication Inspector $ 130.00 10309 Batch Plant Quality Control Technician/Inspector $ 130.00 10325 Glue -Laminated Fabrication Inspector Quotation 10328 Pre -Cast Concrete/Pipe Fabrication Inspector $ 139.00 Task Code Nondestructive Testing Personnel Rate 10401 NDE Ultrasonic Testing Technician $ 145.00 10403 NDE Magnetic Particle Testing Technician $ 145.00 10405 NDE Dye Penetrant Testing Technician $ 145.00 10305 Combination NDE Technician/Welding Inspector $ 145.00 10409 Radiographic Testing (Crew Of 2) Quotation 10020 NDE Engineer $ 255.00 Task Code Equipment Usage (Daily Unless Otherwise Noted) Rate 95318 Skidmore $ 51.00 95309 Torque Wrench, Small $ 21.00 95312 Torque Wrench, Large $ 32.00 Task Code Concrete Specimen Preparation Rate 20151 Sawing Of Specimens (Each) $ 54.00 20157 Coring Of Specimens In Lab (Each) $ 54.00 Task Code Equipment Usage (Daily Unless Otherwise Noted), Continued Rate 95315 Torque Multiplier $ 48.00 95321 Air Meter $ 37.00 95322 Unit Weight Bucket $ 28.00 95323 Field Concrete Scale $ 37.00 95324 2" x 2" x 2" Mold $ 26.00 95343 Nuclear Gauge (Per Hour) $ 13.00 95319 Sand Cone Density Test Equipment $ 60.00 95333 Pull Test Equipment $ 74.00 95348 Concrete/Asphalt Coring Equipment $ 720.00 95336 Floor Flatness (Dipstick) $ 63.00 95330 Schmidt Hammer $ 48.00 95341 Vapor Emission Test Kits $ 58.00 95342 Relative Humidity Probe $ 90.00 95339 UPV (Ultrasonic Pulse Velocity) Meter $ 420.00 95351 Fireproofing Adhesion/Cohesion (Per Test) $ 42.00 95300 A Scan Ultrasonic Equipment And Consumables $ 100.00 95303 Magnetic Particle Equipment And Consumables $ 53.00 95306 Liquid Penetrant Consumables $ 48.00 95307 Phased Array Ultrasonic Equipment (Per Hour) $ 105.00 95347 Ground Penetrating Radar $ 399.00 95345 Impact Echo $ 405.00 95362 Ultrasonic Tomography $ 525.00 95349 Inertial Profiler (Per Hour) Quotation 95352 Borescope $ 315.00 95356 Infrared Camera $ 105.00 95357 Project Dedicated Vehicle $ 189.00 95364 Roller Compacted Concrete Vibrating Hammer/Tamping Plate $ 84.00 95367 Half -Cell Potential Equipment Set $ 405.00 95368 Concrete Electrical Resistivity Meter $ 189.00 95369 Field Hardness (Steel) $ 116.00 95370 Coating Thickness Gauge $ 166.00 95373 Curing Box (Not Temperature Controlled, One -Time Fee/ $ 788.00 Per Box) 95371 Temperature Control Curing Box (Per Month) $ 525.00 95372 Temperature Matching Curing Box (Per Month) $ 599.00 Task Code Specimen Pick -Up Rate 20107 20109 Task Code Technician For Specimen Pick -Up (Per Hour, 2-Hour Minimum) Technician For Specimen Pick -Up Before 5:00 a.m. Or After 5:00 p.m. Monday Thru Friday, Or All Day Saturday (Per Hour, 2-Hour Minimum Plus Mileage) Jobsite Trailer, Mobile Or On -site Laboratory $ 110.00 $ 220.00 Rate 95360 Portable Or Mobile Laboratory Unit Quotation 95374 Jobsite Trailer, Conex, Or Equipment Storage Box Quotation Task Code Concrete Tests (Field Made Specimens) Rate 20201 6" x 12" Cylinder Compression Strength (ASTM C39) $ 43.00 20202 4" x 8" Cylinder Compression Strength (ASTM C39) $ 43.00 20203 Density Of Structural Lightweight Concrete Equilibrium $ 107.00 Oven Dry Method (ASTM C567) 20205 Core Compression Including Trimming (ASTM C42) $ 97.00 20207 6" x 6" x 18" Flexural Beams Not Exceeding Referenced $ 134.00 Size (ASTM C78, C293 or CTM 523) 20209 Splitting Tensile Strength (ASTM C496) $ 134.00 20211 Modulus Of Elasticity Test (ASTM C469) $ 348.00 80003 Rapid Chloride Permeability Test: Cylinders Or Cores $ 610.00 (ASTM C1202) 80006 Density, Absorption, And Voids In Hardened Concrete $ 610.00 (ASTM C642) 40005 Flexural Toughness (ASTM C1609, Formerly ASTM C1018) $ 963.00 40006 Double Punch Strength Of Fiber Reinforced Concrete $ 642.00 40009 Coefficient Of Thermal Expansion Of Concrete $ 696.00 (CRD 39, AASHTO T336) 40012 Bulk Electrical Resistivity (One Age Of Testing, ASTM C1876) $ 172.00 80013 Flexural Tensile Strength Of Metallic Fiber Reinforced Concrete $ 1,070.00 Beam (EN 14651) Task Code Qualification Of Cements Rate 80100 Chemical Analysis Of Portland Cement Per Standard $ 803.00 Requirements (ASTM C150) 20159 20160 Task Code Grinding Of Concrete Below 6000 psi Strength (Each) Grinding Of Concrete 6000 psi Strength And Above (Each) Laboratory Trial Batch: Concrete, Cement And Mortar $ 97.00 $ 118.00 Rate 30216 Compression Test 4" x 8" Cylinders Made And Tested In $ 63.00 Laboratory (ASTM C192, C35) 30217 Compression Test 6" x 12" Cylinders Made And Tested In $ 73.00 Laboratory (ASTM C192, C35) 30219 6" x 6" x 18" Flexural Beams Made And Tested in Laboratory $ 150.00 (ASTM C192, C78) 30223 Splitting Tensile Strength Cylinders Made And Tested In $ 150.00 Laboratory (ASTM C192, C496) 30225 Modulus of Elasticity Test Cylinders Made And Tested In $ 364.00 Laboratory (ASTM C192, C469) 30227 Density Of Structural Lightweight Concrete Made In $ 124.00 Laboratory, Equilibrium or Oven Dry Method (ASTM C567) 30237 Bulk Electrical Resistivity (ASTM C1876) $ 188.00 30201 Laboratory Trial Batch (ASTM C192/Lab Procedure Performance) $ 589.00 30203 Concrete Mixture Design For Preconstruction Evaluation And $ 343.00 Backup Data Development 30205 Drying Shrinkage Up To 28 Days, Three 3" x 3" Or 4" x 4" Bars, $ 557.00 Five Readings Up To 28 Dry Days (ASTM C157) 30230 Additional Reading, Per Set Of Three Bars $ 65.00 30231 Storage Over Ninety (90) Days, Per Set Of $ 54.00 Three Bars, Per Month 30207 Setting Time Up To 7 Hours (ASTM C403) $ 214.00 30209 Bleeding (ASTM C232) $ 193.00 30229 Concrete Restrained Expansion (ASTM C878) $ 749.00 30211 Mix, Make and Test Mortar or Grout Specimens for Compressive $ 642.00 Strength: Set of 6 (ASTM C878) 20263 Non -Shrink Grout: Height Change After Final Set (ASTM C1090) $ 642.00 20265 Non -Shrink Grout: Height Change At Early Age (ASTM C827) $ 910.00 30232 Cracking Resistance, Set Of Three Rings, Laboratory Trial $ 6,634.00 Batching, Test Until Cracking Or Up To 28 Days (ASTM 1581) 30233 Evaluation Of Pre -Packaged Masonry Mortars (ASTM C270) $ 1,391.00 30234 Creep (ASTM C512) (One Age Of Loading, 12 Months $ 9,095.00 Duration Of Testing) 80198 Laboratory Development of Strength -Maturity Curve Without $ 3,424.00 Establishing Datum Temperature (Up To 5 Testing Ages, ASTM C1074) 80199 Laboratory Development Of Strength -Maturity Curve With $ 5,664.00 Establishing Datum Temperature (Up to 5 Testing Ages, ASTM C1074) Task Code Evaluation of Mixing Water for Concrete Rate 80246 Evaluation of Mixing Water For Concrete Per The Requirements $ 1,070.00 Of ASTM C1602, Table 1 (Physical Properties Of Mortar), Per Sample 80248 Evaluation Of Mixing Water For Concrete Per The Requirements $ 1,284.00 Of Caltrans, Section 90, Per Sample Task Code Concrete - Chemical Analysis, Transport Properties, Service Life Modeling, Petrographic Examination Rate 80123 Acid -Soluble Chloride Analysis (ASTM C1152) $ 134.00 Includes Sample Prep) 80126 Water -Soluble Chloride Analysis (ASTM C1218) $ 161.00 (Includes Sample Prep) 80193 Chloride Diffusion Coefficient Of Cementitious Mixtures By $ 2,996.00 Bulk Diffusion (ASTM C1556) 80159 Bulk Resistivity (ASTM C1876) And Formation Factor $ 696.00 80204 Chloride Binding Isotherm $ 910.00 80206 Analytical And Experimental (ASTM C1556) Modeling Of Service $ 8,560.00 Life Of Concrete Per Life-365 Model, Per Mixture Design 80208 Analytical And Experimental (NordTest) Modeling Of Service $ 8,560.00 Life Of Concrete Per FIB Model Code 34, Per Mixture Design 80210 Non -Steady State Chloride Migration Coefficient, NordTest 492 $ 669.00 80212 Petrographic Examination Of Hardened Concrete, Level 1 $ 1,750.00 (ASTM C856) (Excludes Thin Section), Per Sample 80129 Petrographic Examination Of Hardened Concrete, Level 11 $ 2,250.00 (ASTM C856) Includes Thin Section, Per Sample 80218 Petrographic Examination Of Hardened Concrete, Level III $ 3,500.00 (ASTM C856/C1723) (Thin Section And SEM/EDX), Per Sample 80222 W/CM Determination (NordTest Build 361) $ 1,338.00 80224 Examination Of Volumetric Proportions Of Hardened Concrete $ 535.00 (ASTM C457), Per Sample 80228 Air Void Analysis Of Hardened Concrete (ASTM C457), $ 750.00 Per Sample 80232 Electron Microscopy (ASTM C1723) $ 803.00 80234 Paste Carbonation Analysis, Per Sample $ 268.00 80238 Insoluble Residue Analysis (ASTM C1324) Quotation 80240 Alkali -Silica - Damage Rating Index (DRI), Per Sample $ 1,338.00 Task Code Soils And Aggregate Tests, Continued Rate 70393 Collapse Potential/Index (ASTM D5333) $ 232.00 70396 Compressive Strength Of Molded Soil -Cement Cylinders $ 109.00 (ASTM D1633) 70309 Consolidation Test Full Cycle (ASTM 2435, CTM 219) $ 205.00 70311 Consolidation Test Time Rate Per Load Increment $ 47.00 80103 Physical Testing Of Portland Cement Per Standard $ 803.00 Requirements (ASTM C150) 80194 Physical Testing Of Type K Cement, Mortar Expansion $ 803.00 (ASTM C806) 80195 Physical Testing And Chemical Analysis Of Portland Cement $ 1,498.00 Per Standard Requirements (ASTM C150) 80106 Partial Analysis Or Specific Physical Tests Quotation 80110 Sulfates Resistance Of Hydraulic Cement (ASTM C1012), $ 3,210.00 6 Months 80111 Sulfates Resistance Of Hydraulic Cement (ASTM C1012), $ 3,531.00 12 months 80149 Type 1 L Cement (ASTM C595, Excludes Special Properties) $ 1,498.00 80151 Clinker Microscopy, Per Sample $ 910.00 Task Physical Testing Of Chemical Admixtures For Code Concrete Rate 80196 Qualification Of Admixture (ASTM C494) Quotation Task Code Evaluation Of Pozzolans And Slag Cement Rate 80140 Chemical Analysis Of Fly Ash Per Standard Requirements $ 803.00 (ASTM C618) 80143 Physical Testing Of Fly Ash Per Standard Requirements $ 803.00 (ASTM C618) 80146 Partial Analysis Or Specific Physical Tests Quotation 80147 Chemical Analysis And Physical Testing Of Fly Ash Per $ 1,498.00 Standard Requirements (ASTM C1618) 80250 Qualification Of Silica Fume Per Standard Requirements $ 1,498.00 (ASTM C1240) 80252 Qualification Of Slag Cement Per Standard Requirements $ 1,498.00 (ASTM C989) 80254 Effectiveness Of Pozzolans & Slag Cement In Mitigating $ 1,498.00 Expansion Due To ASR (ASTM C441) Task Code Mass Concrete - Engineering And Testing Services Rate 80256 Thermal Control Plan (Without Cooling Pipes) Per A Unique $ 9,000.00 Type Of Placement Of Similar Group Of Placements, Each Plan 80258 Thermal Control Plan (With Cooling Pipes), Per Unique $ 10,500.00 Type Of Placement Of Similar Group Of Placements, Each Plan 80260 Performance Based Maximum Temperature Difference $ 6,000.00 Laboratory & Analytical Studies, One Concrete Mixture Design Task Rock And Concrete Aggregates - Petrographic Code Examination & Special USACE & CRD Tests Rate 80262 Rock Type Description, Per Sample (Rock Core Or Rock $ 1,000.00 Chunk) 80263 Rock Type Description + XRD Including Clay Analysis, $ 1,500.00 Per Sample 80266 Natural Aggregates - Petrographic Examination (Gravel And $ 2,750.00 Natural Sand Consisting Of Single Rock Type ASTM C295) Each, One Sample 80268 Crushed Aggregates - Petrographic Examination (Crushed $ 2,750.00 Rock And Manufactured Sand Consisting Of Single Rock Type ASTM C295), Each, One Sample 80270 Coarse Aggregate Certification For Deleterious Materials Per $ 6,500.00 Specifications Of USACE, Materials Coarser Than 0.75-Inch Each, One Sample, 200 lb. 80272 Coarse Aggregate Certification For Deleterious Materials Per $ 5,500.00 Specifications Of USACE, 0.75-Inch And Finer Material, Each, One Sample, 25 lb. 80274 Fine Aggregate Certification For Deleterious Materials Per $ 2,750.00 Specifications Of USACE, Each, One Sample 80276 Aggregate, Scratch Hardness (CRD-C 130), Each, One Sample, $ 500.00 25 lb. Task Code Soils And Aggregate Tests Rate 30503 Abrasion: LA Rattler (ASTM C131) $ 206.00 30505 Abrasion: LA Rattler (ASTM C535) $ 217.00 70301 Atterberg Limits/Plasticity Index (ASTM D4318, CTM 204) $ 165.00 70303 California Bearing Ratio Excluding Maximum Density $ 598.00 (ASTM D1883) Soil 70304 California Bearing Ratio Excluding Maximum Density $ 670.00 (ASTM D1883) Cement -Treated Soil 70344 Cement -Treated Soil/Base Mix Design: Includes Three Trial $ 3,605.00 Cement Contents With Three Unconfined Compressive Strength Specimens Per Cement Content 70305 Chloride And Sulfate Content (CTM 417, CTM 422) $ 180.00 30403 Clay Lumps And Friable Particles (ASTM C142) $ 210.00 30321 Cleanness Value 1" x #4 (CTM 227) $ 180.00 30322 Cleanness Value 1.5" x .75" (CTM 227) $ 285.00 Task Code Asphalt Concrete Tests, Continued Rate 75040 Emulsion Residue, Evaporation (ASTM D244) $ 175.00 75024 Extraction % Bitumen (ASTM D6307, CTM 382) $ 175.00 75027 Extraction % Bitumen And Gradation (ASTM D5444, D6307, $ 240.00 CTM 202, 382) 75028 Extraction % Bitumen, Correction Factor (ASTM D6307, $ 385.00 00 "TWINING (ASTM D2435, CTM 219) CTM 382) 70313 Corrosivity Series Sulfate, Cl, pH, Resistivity (CTM 643, $ 253.00 75030 Chemical Extraction % Bitumen And Sieve Analysis $ 410.00 417, and 422) (ASTM D2172 Method A or B, ASTM D5444) 70315 Crushed/Fractured Particles (ASTM D5821, CTM 205) $ 180.00 75042 Lab Tested Maximum Density Hveem, 3 Briquettes $ 235.00 70317 Direct Shear Test Remolded And/Or Residual (ASTM D3080) $ 255.00 (ASTM D1561, D1188, CTM 304, 308) 70319 Direct Shear Test Undisturbed -Slow [CD] (ASTM D3080) $ 230.00 75057 Hveem Stabilometer Test, Premixed, 3 Briquettes $ 235.00 70321 Direct Shear Test Undisturbed - Fast [CU] (ASTM D3080) $ 200.00 (ASTM D1560, D1561, CTM 304, 366) 70378 Durability Index Per Method -A, B,C, or D (ASTM D3744, $ 220.00 75048 Lab Tested Maximum Density Marshall, 3 Briquettes $ 230.00 CTM 229) (ASTM D6926, D2726) 70325 Expansion Index (ASTM D4829, UBC 18-2) $ 175.00 75049 Lab Tested Maximum Density Marshall 6" Specimen, $ 235.00 75004 Fine Aggregate Angularity (ASTM C1252, CTM 234, $ 200.00 3 Briquettes (ASTM D5581, D2726) AASHTO T304) 75050 Lab Tested Maximum Density Superpave Gyratory Compacted $ 90.00 30507 Flat And Elongated Particle (ASTM D4791) $ 250.00 Briquette, SSD, 1 Briquette (ASTM D6925, D2726) 30508 Flat Or Elongated Particle (ASTM D4791) $ 220.00 75052 Lab Tested Maximum Density Superpave Gyratory Compacted $ 100.00 70331 Maximum Density Methods A/B/C (ASTM D1557, $ 195.00 Briquette, Paraffin, 1 Briquette (ASTM D1188, D6925) D698, CTM 216) 75051 Maximum Theoretical Specific Gravity [RICE] (ASTM D2041, $ 180.00 70333 Maximum Density Check Point (ASTM D1557, D698) $ 70.00 CTM 309) 70335 Maximum Density AASHTO C [Modified] (AASHTO T-180) $ 200.00 75066 Marshall Stability And Flow, Cored Sample, Each $ 90.00 70336 Maximum Index Density Vibratory Table (ASTM D4253) $ 355.00 ASTM D6927) 70337 Moisture Content (ASTM D2216, CTM 226) $ 30.00 75069 Marshall Stability And Flow, Premixed, 3 Briquettes $ 255.00 70339 Moisture and Density Ring Sample (ASTM D2937) $ 30.00 (ASTM D6926, D6927) 70341 Moisture and Density Shelby Tube Sample (ASTM D2937) $ 45.00 75106 Marshall Stability And Flow, Gyratory Compacted Specimen $ 255.00 70340 Moisture -Density Relations Of Soil -Cement Mixtures $ 285.00 Pre -Mixed, 3 Briquettes (ASTM D5581, D6925) Premixed In The Field (ASTM D558) 75107 Marshall Stability And Flow 6" Specimen, Premixed, $ 255.00 70342 Moisture -Density Relations Of Soil -Cement Mixtures $ 365.00 3 Briquettes (ASTM D5581) Mixed In The Lab (ASTM D558) 75063 Moisture Content (CTM 370) $ 90.00 70328 pH Of Soils (ASTM D4972) $ 65.00 75005 Wet Track Abrasion Test (ASTM D3910) $ 185.00 70330 Organic Content Of Soils (ASTM D2974, Method A Only) $ 90.00 75093 Hveem Mix Design (Excluding Aggregate Quality Tests) $ 6,000.00 30401 Organic Impurities (ASTM C40, CTM 213) $ 95.00 75096 Hveem Mix Design, With RAP (Excluding Aggregate Quality $ 6,500.00 70343 Permeability (ASTM D5084) Quotation Tests, RAP Qualification) 80001 Potential Reactivity Chemical Method (ASTM C289 - $ 800.00 75099 Hveem Mix Design, With Lime (Excluding Aggregate Quality $ 10,000.00 Discontinued Method) Tests) 70394 Potential Reactivity Mortar Bar Expansion Method, $ 990.00 75094 Hveem Mix Design Caltrans Untreated Mix (Including $ 7,000.00 14-Day Exposure (ASTM C1260) Aggregate Quality Tests) 70391 Potential Reactivity Mortar Bar Expansion Method, $ 1,100.00 75095 Hveem Mix Design Caltrans Lime Treated Mix (Including $ 8,000.00 28-Day Exposure (ASTM C1260) Aggregate Quality Tests) 70398 Potential Reactivity Concrete Bar Expansion Method $ 2,995.00 75084 Marshall Mix Design (Excluding Aggregate Quality Tests) $ 6,000.00 (ASTM C1293), 12 month 75087 Marshall Mix Design With RAP (Excluding Aggregate Quality $ 6,400.00 70399 Potential Reactivity Concrete Bar Expansion Method $ 3,320.00 Tests) (ASTM C1293), 24 month 75090 Marshall Mix Design With Lime (Excluding Aggregate Quality $ 7,000.00 70397 Potential Reactivity of Aggregate Combination, Non -Standard $ 1,175.00 Tests) Method, 14-Day Exposure, Mortar (After ASTM C1567) 75083 Open Grade Asphalt Concrete Mix Design (ASTM D7064, $ 3,500.00 70392 Potential Reactivity Of Aggregate Combination, Non -Standard $ 1,230.00 CTM 368) Method, 28-Day Exposure, Mortar (After ASTM C1567) 75109 Superpave Mix Design (Excluding Aggregate Quality Tests) $ 12,000.00 70345 R-Value Soil (ASTM 2844, CTM 301) $ 454.00 75113 Superpave Mix Design, With RAP (Excluding Aggregate $ 12,500.00 70347 R-Value Aggregate Base (ASTM D2844, CTM 301) $ 505.00 Quality Tests) 70349 Sand Equivalent (ASTM D2419, CTM 217) $ 129.00 75114 Superpave Mix Design With Rubber (Excluding Aggregate $ 12,500.00 70351 Sieve #200 Wash Only (ASTM D1140, CTM 202) $ 93.00 Quality Tests) 70353 Sieve With Hydrometer 3/4" Gravel To Clay (ASTM D422, $ 258.00 75115 Superpave Mix Design With Additives (Excluding Aggregate $ 12,700.00 D7928, CTM 203) Quality Tests) 70355 Sieve With Hydrometer Sand To Clay (ASTM D422, $ 248.00 75075 Effect Of Moisture On Asphalt Paving Mixtures, Pre -Mixed $ 1,200.00 D7928, CTM 203) (ASTM D4867, AASHTO T283) 70357 Sieve Analysis Including Wash (ASTM C136, CTM 202) $ 155.00 75111 Hamburg Wheel Track Test, 20,000 Passes, 4 Briquettes $ 1,300.00 70359 Sieve Analysis Without Wash (ASTM C136, CTM 202) $ 125.00 (AASHTO T324) 70360 Sieve Analysis Split Sieve (ASTM C136, CTM 202) $ 250.00 75039 Raveling Test Of Cold Mixed Emulsified Asphalt (ASTM D7196) $ 225.00 70361 Sieve Analysis Without Wash With Cobbles (ASTM C136, $ 245.00 75067 Marshall Stability, Wet Set, 3 Replicates (AASHTO T245) $ 390.00 CTM 202) 75068 Marshall Stability, Dry Set, 3 Replicates (AASHTO T245) $ 330.00 70363 Soundness Sodium Or Magnesium Sulfate, 5 Cycles $ 464.00 75070 Cold Recycled Asphalt Mix Design 2 Gradings Each, $ 11,600.00 (ASTM C88) 3 Emulsion Content (Caltrans LP-8) 70365 Specific Gravity And Absorption Coarse (ASTM C127, $ 105.00 CTM 206) Task 70367 Specific Gravity and Absorption Fine (ASTM C128, $ 170.00 Code Mortar And Stucco -Petrographic Examination Rate CTM 207) 80282 Stucco, One -Coat (ASTM C856), Includes Thin Section), $ 2,250.00 70369 Swell/Settlement Potential One Dimensional (ASTM D4546) $ 155.00 Per Sample 70371 Triaxial Quotation 80286 Stucco, Two -Coat (ASTM C856), Includes Thin Section), $ 2,500.00 70373 Unconfined Compression (ASTM D2166, CTM 221) $ 196.00 Per Sample 30317 Unit Weight Per Cubic Foot (ASTM C29, CTM 212) $ 129.00 80290 Stucco, Three -Coat (ASTM C856), Includes Thin Section), $ 3,000.00 30319 Voids In Aggregate With Known Specific Gravity (ASTM C29, $ 129.00 Per Sample CTM 212) 80294 Mortar (ASTM C1324, Petrographic Examination And Chemical $ 3,250.00 30411 Lightweight Particles Coarse, with Two Solutions (ASTM C123) $ 535.00 Analysis), Per Sample 30412 Lightweight Particles Fine, with One Solution (ASTM C123) $ 258.00 20807 Method of Test for Relative Mortar Strength of Portland $ 1,400.00 Task Cement Concrete Sand (CT 515) Code Brick Masonry Tests, ASTM C67 Rate 20301 Modulus Of Rupture Flexural $ 118.00 Task 20303 Compression Strength $ 81.00 Code Asphalt Concrete Tests Rate 20305 Absorption 5 Hour or 24 Hour $ 86.00 75031 HMA Mixing And Preparation $ 140.00 20307 Absorption (Boil) 1, 2 Or 5 Hours $ 118.00 75032 HMA Mixing And Preparation With Aggregate Treatment $ 196.00 20309 Initial Rate Of Absorption $ 75.00 75033 Bulk Specific Gravity Of Compacted Sample Or Core SSD $ 62.00 20311 Efflorescence $ 91.00 (ASTM D2726, CTM 308C) 20313 Cores Compression $ 97.00 75036 Bulk Specific Gravity Of Compacted Sample Or Core Paraffin $ 88.00 20315 Shear Test On Brick Cores 2 Faces $ 118.00 Coated (ASTM D1188 and CTM 308A) Task Task Code Concrete Block, ASTM C140 Rate Code Metal and Steel Testing, Continued Rate 20321 Compression $ 102.00 20619 Hardness Test (ASTM E18) $ 91.00 20323 Absorption/Moisture Content/Oven Dry Density $ 102.00 20630 Bolt Axial Tensile Test (Up To 7/8" Diameter) $ 75.00 20327 Linear Shrinkage (ASTM C426) $ 295.00 20631 Bolt Wedge Tensile Test (Up To 7/8" Diameter) $ 91.00 20335 Web And Face Shell Measurements $ 59.00 20632 Bolt Axial Tensile Test (Greater Than 7/8" Up To 1" diameter) $ 97.00 20329 Tension Test $ 188.00 20633 Bolt Wedge Tensile Test (Greater Than 7/8" Up To 1" Diameter) $ 118.00 3 00 "TWINING 20331 Core Compression $ 97.00 20333 Shear Test Of Masonry Cores 2 Faces $ 118.00 20339 Efflorescence Tests $ 91.00 Task Code Masonry Prisms, ASTM C1314 Rate 20341 Compression Test, Composite Masonry Prisms Up To 8" x 16" $ 220.00 20343 Compression Test, Composite Masonry Prisms > 8" x 16" $ 295.00 20346 Prism Cord Modulus of Elasticity $ 696.00 20347 Prism Cord Modulus Of Elasticity With Transverse Strain $ 760.00 (For Double -Wyche Specimen) Task Code Mortar And Grout Rate 20351 Compression 2" x 4" Mortar Cylinders (ASTM C780) $ 65.00 20353 Compression 3" x 3" x 6" Grout Prisms, Includes Trimming $ 49.00 (ASTM C1019) 20355 Compression 2" Cubes (ASTM C109) $ 65.00 20357 Compression Cores Includes Trimming (ASTM C42) $ 97.00 Task Code Masonry Specimen Preparation Rate 20155 Cutting Of Cubes Or Prisms $ 81.00 Task Code Fireproofing Tests Rate 20401 Oven Dry Density (ASTM E605) $ 97.00 Task Code Gunite And Shotcrete Tests Rate 20361 Core Compression Including Trimming (ASTM C42) $ 113.00 20365 Compression Cubes (Includes Saw Cutting) $ 81.00 Task Concrete Roof Fill: Gypsum, Vermiculite, Perlite, Code Lightweight Insulating Concrete, Etc. Rate 20371 Compression Test (ASTM C495 and C472) $ 81.00 20373 Air Dry Density (ASTM C472) $ 70.00 20379 Oven Dry Density (ASTM C495) $ 97.00 Task Code Reinforcing Steel, ASTM A615, A706 Rate 20501 Tensile Test #11 Or Smaller $ 81.00 20503 Bend Test #11 Or Smaller $ 75.00 20504 Bend Test#14 Or#18 $ 428.00 20505 Tensile Test #14 $ 321.00 20507 Tensile Test #18 $ 418.00 Task Code Reinforcing Steel - Welded Or Coupled Specimens Rate 20521 Tensile Test Welded/Coupled #11 And Smaller $ 91.00 20523 Tensile Test Welded/Coupled #14 $ 311.00 20525 Tensile Test Welded/Coupled #18 $ 439.00 20529 Weld Macroetch $ 102.00 20531 Slippage Test - Caltrans (CTM 670) $ 236.00 20532 Tensile Test Welded Hoops #11 And Smaller $ 182.00 Task Code Metal and Steel Testing Rate 20601 Tensile Strength Up To 100K Pounds (Each) $ 91.00 20603 Tensile Strength Up To 200K Pounds (Each) $ 102.00 20605 Tensile Strength Up To 300K Pounds (Each) $ 129.00 20607 Tensile Strength Up To 400K Pounds (Each) $ 188.00 20609 Tensile Strength 400K To 600K Pounds (Each) $ 428.00 20611 Tensile Strength Stress -Strain Percent Offset $ 268.00 20545 Weld Macroetch $ 102.00 20547 Weld Fracture $ 54.00 20615 Bend Test $ 86.00 20617 Flattening Test $ 86.00 General Conditions 20634 Bolt Axial Tensile Test (Greater Than 1" Diameter) $ 140.00 20635 Bolt Wedge Tensile Test (Greater Than 1" Diameter) $ 150.00 20636 Bolt Proof Load Test (Up To 7/8") $ 102.00 20637 Bolt Proof Load Test (Greater Than 7/8" Up To 1" Diameter) $ 124.00 20638 Bolt Proof Load Test (Greater Than 1") $ 145.00 20639 Nut Proof Load Test (Up To 7/8") $ 81.00 20640 Nut Proof Load Test (Greater Than 7/8" Up To 1" Diameter) $ 102.00 20641 Nut Proof Load Test (Greater Than 1") $ 113.00 Task Code Chemical Testing Of Metal And Steel Rate 80170 Steel Chemical Analysis Quotation 80173 Weight Of Galvanized Coating (ASTM A90) $ 97.00 80176 Epoxy Coating Thickness $ 107.00 80177 Coating Thickness $ 102.00 Task Machining And Preparation Of Tensile And Bend Code Sample: Carbon Steel Rate 20751 Machinist Initial Preparation From Mock -Up, Etc. (Per Hour) $ 156.00 20753 Sawcut To Overall Width (Per 0.5" Thickness Or Fraction $ 70.00 Thereof) 20755 Machine To Test Configuration Milled Specimens $ 102.00 20757 Machine To Test Configuration Turned Specimens (Per 0.5" $ 182.00 Thickness Or Fraction Thereof) 20759 Prepare Subsize Specimens (Per 0.5" Thickness Or Fraction $ 124.00 Thereof) Task Code Charpy Impact Rate 20621 Charpy Impact Ambient Temperature $ 113.00 20623 Charpy Impact Reduced Temperature $ 150.00 Task Code Machining Of Charpy Samples: Carbon Steel Rate 20780 Cutting And Milling (Per 0.5" Or Fraction Thereof) $ 102.00 20783 Final Machining To Sample Configuration $ 124.00 Task Code Prestressing Wires And Tendons, (ASTM A416) Rate 20701 Stress -Strain Analysis Wire Or Strands (Including Chart And $ 273.00 Percent Offset) 20703 Tensile Test Only $ 204.00 20705 Tendons Quotation Task Code Polymer Matrix Composite Materials (Fiberwrap) Rate 20706 Tensile Strength - Set of 5 Specimens/Batch/Direction $ 1,498.00 (ASTM D3039) 20707 Tensile Strength - Additional Specimens (ASTM D3039) $ 289.00 (ASTM D3039) 20708 Heating Chamber Time - Per 24 Hr. Period $ 107.00 Task Code Calibration Services And Universal Machine Usage Rate 20801 Calibration/Verification Services Quotation 20803 Universal Test Machine Usage (Per Hour) $ 509.00 Specialty Testing - Cylic And Fatigue Testing Programs On Special Products/Parts - Engineering And Technical Supports/Design Of Prototypes And Special Test Set -Up - Fastener/Coupling Full Testing Program Per New Regulations: Tension, Tension/Bend, Shear, Double Shear, 8 Compressions - Fiberglass/Composite Materials Field Testing Program (ASTM D1143 D1242, D2584, D4065, D4476, D4923, D7901, D7921, and D732) - Field Testing Of Structures And Structural Elements - In -Place Shear Testing - Materials And/Or Product Evaluation Per Specifications - Structural Dynamic Testing And Durability Analysis NOTE: Field inspection work conditions are established by contract with Operating Engineers, Local 12. NOTE: A minimum of 24 hours notice is required for testing and inspection services. NOTE: For projects subject to a Project Labor Agreement (PLA), if the terms and conditions of the PLA are more restrictive than those listed below, PLA terms and conditions will apply. NOTE: Rates will be adjusted annually each July 1st to reflect increased costs. Administrative Fees All administrative fees, except as noted below, including report distribution and Twining Construction Hive system are billed at the following percentage of the monthly invoice total: 4 General Conditions, Continued Note that hard copies of reports will be sent only to governing jurisdictions that mandate them. All other parties will receive reports electronically. The administrative fee above will receive reports electronically. The administrative fee above will be increased by 1 % if additional hard copies of reports are requested. Submittal of project specific forms or resumes will be billed hourly at the Administrative Support Rate. Minimum Charges (Inspection and Technician Personnel Only - Other Personnel Charged on Portal to Portal Basis) 2-Hour Minimum: Inspector arrives at jobsite, no work to perform 4-Hour Minimum: 1 to 4 hours of inspection 8-Hour Minimum: Over 4 to 8 hours of inspection Regular Time (All Types of Inspection and also All Non -Exempt Employees) The first 8 hours worked Monday through Friday between 5:00 a.m. and 5:00 p.m. except as noted oihenaise below. Time and One -Half (All Types of Inspection and also All Non -Exempt Employees) All shifts will be billed based on the time and date of their start. Any increment past 8 hours through 12 hours worked Monday through Friday and the first 12 hours on Saturday. Time and one-half will also be charged for the first four hours before 5:00 a.m. and after 5:00 p.m. Double Time (All Types of Inspection and also All Non -Exempt Employees) All shifts will be billed based on the time and date of their start. After the first 12 hours worked Monday through Saturday, all day Sunday, and holidays. After the first four hours worked before 5:00 a.m. and after 5:00 p.m. Holidays are New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving, the day after Thanksgiving, Christmas Day, and Local 12 general meeting days (First Saturday in June, First Saturday in December). If any of the holidays should fall on Sunday, the Monday following shall be considered the holiday. Meal Period When personnel are required by their duties to work more than five consecutive hours without a one-half hour uninterrupted meal period, one half hour at double time rate will be charged in addition to any applicable overtime for actual hours worked. Shift Differential (Applies to Regularly Scheduled Shifts Only) A $1.00 per hour shift differential premium will be charged for all inspection hours that fall outside of the 5:00 a.m. to 5:00 p.m. time period. Twining will require 48-hour notice along with the General Contractors approved shift letter prior to beginning a shift that will include hours falling outside this time period. Should this notice not be provided, all work performed on that shift will be billed at the applicable overtime or double time rate. If three shifts per day are required, the first shift will be billed at the standard rate. The second shift shall be billed in accordance with the previous paragraph. The third shift shall be billed at 8 hours for the first 6 1/2 hours worked and appropriate overtime or double time for all hours thereafter. Travel Time and Mileage For projects outside a 50-mile radius from the nearest Twining facility, per excess mile to and from the project will be charged for inspectors and technicians. Other than small tools, whenever project related equipment is required to be transported to and from the project site, time and mileage for inspectors and field technicians will be billed on a portal to portal basis. For all projects, current IRS mileage rate per mile and applicable travel time will be charged portal to portal for engineers, consultants, supervisors, and laboratory technicians from the laboratory to the project site and return. For work locations located 100 miles or more from Twining, travel time will be charged at the relevant rate for inspectors and technicians in addition to a subsistence allowance as detailed below. Weekend Sample Pick -Ups In order to be in conformance with testing standards, it may be required that weekend pick-ups be performed (e.g. concrete specimens cast on Friday must be picked up on weekend in order to be in conformance with ASTM C31 requiring specimens to be moved to their final curing location within 48 hours of casting.) Applicable charges for weekend work will apply when this is required. Should these charges not be authorized, Twining will not be liable for any negative consequences. Reimbursable Expenses Parking, air fare, car rental, food, lodging and project specific software/applications (e.g. PlanGrid, Procore, etc.) will be charged at cost plus 20 % per processed invoice, unless provided by client. Project Specific Documents Costs presented assume that client will provide project specific documents (plans, specifications, submittals, RFIs, etc.) for all inspection personnel. Should project specific documents be provided electronically through a "for fee" service, the client will be responsible for providing access and paying any fees for the service. Project Site Facilities Prices quoted assume that initial curing facilities for test samples that comply with relevant test standards and project requirements are provided by others. In addition, prices quoted assume that work/desk space for inspection staff are provided by others. Additional costs, provided by quotation, will apply should Twining be required to provide such facilities. Subsistence Subsistence on remote jobs will be charged per quotation. Laboratory Testing Hours and Expedited Testing Please note that laboratory testing will be billed on an hourly basis for non-standard tests. If testing is required to be performed on Saturdays, Sundays, holidays, or before 5:30 a.m. or after 4:00 p.m. on weekdays, an additional hourly charge, at the applicable regular, overtime or double time rate, with a minimum of one hour will be applied for the laboratory technician. For rush testing a 50% surcharge in addition to the regular test rate will apply. Charges for Subcontracted Services Material sent to outside laboratory for testing: Cost plus 20 Material sent to outside fabricator or machine shop: Cost plus 20 Glu-Lam beam inspection: Cost plus 20 Other subcontractors: Cost plus 20 Project exclusive equipment purchase: Cost plus 20 Limit of Liability Client agrees to limit Twining's aggregate liability to all entities for alleged or actual errors and omissions in the performance of its professional services under this agreement to $50,000.00 or the fees actually paid to Twining, whichever amount is greater. Higher limits may be available by quotation. Additional Insurance Coverage Any requirements for additional insurance policies or coverage beyond our normal policies/limits (e.g. SML coverage) may be provided at an additional fee and will be quoted on a per project requirements basis. Certified Payroll Certified payroll will be provided, upon request, at an additional charge of $150.00/month. Fee applies to every month that certified payroll must be submitted regardless of whether or not services were provided for any given month. • TWINING Grounded in Safety, Built on Sustainability ANIL VERMA ASSOCIATES, INC. PROPOSAL FOR ARCHITECTURAL, MECHANICAL ENGINEERING, PLUMBING ENGINEERING, STRUCTURAL ENGINEERING, LIGHTING, ELECTRICAL ENGINEERING, SOUND SYSTEMS, CIVIL ENGINEERING, AND LANDSCAPE ARCHITECTURAL DESIGN SERVICES DURING CONSTRUCTION (DSDC) 'THE RINK SPORTS PAVILION' PROJECT (#ENG-21-22-P3034) - City of Santa Clarita, California AS #4: November 12, 2024 Client/Agency: City of Santa Clarita Contact: Araz Valijan, MPA Public Works Address: 23920 Valencia Blvd. Santa Clarita, California 91355 Phone: (661) 286-4031 E-mail: avalijan@santa-clarita.com SCHEDULE 1 SCOPE OF SERVICES PHASES 5-7 CONSTRUCTION PHASE PROJECT MANAGEMENT / ADMINDuration: 14.5 months PROJECT AND SUBCONSULTANT MANAGEMENT Project scope shall be limited to the related items listed in the Issue For Bid Documents for the Phase I and Phase 2 RINK Sports Pavilion. The Project Manager (PM) shall conduct, oversee and manage the performance of the work including • Coordination of the development of the overall work tasks • Management of the budget and staff resources • Reporting work progress and schedule updates to the CITY's Project Manager • Attending Weekly Construction Meetings and Periodic Owners Meetings The Project Development Team shall include, but not be limited to, the City of Santa Clarita and other selected agencies approved by the City of Santa Clarita. CONSULTANT's PM will conduct status and review meetings with subconsultants to review their progress, ensure up-to-date information is being used and the appropriate activities are performed. Subconsultants will submit all reports and plans to the PM for review of conformity with the project scope of work. Deliverables will be made through the PM. Requests for Information (RFIs), Submittals, Shop Drawings, and Change Orders will be reviewed and submitted through the City's operated ProCore site for record documentation. CONSULTANT project team and their respective tasks include: o Anil Verma Associates (AVA) - Architectural, Landscape and Irrigation, Cost Estimating o Anil Verma Associates (AVA) - Mechanical Engineering, Electrical Engineering, Plumbing, Fire Protection o Coffman Engineers —Structural Engineering o RailPros—Civil Engineering, Wet Utilities, Grading, Drainage o Veneklasen Engineers — Acoustical and Sound Systems o The Lighting Design Alliance — Lighting Design o Clay Enterprises - Kitchen Designer PHASE 5A PHASE I BID ASSISTANCE 1 Month TASK 5.1.1 PRE -BID MEETING Attend and participate in the pre -bid meeting. City of Santa Clarita- Roller Skating Rink Project Request for Proposal (RFP) ENG-22-22-P3034 — Amended Scope of Work 1012312023 Page 9 of 5 ANIL VERMA ASSOCIATES, INC. TASK 5.1.2 PRE -BID SUPPORT CONSULTANT's team will support CITY during bidding and continue project controls and reporting as required. CONSULTANT will participate in stakeholder coordination as needed and manage requests, information, and coordination with our subconsultants. OUTPUT: Project controls and reporting. TASK 5.1.3 PREPARE ADDENDA / REVISIONS / PROVIDE CAD FILES Update sheets to remove clouds and re -issue. provide clarification, revisions, and addenda, as needed, to the Construction Documents. Accommodate addenda to provide updated set of drawings. OUTPUT: Revises drawings and specifications for re -issuance and incorporate addenda. PHASE 5B PHASE II BID ASSISTANCE 2 Month TASK 5,2,1 PRE -BID MEETING Attend and participate in the pre -bid meeting. TASK 5.2.2 PRE -BID SUPPORT CONSULTANT's team will support CITY during bidding and continue project controls and reporting as required. CONSULTANT will participate in stakeholder coordination as needed and manage requests, information, and coordination with our subconsultants. OUTPUT: Project controls and reporting. TASK 5.2.3 PREPARE ADDENDA / PROVIDE CAD FILES Update sheets to remove clouds and re -issue. Accommodate addenda to provide updated set of drawings. OUTPUT: Revise drawings and specifications for re -issuance and incorporate addenda. TASK 5.2.4 REVIEW BIDS AND EVALUATE LOWEST RESPONSIBLE BIDDER AVA will assist the City in analysis of the bids and assist the City in recommending the lowest responsible bidder. TASK 5.2.5 CONFORMED DRAWINGS AND SPECIFICATION Upon selection of a contractor, CONSULTANT will incorporate pre -bid RFIs and issue a final for construction set of drawings and specification. OUTPUT: Revise drawings and specifications for purposed of preparing a conformed construction document. PHASE 6A PHASE I DESIGN SUPPORT DURING CONSTRUCTION 4 Months CONSULTANT's team will support CITY during construction and continue all project controls and reporting as required. CONSULTANT will attend the Pre -Construction Meeting at CITY, participate in stakeholder coordination as needed, and manage requests, information, and coordination with our subconsultants. CONSULTANT will work with CITY to prepare construction bulletins and will attend regular jobsite meetings via conference call and in person when requested including performing site observations of the construction. When requested in writing by CITY, CONSULTANT will review and respond to Requests for Information (RFIs), Change Requests (CR), Contractor progress payment requests, or Contract Change Orders (CCO). The project team will review shop drawings and submittals for the project, as requested by CITY. CONSULTANT's team will complete a final site walk, along with CITY Project Manager or Construction Inspector at substantial completion of construction. OUTPUT: Bid Addenda, RFI / Submittal Responses, Field Reports, and Final punch list items to be completed. City of Santa Clarita- Roller Skating Rink Project Request for Proposal (RFP) ENG-22-22-P3034 — Amended Scope of Work 1012312023 Page 2 of 5 ANIL VERMA ASSOCIATES, INC. TASK 6.1.1A CONSTRUCTION MEETINGS / SITE VISITS Make periodic site visits to observe the progress of the work and to determine if the Project is proceeding in accordance with the design intent of the Construction Documents. Assume up to 1 architectural and 2 civil site visits. Attend up to 3 monthly virtual 1-hour meetings. TASK 6.1.2A REVIEW / RESPOND SUBMITTALS, SHOP DWGS Review and comment on contractor shop drawings and submittals. Assumes up to 4 Submittals. OUTPUT: Responses to Submittals and Shop drawings via protocol determined by the CITY. TASK 6.1.2B REVIEW / RESPOND TO RFIs Prepare responses to bidders/contractor's request for information (RFI) enquiries from the contractor. OUTPUT: Responses to RFIs via protocol determined by the CITY. Assumes up to 6 RFIs. TASK 6.1.3A SITE PUNCHLIST WALK AND REPORT CONSULTANT's team will visit the site upon 95% completion of construction and review the progress. CONSULTANT shall make a list of outstanding items to be addressed prior to occupancy. OUTPUT: Report on site conditions, including photographs and closeout punchlist TASK 7.1.1 RECORD DRAWINGS (CIVIL) Upon completion of the construction contract, CONSULTANT will prepare record drawings by updating the original project "as- advertised" plan sheets showing changes that occurred during construction. Record drawings will be prepared by transferring the updates from red -marked plans received from CITY and markups recorded by the project team during construction. The record drawings will be completed in the as -advertised project CADD AutoCAD files. "Record Drawing" cells will be included on each plan sheet and updates will be clouded to provide distinction from the original design. OUTPUT: One set of final record drawings in PDF format. One set of record drawing CADD files in AutoCAD 2022 format or equivalent. PHASE 6113 PHASE II DESIGN SUPPORT DURING CONSTRUCTION 14.5 Months CONSULTANT's team will support CITY during construction and continue all project controls and reporting as required. CONSULTANT will attend the Pre -Construction Meeting at CITY, participate in stakeholder coordination as needed, and manage requests, information, and coordination with our subconsultants. CONSULTANT will work with CITY to prepare construction bulletins and will attend regular weekly jobsite meetings via conference call and in person every two weeks including performing site observations of the construction. When requested in writing by CITY, CONSULTANT will review and respond to Requests for Information (RFIs), Change Requests (CR), Contractor progress payment requests, or Contract Change Orders (CCO). The project team will review shop drawings and submittals for the project, as requested by CITY. CONSULTANT's team will complete a final site walk, along with CITY Project Manager or Construction Inspector at substantial completion of construction. OUTPUT: Bid Addenda, RFI / Submittal Responses, Field Reports, and Final punch list items to be completed. TASK 6.2.1 CONSTRUCTION MEETINGS / SITE VISITS Provide site visits to observe stages of construction. Assume up to 16 architectural, 3 structural, 8 landscape, 2 mechanical/plumbing, 2 lighting, 5 electrical, and 2 civil site visits. Attend up to 60 weekly virtual 1-hour meetings. City of Santa Clarita- Roller Skating Rink Project Request for Proposal (RFP) ENG-22-22-P3034 — Amended Scope of Work 1012312023 Page 3 of 5 z ANIL VERMA ASSOCIATES, INC. OUTPUT: Meeting notes and site visit reports TASK 6.2.2A REVIEW / RESPOND SUBMITTALS, SHOP DWGS Review and comment on contractor shop drawings and submittals. Assumes up to 205 Submittals. OUTPUT: Responses to Submittals and Shop drawings via protocol determined by the CITY. TASK 6.2.213 REVIEW / RESPOND TO RFIs Prepare responses to bidders/contractor's request for information (RFI) enquiries from the contractor. OUTPUT: Responses to RFIs via protocol determined by the CITY. Assumes up to 90 RFIs. TASK 6.2.3 CONTRACT DESIGN MODIFICATIONS / PROVIDE CAD FILES (ALLOWANCE) Update sheets and cloud changes. Accommodate bulletin items to provide updated clouded set of drawings. OUTPUT: Revise drawings and specifications for re -issuance and incorporate bulletin items. TASK 6.2.313 SITE PUNCHLIST WALK AND REPORT CONSULTANT's team will visit the site upon 95% completion of construction and review the progress. CONSULTANT shall make a list of outstanding items to be addressed prior to occupancy. OUTPUT: Report on site conditions, including photographs and closeout punchlist TASK 7.1.2 RECORD DRAWINGS AND PROJECT CLOSEOUT Upon completion of the construction contract, CONSULTANT will prepare record drawings by updating the original project "as -advertised" plan sheets showing changes that occurred during construction. Record drawings will be prepared by transferring the updates from red -marked plans received from the contractor, City, and markups recorded by the project team during construction. Contractor to provide CAD files of shop drawings. The record drawings will be completed in the as -advertised project CADD AutoCAD files. "Record Drawing" cells will be included on each plan sheet. OUTPUT: One set of final record drawings in PDF format. One set of record drawing CADD files in AutoCAD 2022 format or equivalent. ASSUMPTIONS AND OUT -OF -SCOPE ITEMS The following are assumptions or expressly excluded from the scope of services: A. FEES - payment of any governmental fees, permits or assessments to be by others. B. CHANGES - CITY or outside agency changes in program, schedule, consultant team or redesign. C. SWPPP/WATER QUALITY— Not Anticipated D. GEOTECHNICAL SERVICES - Anticipated to be supplied by the City. E. SUSTAINABILITY CERTIFICATION DOCUMENTATION — Not Anticipated F. TENANT IMPROVEMENTS — not a part, will be negotiated if out of sequence. G. The governing code will be the 2021 IBC, 2022 CBC and related amendments. H. Survey of project area impacted by design modifications provided by others. I. UTILITY AGENCY COORDINATION — Not Anticipated including SCE, Gas, Fire, and Water Agency approvals. J. DEFERRED ITEMS INDICATED ON DRAWINGS — by contractor including Fire Sprinkler and Smoke Detection. K. AS-BUILTS - As-Builts by Construction Contractor shall be RED Marked Contract Drawings. Drawings referencing SHOP DRAWINGS or RFI NOTES as a means of preparing RECORD DRAWINGS shall be rejected. City of Santa Clarita- Roller Skating Rink Project Request for Proposal (RFP) ENG-22-22-P3034 — Amended Scope of Work 1012312023 Page 4 of 5 The Rink S— Pavilion - Ph... 11 - F- and Hourly Matrix - ANI L VERMA ASSOCIATES. Inc mom m� Elm PHASE 11 TOTAL ESTIMATED COST DURING BIDDING AND CONSTRUCTION $621,878 IPM STAFF —1— —F IMEP FP STAFF III E-M —F 1--s F KIF J—D —F Page 5 of 5 RA�W DEVELOPMENT SERVICES November 14, 2024 Araz Valijan, MPA Project Manager Public Works City of Santa Clarita 23920 Valencia Boulevard, Suite 300 Santa Clarita, CA 91355 Re: Proposal for Construction Management Services Ms. Valijan, Thank you for allowing RP Development (RPD) the opportunity to provide this proposal for Construction Management support services for the Rink Sports Pavilion project. As the Owner and Sole Proprietor of RPD I will provide direct assistance to both you and the other project team members during the construction phase of the project. I have listed the primary areas of assistance that will be provided. I. Assist the Project Team with the following key activities • Draft a program for scheduling and monitoring the required Deputy Inspections • Schedule required City, Fire Department, and Health Department inspections • Schedule the required Geotechnical Inspections • Monitor and enforce the Contractors compliance with the contract documents • Review the cost loaded schedule • Review the weekly schedule • Review the monthly payment request • Review Request for Information • Review Submittals • Review Change Orders • Review request for Time Extensions • Verify Contractor is maintaining a set of redline drawings • Attend meetings as directed • Conduct daily project walks • Maintain daily observation reports • Assist with resolving Contractor disputes 1 II. Insurance The City required insurance coverages will be maintained throughout the proposed work period. Ill. Estimated Monthly Hours JANUARY 2025 189 Hours AUGUST 2025 108 Hours FEBRUARY 2025 171 Hours SEPTEMBER 2025 126 Hours MARCH 2O25 117 Hours OCTOBER 2025 117 Hours APRIL 2025 126 Hours NOVEMBER 2025 108 Hours MAY 2025 108 Hours DECEMBER 2025 135 Hours JUNE 2025 117 Hours JANUARY 2026 108 Hours JULY 2025 117 Hours FEBRUARY 2026 108 Hours Total Hours 1755 IV. Not to Exceed Fees • The rate for providing these services will be billed at $175.00 per hour 0 1755 hours X 175.00 = $307,125 o The hourly rate will remain the same through February 2026 • Milage will be billed at the current IRS rate o 14 months X $100 = $1,400 • Cell phone will be billed at $100.00 per month o 14 months at $100 = $1,400 • Total Fees and Expenses o $309,925.00 Thank you for your consideration, if you have any questions, please feel free to contact me. Sincerely, Ross Pistone Sole Proprietor RP Development Services 29401 Via Destello Santa Clarita, CA 91354 Cell (661) 810-2534 N .11,111,111,11, ............ RTFA GEOTECHNICAL ENGINEERING & ENGINEERING GEOLOGY City of Santa Clarita 23920 Valencia Boulevard Santa Clarita, California 91355 Attention: Ms. Araz Valijan November 15, 2024 P038-2024-004 Job No. 2004-037-004 Subject: Proposal — Geotechnical Observation and Testing Services Phase 2 of Proposed Roller Skating Rink Existing Santa Clarita Sports Complex Southeast of Golden Valley Road and Centre Pointe Parkway Santa Clarita_ California It is with pleasure that we present this proposal that includes an estimate of the costs to provide geotechnical services associated with the subject site. SCOPE OF SERVICES The scope of work being proposed is based on discussions and/or information that was provided for our use. Based on this information, we have prepared a detailed table of our proposed services and estimated costs. Please see Attachment A — Scope of Services. Please contact us if you would like us to modify the scope of services in this proposal. ESTIMATED EXPENSES The cost for our services is based on the rates indicated on the attached Fee Schedule. A detailed estimate broken down by task number is provided in Attachment A — Scope of Services. The estimate provided in Attachment A is for budgetary purposes. The estimate is not a fixed cost. Our services will be billed on a time and materials basis in accordance with the attached Fee Schedule. We will only invoice for work and services actually performed. Furthermore, should you or your representative request services beyond those defined in Attachment A — Scope of Services, such services will be invoiced in accordance with the rates R. T. FRANKIAN & ASSOCIATES 26027 HUNTINGTON LANE SUITE A SANTA CLARITA CALIFORNIA 91355 TEL. (818) 531-1501 WWW.RTFRANKIAN.COM City of Santa Clarita November 15, 2024 P038-2024-004 2004-037-004 Page 2 indicated on the attached Fee Schedule. This cost estimate is valid for a period of 60 days from the date of this proposal. Invoicing generally takes place every two weeks. CALIFORNIA PREVAILING WAGES It is our understanding that the project is subject to California Prevailing Wages. Therefore, the cost estimates presented in this Addendum Proposal are based on our attached current Prevailing Wage Fee Schedule. ADDITIONAL SERVICES Additional requested or required services not included within the scope of services described herein would be invoiced in accordance with the attached Fee Schedule. HEALTH AND SAFETY In accordance with safety requirements of governmental agencies, when the scope of work entails subsurface exploration, we will notify Underground Service Alert (USA) prior to our field investigation; USA requires notification at least 60-72 hours (three working days) prior to excavation, not counting USA holidays. It is expected that the property may have private internal utility lines or obstructions that are not within the purview of USA. Therefore, the client is responsible for locating, removing, relocating, or protecting any existing private lines, conduits, utilities, irrigation systems, or other obstructions, either above or below ground, which may interfere with the scope of work being performed. We assume no responsibility for damage to any private obstructions not clearly and obviously marked immediately prior to the performance of our explorations. AUTHORIZATION In order to ensure mutual understanding of the scope of work proposed, we request that you review, sign, and return the attached agreement. We will counter -sign and return one fully executed Agreement to you. The information presented to us has been filled in, please sign, and complete the Agreement with the information requested. If you should find that any of the statements on the Agreement are incorrect, please correct them. Upon receipt of the signed Agreement, we will schedule our services. •1• MRTFA GEOTECHNICAL ENGINEERING & ENGINEERING GEOLOGY City of Santa Clarita November 15, 2024 P038-2024-004 2004-037-004 Page 3 Should you desire to discuss or clarify the proposed scope of work or any other aspect of this proposal, please do not hesitate to contact our office. Yours very truly, R. T. FRANKIAN & ASSOCIATES ESS/p � W . RASp��F,� � No. GE 2558 aA ��rEG1�����lan W. Rasplicka AWR/j h F OF G A� Principal Geotechnical Engineer Attachments: Attachment "A" — Scope of Services Fee Schedule Agreement MRTFA GEOTECHNICAL ENGINEERING & ENGINEERING GEOLOGY FEE SCHEDULE P038-2024-004 City of Santa Clarita Geotechnical Services — Geotechnical Observation and Testing Services Phase 2 of Proposed Roller Skating Rink City of Santa Clarita Sports Complex, Santa Clarita, California Proposal No. P038-2024-004; Job No. 2004-037-004 PERSONNEL MANAGING PRINCIPAL/CONSULTING GEOTECHNICAL ENGINEER PRINCIPAL ENGINEER/PRINCIPAL GEOLOGIST ....................................... GEOTECHNICAL ENGINEER/ENGINEERING GEOLOGIST ..................... SENIOR PROJECT SUPERVISOR/ENGINEER/GEOLOGIST ....................... (Includes Deputy Grading Inspector) PROJECT ENGINEER/SUPERVISING FIELD ENGINEER ............. SENIOR FIELD ENGINEER/SENIOR FIELD GEOLOGIST ............. FIELD TECHNICIAN............................................................................. ASSITANT FIELD TECHNICIAN DRAFTING/CAD................................................................................... LABORATORY TESTING...................................................................... CLERICAL................................................................................................ COURT APPEARANCES AND DEPOSITIONS (4 hour minimum) FXPFNSFS FIELD SERVICE TRIP CHARGE............................................................................. MILEAGE (from office to destination and return; excludes field service trips) REPRODUCTION...................................................................................................... SUBCONTRACTED EQUIPMENT............................................................................................ (Drill Rig, Backhoe, Unskilled Labor, Consultants, and Deputy Inspectors, etc.) TRAVEL EXPENSES, SUBSISTENCE, VEHICLE RENTAL, FREIGHT, OTHER OUTSIDE EXPENSES................................................................. FIELD SERVICE CONDITIONS RATE ($/HOUR .................. $185.00 .................. $175.00 .................. $165.00 $155.00 .................. $140.00 .................. $140.00 .................. $130.00 .................. $750.00 $100.00/visit ...$0.92/mile ... Cost + 22% ... Cost + 22% Cost + 22% MINIMUM FEE FOR FIELD SERVICES....................................................................................................... $575.00/ trip OVERTIME - After 8 working hours per day & Saturdays...............................................................1-1/2 time - After 12 working hours, Sundays & Holidays........................................................ Double Time (Four-hour minimum charge on weekends & holidays) FIELD SERVICES will be billed at Field Technician, Senior Field Engineer or Supervising Field Engineer rate, depending on manpower availability and/or experience required due to complexity of project. Occasional site visits by the responsible Project/Senior/ Geotechnical Engineer or Engineering Geologist may be required to check on progress or to answer technical questions that arise. FEES ARE DUE AND PAYABLE ON PRESENTATION OF INVOICE. R. T. FRANKIAN & ASSOCIATES reserves the right to charge the maximum legal interest on unpaid balance and collection fees, if required, to secure payment. $-22 ORTFA GEOTECHNICAL ENGINEERING & ENGINEERING GEOLOGY RT Fa. GEOTECHNICAL ENGINEERING & ENGINEERING GEOLOGY PROPOSAL SUMMARY Attachment A City of Santa Clarita Subject: Phase 2 of Proposed Roller Skating Rink 11/15/2024 P038-2024 004 2004-037 Ueotecnnicai vnservation ana iestmg services Task # I Task Description Total 1 Construction $60,000.00 2 Contingency $6,000.00 Total: $66,000.00 SCOPE OF WORK This proposal has been prepared, at the request of Ms. Araz Valijan with the City of Santa Clarita, to receive authorization to provide the geotechnical observation and testing services during the Phase 2 (construction) portion of the subject Roller - Skating Rink project. This proposal supersedes and replaces our previous proposal dated January 26, 2024. The scope of geotechnical work summarized in this proposal is to be provided during the construction phase of the subject development. The grading work for the project has been completed and the results of that grading work were summarized in our "Report of Geotechnical Observations and Testing" dated October 25, 2024 (Job No. 2004-037-004). City of Santa Clarita November 15, 2024 P038-2024-004 2004-037-004 Continued on Next Page Page 1 of 2 Our firm prepared a "Report of Geotechnical Investigation," dated June 20, 2023 (Job No. 2004-037-003), that summarized our geotechnical recommendations for the construction of the proposed roller-skating rink at the subject site. That report included geotechnical recommendations for the grading and construction phases of the proposed development and is the basis for the construction -related earthwork summarized in this proposal. We have not been presented with a construction schedule or any other information that indicates the projected duration of the construction activities for the proposed roller-skating rink. Therefore, the estimate summarized above for the construction phase of the subject development is based on similar projects in which we provided geotechnical observation and testing services. The estimate is based on our field representatives providing observation and testing services for the various tasks, and the durations, specified below. Geotechnical observation and testing services should be provided during the construction phase of the roller-skating rink project. The cost estimate to provide observation and testing services during the construction phase of the project is based on the services and times indicated below. The actual number of trips, and the amount of time required for each trip, will affect the cost for our services. We will only invoice for those services we provide. The cost estimate to provide the geotechnical observation and testing services during the construction phase of the subject roller-skating rink project is based on the following services being provided and for the durations indicated: -Observation of Roller -Skating Rink Foundation Excavations (5 days at 4 hrs./day). -Observation and Testing of Roller -Skating Rink Soil Subgrade (5 days at 4 hrs./day). -Observation and Testing of Miscellaneous Underground Utility Line Backfills (12 days at 4 hrs./day). -Miscellaneous Observation and Testing Services (8 days at 4 hrs./day). -Paver Subgrade (6 days at 4 hrs./day). In addition to the field observation and testing services outlined above, it is anticipated that we will incur costs for trip charges, job supervision, office engineering, job discussions, two outsourced R-value tests for paver design, and the preparation of a Final Report summarizing the results of our observations and testing performed during the construction phase of the development. The report will include a City of Santa Clarita "Final Grade Certification" that will be required as part of obtaining a Certificate of Occupancy. The cost estimate presented above includes these costs as well as the costs to review, sign, and stamp the project Foundation Plans as part of the building permit process. Field observation and testing services will only be provided when requested by The City of Santa Clarita or their designated representatives. The total cost for the geotechnical observation and testing services will be related to the number of services provided in addition to the number of hours accrued providing those services. Continued on Next Page City of Santa Clarita November 15, 2024 P038-2024-004 2004-037-004 Page 2 of 2 WORK AUTHORIZATION AGREEMENT PLEASE SIGN AND RETURN TO R. T. FRANKIAN & ASSOCIATES, 26027 HUNTINGTON LANE, SUITE A, SANTA CLARITA, CALIFORNIA 91355 PHONE: (818) 531-1501 1. JOB ADDRESS: City of Santa Clarita Sports Complex JOB NO: 2004-037-004 Phase 2 of Proposed Roller Rink 2. TYPE OF STRUCTURE: P038-2024-004 DATE: 11 /15/2024 3. SCOPE OF STUDY: Geotechnical Observation and Testing Services 4. FEE: Time and Expense (Estimate $66,000 with Continqencv) See Proposal P038-2024-004 Dated November 15, 2024 5. PORTION OF FEE IN ADVANCE OF WORK (RETAINER): 6. CLIENT: Citv of Santa Clarita. Attn: Ms. Araz 7. ENGINEER: 8. ARCHITECT: n/a 23920 Valencia Boulevard, Santa Clarita, California 9. DISTRIBUTION OF REPORT: CLIENT 10. CONDITIONS OF AGREEMENT: Consultant Services This AGREEMENT is between CLIENT and R. T. FRANKIAN & ASSOCIATES (herein after called RTF&A). RTF&A services are limited to those outlined in our proposal P038-2024-004, dated 11/15/2024, pursuant to the terms of this AGREEMENT. Fee And Payment RTF&A's fee for the above services is listed in Item 4, above. RTF&A's fee shall be paid as follows and shall not be subject to financing or any other contingency: (a) The retainer fee must be paid upon execution of this AGREEMENT before any services are rendered. Fee includes charges for equipment used during exploration. (b) Fee is for services described in the attached proposal only. (c) Fee is due and payable upon presentation of a statement. RTF&A reserves the right to charge up to 18% interest on unpaid balance. CLIENT agrees to pay collection fees, if required, to secure payment. (d) CLIENT must notify RTF&A in writing of any requirement for payment of California Prevailing Wages, Davis -Bacon, Walsh -Healy Act, Contract Services Act, or any other requirement for payment of specific wages and/or fringe benefits. Should it be determined that prevailing wage rates are required to be paid, RTF&A will pay those wages (to the extent they are required to be paid) and will be entitled to increase our fees in accordance with our current Prevailing Wage Fee Schedule. ENG. PHONE: EMAIL: avalijan(a�santa-clarita.com PHONE: EMAIL: PHONE: EMAIL: ARCH. Additional Fees and Payment The terms and conditions of AGREEMENT will also apply to additional services requested by CLIENT or his agent on this project. Additional services will be charged on a time and expense basis using the Fee Schedule of RTF&A then in effect. Client Responsibilities (a) CLIENT assures that right of entry to site is granted by this AGREEMENT. (b) CLIENT will remove or protect his property, inside and out, including all landscaping, shrubs, and flowers, and RTF&A shall not be responsible for damage to lawns, shrubs, landscapes, walks, sprinkler systems, or underground utilities and installations caused by movement of earth or equipment. (c) CLIENT will locate for RTF&A all underground utilities and installations. RTF&A will not be responsible for damage to any such utilities or installations not so located, and any such damage may, at RTF&A's option, be repaired by RTF&A and billed at cost plus 15% to CLIENT. Submission, Not Offer Neither the submission of this AGREEMENT nor any quotation shall be considered binding until and unless this AGREEMENT is executed by both parties and any required retainer fee paid. This AGREEMENT must be executed by the actual or prospective owner of the job site. CLIENT MAY ACCEPT, REJECT, OR MODIFY ANY ELEMENT OF THE AGREEMENT AND UNDERSTANDS THAT THE ATTACHED TERMS AND CONDITIONS AND FEE SCHEDULE ARE EXPRESSLY INCORPORATED INTO THIS AGREEMENT AND ARE A PART HEREOF. R. T. FRANKIAN & ASSOCIATES, INC. CLIENT: This AGREEMENT must be executed by the actual or prospective owner of the job site. By: By: (Print) (Title) Date: (Signature) Date: TERMS AND CONDITIONS 1. Use of Report. - All RTF&A reports and work remain the property of RTF&A until all of RTF&A's fees and costs have been paid in full. RTF&A reserves the right to withhold delivery of any report or work product. 2. Client Information and Responsibility. 2.1 CLIENT will make available to RTF&A all information regarding existing and proposed conditions of the site, including but not limited to plot plans, topographic surveys, hydrographic data and previous soil data with borings, field or laboratory tests and written reports. CLIENT will immediately transmit to RTF&A any new information which becomes available or any change in plans and shall indicate to RTF&A all property lines, underground utilities and installations and is responsible for the accuracy thereof. 2.2 CLIENT will indemnify RTF&A against any inaccurate or misleading information furnished by CLIENT. 2.3 CLIENT shall keep the site free and clear of children, animals, persons or property (including all landscaping, shrubs and flowers) which are likely to or do interfere with RTF&A's access to site or its ability to perform under this AGREEMENT and shall provide RTF&A with free access to site and a safe place to store its equipment and perform its services. 2.4 CLIENT shall provide a representative at the site to supervise and coordinate the job upon 24-hour request by RTF&A. 3. Remedies: The following rights and remedies shall be cumulative: 3.1 RTF&A shall have the right to stop work if any payment has not be made when due and may keep the project idle until all payments due are received. 3.2 The provisions of this AGREEMENT shall be specifically enforceable. 4. Dispute Resolution: In an effort to resolve any conflicts that arise during the design and construction of the project or following the completion of the project, CLIENT and RTF&A agree that all disputes between them arising out of or relating to this AGREEMENT or the project shall be submitted to nonbinding mediation unless the parties mutually agree otherwise. 5. Test Holes: RTF&A agrees to cover all open test holes and place a cover on each such hole prior to leaving site unattended. All test holes will be backfilled upon completion of the job. Settlement of backfill may occur. CLIENT is responsible to fill in all settlement of test holes. If CLIENT requests test holes to remain open after completion of RTF&A's work, CLIENT agrees to pay for all costs in connection with covering and backfilling said test holes at a later date and shall indemnify RTF&A for all claims, demands and liabilities arising from the test holes remaining open and also from the later backfilling and covering of said holes. 6. Limitation of Liability: 6.1 For purposes of this Section 5, the term RTF&A shall include not only RTF&A but its agents, servants and employees. 6.2 For any injury or damages to persons or property on account of any error, omission or other professional negligence, RTF&A's liability to CLIENT and to any partner, principal, agent, employee, contractor, subcontractor or other person who performs work on site, and to any person who obtains title to or possession of site or any part thereof (or those claiming under or through any of the foregoing) shall be such that the total aggregate liability of RTF&A to all those named will not exceed RTF&A's fee, or the sum of $50,000, whichever is greater. 6.3 RTF&A shall have the right to post these terms and conditions on site and to notify anyone of said terms and conditions. 6.4 No action or claim arising out of or connected with the site or any part thereof, or the services to be rendered by RTF&A hereunder, may be brought against RTF&A by CLIENT, or by any partner principal, agent, employee, contractor, subcontractor or other person who performs work on site, any person who obtains title to or possession of site or any part thereof, or those claiming under or through any of the foregoing, unless such action is commenced within two (2) years from the date this AGREEMENT. 6.5 This AGREEMENT is entered into solely for the benefit of CLIENT and RTF&A is in no way intended to benefit or extend any right or interest to any third party. It is the intention of the parties that any benefit derived by any third party is merely incidental to and unintended by this AGREEMENT. 7. Disclaimer of Warranties: No warranty, expressed or implied, of any kind, is made or intended in connection with work actually performed by RTF&A underthis AGREEMENT, or bythe fact that RTF&A is furnishing oral or written reports or findings. 8. Indemnity. As used herein, indemnity or indemnify shall mean that CLIENT will hold and save RTF&Afree and harmless and indemnify and keep RTF&A indemnified from and against any and all liability, claims, demands, actions, causes of action, costs or expenses, including but not limited to reasonable attorney fees incurred by RTF&A as the results of (i) CLIENT failing to properly perform any provision required to be performed by CLIENT pursuant to this AGREEMENT or (ii) as a result of RTF&A being made a party to any litigation, or (iii) as a result of RTF&A rendering professional services hereunder, or (iv) as a result of the act or event against which RTF&A is indemnified, or (v) as a result of any hazardous material or underground storage tank discovered on the site. 9. Change in Condition or Services: 9.1 Fluctuations in the level of groundwater may occur due to variations in rainfall, temperature and other factors not evident at the time measurements are made and reported. The level of groundwater may also vary across the site. 9.2 Subsurface conditions, excavation characteristics and geologic structure will be projected from individual borings or test holes placed on the site; this should not be construed to reflect any variation which may occur between the borings or test holes. 9.3 Should changes be made in the design or location of structures on the site, no report or findings should be considered valid unless the changes are reviewed and approved by RTF&A. 9.4 RTF&A shall not be responsible for injury or damage to the site or any improvements now or hereafter located thereon, including any structures. 9.5 When any or all RTF&A's services are to be on an intermittent or "on call" basis, RTF&A will be unable to provide an opinion concerning any such work unless RTF&A field representatives have timely and sufficient opportunities for testing and observation during construction. 9.6 RTF&A's services do not include supervision or coordination or scheduling of work, or a review or evaluation of the adequacy of any contractor's safety measures in or near the site. 9.7 RTF&A will not be responsible for general safety on the site or for the work of others. Page 1 of 2 1 agree with the terms and conditions on this page. Please initial box. RTFaA GEOTECHNIC AL ENGINEERING & ENGINEERING GEOLOGY TERMS AND CONDITIONS 9.8 RTF&A is entering into the AGREEMENT on CLIENT's representations to RTF&A that no hazardous materials or underground storage tanks exist on or under the site. In the event any hazardous materials or underground storage tanks are discovered, such shall constitute a change in condition so that RTF&A may terminate this AGREEMENT or be entitled to payment on the basis of additional work being performed. In either event, RTF&A is hereby authorized to take immediate measures to protect the health, safety and property of CLIENT, RTF&A, and others from the hazardous materials and underground storage tank, and any and all costs related to or concerning said hazardous materials or underground storage tank, shall be borne by CLIENT. 9.9 As used herein "hazardous materials" shall include but not be limited to any materials or substances in whatever form that are known or suspected to be harmful to human health and safety, as well as materials classified as pollutants or contaminants by any federal, state or local law or regulation. 10. Merger Clause: This AGREEMENT, including any Schedule, constitutes a final, complete and total integration of any and all understandings between the parties. No prior AGREEMENTS or understandings pertaining to the subject matter of this AGREEMENT shall be effective for any purpose. Any subsequent change, alteration, addition or modification must be mutually agreed upon, in writing, and signed by both parties. 11. Individual Responsibility: If CLIENT is a corporation, the individual(s) signing this AGREEMENT on behalf of CLIENT guarantee that CLIENT will perform its duties hereunder and warrants each individual is duly authorized to sign this AGREEMENT on behalf of CLIENT. 12. Assignment. The rights and obligations of CLIENT shall not be assigned or delegated without the prior written consent of RTF&A. Subject to the foregoing, each party to this AGREEMENT binds itself, its successors, administrators and assigns in respect to all covenants and promises of this AGREEMENT. 13. Termination ofAgreement 13.1 In the event either party desires to terminate this AGREEMENT prior to completion of the project, written notification of such intention to terminate must be rendered to the other party and RTF&A shall be paid for all services performed to the termination date. In the event that CLIENT notifies RTF&A of such intention to terminate RTF&A's services prior to completion, RTF&A reserves the right to complete pending analysis, dispose of samples, put equipment in order, and where considered necessary, to complete a report on the work performed to date. In the event of CLIENT's termination of this AGREEMENT, a termination charge to cover RTF&A's costs shall be paid by CLIENT to RTF&A in addition to any other fees or charges. 13.2 If the site or any part thereof is destroyed by earthquake or other catastrophe RTF&A will be paid for all work performed theretofore, and both parties will be relieved of any further obligations hereunder. 14. Force Majeure: RTF&A shall have no liability for any delay or for any act or event caused by acts of God, CLIENT or CLIENT's agent, weather, labor trouble, acts of public utilities, public bodies or public officials, acts or contractors or subcontractors, or other contingencies beyond the reasonable control of RTF&A. 15. Notices: Any notice required or permitted hereunder shall be given by personal service or registered or certified mail, return receipt requested, addressed as indicated, but such address may be changed by written notice given by one party to the other from time to time. Notice shall be deemed received twenty-four (24) hours after deposit in the mail or upon personal service. 16. Validity: Should any provision of this AGREEMENT be held invalid or in violation of any law or regulation, any such provision shall be deemed stricken from this AGREEMENT and shall not affect the validity of the remaining provisions of this AGREEMENT as a whole. 17. Miscellaneous Provisions: 17.1 The paragraph or section headings are for the purposes of convenience only and are not an integral part of this AGREEMENT. 17.2 This AGREEMENT shall be deemed executed at Santa Clarita, California, when signed by an officer of RTF&A. Neither submission of this AGREEMENT nor any quotation shall be considered binding on RTF&A. 17.3 CLIENT acknowledges that late payment by CLIENT to RTF&A of RTF&A's fees and costs will cause RTF&A to incur expenses not contemplated bythis AGREEMENT, the exact amount of which are extremely difficult and impracticable to fix. Therefore, if any payment due from CLIENT is not received by RTF&A within ten (10) days of its due date, CLIENT shall pay to RTF&A an additional sum of up to eighteen percent (18%) of the overdue amount as a late charge. This late charge represents a fair and reasonable estimate of the costs that RTF&A will incur by reason of late payment by CLIENT. Neither the imposition nor acceptance of any late charge shall prevent RTF&A from exercising any of the other rights and remedies available to RTF&A hereunder. "Received" as used herein means the money is paid to RTF&A in cash, or credited to RTF&A's account, without the possibility of said credit being revoked or refunded. Page 2 of 2 1 agree with the terms and conditions on this page. Please initial box. NRTFaA GEOTECHNIC AL ENGINEERING & ENGINEERING GEOLOGY VICINITY MAP THE RINK SPORTS PAVILION aD GRAXX-XXXXX NOT TO SCALE NORTH CITY OF SANTA CLARITA °tlfi°CENTRE P°'"TEP""°" "T`0L5R'T. °. 9-1 THE RINK SPORTS PAVILION 20860 CENTRE POINTE PKWY, SANTA CLARITA, CA 91350 Y �. ..n . .. v::`io Ewa 100% City Submittal Set S n,a Clarita (NOT FOR CONSTRUCTION) ABBREVIATIONS SHEET INDEX AC ASPHALT CONCRETE PCC PORTILAND CEMENTCONCRETE 6-100 TITLE SHEET v - ADA AMERICAN DISABILITY ACT POC POINT OFCONTACT C-101 DEMOLITION PLAN APPROX APPROXIMATELY POLY POLYETHELENE C-102 CONSTRUCTION SITE FENCE PLAN V B BOLLARDS PROP PROPOSED C-301 SUBGRADE PREPARATION PHASE 1 _ CBP CONCRETE PU LL BOX PRO] PROJECT e' C-302 SUBGRADE PREPARATION PHASE 2 �. COMM COMMUNICATIONS PVC POLYVINYL CHLORIDE CONC CONCRETE PVMT PAVEMENT C-303 FINISH PAD/GRADING C-304 ROLLER RINK CROSS SECTIONS CP CONTROL POINT R RECEPTACLE (ELECTRIC) CV T COMMUNICATIONS VAULT RC RE DATIVE COMPACT ION C-305 TEMPORARY VOLLEYBALL COURT PLAN �o D DEPTH RCP REINFORCED CONCRETE PIPE C 401 EROSION CONTROL PLAN US DRAIN SRO Uf REF REFERENCE REF-01 TEMPORARY FIRE ACCESS PLAN EG EXISTING GROUND SCO SEWERCLEANOUT I�', ELPB ELECTRICAL PULL BOX SD STORM DRAIN EARTHWORK KEY MAP & ACCESS TO TEMP VOLLEYBALL COURT NOTTOSCALE NORTH a ESMT EASEMENT SDWK SIDEWALK EX EXISTING SPECS SPECIFICATIONS NEWROLLERRINKSITEIT F ' HINISH FLOOR SLID STANDARD CUT 377.74 CY H FIR TDRANT TEMP TOP OFGRATE FILL 175.68CY NET: 202.66CV IN CUT GIN a�POAN�EP� ICV IRRIGATIONCONTROLVALVE TOP TOP OF PIPE PROPOSED VOLLEYBALL COURT IRPB RRIGALION PULL BOX W WIDTH TEMPORARY VOLLEYBALL COURT MIN MINIMUM TRK TRUCK NTS NOT TO SCALE VAR VARIED LENGTH SIZES CUT: 12CV FILL: 117.77.79 I ��• PB PULL BOX LINK UNKNOWN NET: 4.66 CV IN IN CUT � UTILITY COORDINATION SOCCER FIELD WATER, SEWER, GAS, ELECTRIC and TELECOMMUNICATIONS CONTRACTORS •� These ntihtiesare maintained by the city ofsanta Clarita and the Pens GEOTECHNICAL REPORT ACCESS -SEE NOTEC listed below should be contacted for any non -emergency assistance. PREPARED BY - .,. INTHE EVENT OFANEMERGENCY DIAL 911 R.T. FRANKIAN AND ASSOCIATES AQUATICS CENTER ;ti�CONTRACTOR'S 6027 HUNTINGTON LANE, SUITE A ACCESS SEE NOTECz Araz Valijian Cassidy Skelton SANTA CLARITA CA, 91355 PROPOSED ROLLER Project Manager Parks Administrator City of5anta Cladta City of Santa Cladta DATE: J U NE 20,2023 SKATING RINK FACILITY : • �. BMX Cell(66U 2864031 Cell(66U 510-0251 JOB NUMBER: 2004-037-003 - , TRACK DISPOSAL SITE SCALE 1" 100' NORTH _ ISPOSAL AREA NOTES: P _ 1( CONTRACTORTO PLACE SURPLUS EXCAVATED �1 o MATERIAL IN THIS GENERALAREAAND CONTOUR IT INTO THE EXISTING SLOPES TO A HEIGHT NOTTO `-- "EXCEED 4. DO NOT INCLUDE ANY ORGANIC MATERIAL -' 7 ROLLER RINK SIT - (TREES ,PLANTS, TRASH( OR RUBBLE (CONCRETE, BRICKS, 5 ROCKS; LA DELETERIOUS MATERIAL SPORTS - 2( CONTRACTOR SHALL PROTECT PLACED MATERIAL COMPLEX FROM EROSION US ING SILT FENCE ON DOWNSLOPE GYM �,• SIDE OF MATERIAL AND BY APPLYING A POLYMER - HVDROSEED MIX AFTER COMPL ETION. : PROPOSED �v LCE6' EXISTING OFCLPSS 2BASE �--DISPOSALAREA SURFACE FROM GATE TO + �' (SEE DETAIVNOTES HEREON) - MIDPOINT DISPOSAL SITE AS ' - SHOWN. WIDTH =10', LENGTH-390' ACCESS PATH NOTES 2 AXLE RUBBER TIRE EQUIPMENT AND FOREMAN VEHICLES ONLY -USE THIS PATHWAY WHEN MOVING EQUIPM ENT TO AND FROM EX GATE DISPOSALAREA(7315 SF( O TH E VOLLEYBALL COU RT. A DE DICATE D OBS LEV ER M UST BE P ELSE NT W IT EN MOV ING EQU IPM E NT TO E NSU RE P UB LIC SAFETY. >,§�'?.,:h� -SEE NOTES O TRACKEQUIPMENT-USE TH IS PATHWAY W HEN MOV ING EQUI PM ENT TO AN D FROM TH E VO LLEYBALL COURT.A DEDICATED OBSERVER MUST BE PRESENT WHEN MOVING EQU IPM ENT TO ENSURE PU BLIC SAFETY Mso 4 a�r�peui once u � r°— �rt - �cA- � x .Rrn e. �,w« � "`�""" � 2Gt960 Centre Pahle Parkway u 6 9nntl ar g, eea,�y4r� 69,* M-ffA CA You o E.11 - race �auoi�ez A1LPR05 —8 �yFinsssae �� t 600 CITY OF SANTA CLARITA 227-2600 {� i i„� < 1FEAW SPORTS TITLE SHEET PA VZ/OV �G-100