Loading...
HomeMy WebLinkAboutReso - CC - 025-20251 RESOLUTION NO. 025-2025 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF BURLINGAME AUTHORIZING THE CITY MANAGER TO EXECUTE A MEMORANDUM OF UNDERSTANDING WITH THE CENTRAL COUNTY FIRE DEPARTMENT FOR PROJECT COST REIMBURSEMENT RELATED TO THE FIRE STATION 36 BATHROOM REMODEL AND ACCESSIBILITY UPGRADE, CITY PROJECT NO. 87090 WHEREAS, Fire Station 36 currently functions as an administrative building for Central County Fire Department (CCFD); and WHEREAS, in 2024, CCFD was awarded a Staffing for Adequate Fire and Emergency Response (SAFER) Grant from FEMA, allowing the hiring of additional firefighters to enhance the department’s emergency response capabilities; and WHEREAS, as a condition of the grant, the administrative building must be converted into an active fire station by July 1, 2025; and WHEREAS, City staff and CCFD staff collaborated to develop the project plans and estimated project costs and developed the attached MOU; and WHEREAS, the MOU outlines the respective project responsibilities of the City and CCFD with an estimated project cost of $330,000 and includes expenses for engineering design, permitting, construction, construction management and inspection, construction contingencies, and City engineering administration, including associated staff time; and WHEREAS, CCFD will reimburse the City for 58% of the total project cost, while the City will cover the remaining 42%, representing its share of the project. NOW, THEREFORE BE IT RESOLVED, DETERMINED AND ORDERED BY THE COUNCIL, AS FOLLOWS: 1. The City Manager is hereby authorized to execute the Memorandum of Understanding, in the form attached hereto, and any other required documents necessary to complete this action. ______________________________ Peter Stevenson, Mayor Docusign Envelope ID: 0A47D54F-AFF3-4D97-9C3E-D0E2B1648E81 2 I, MEAGHAN HASSEL-SHEARER, City Clerk of the City of Burlingame, certify that the foregoing Resolution was introduced at a regular meeting of the City Council held on the 7th day of April, 2025, and was adopted thereafter by the following vote: AYES: Councilmembers: BROWNRIGG, COLSON, PAPPAJOHN, STEVENSON, THAYER NOES: Councilmembers: NONE ABSENT: Councilmembers: NONE ______________________________ Meaghan Hassel-Shearer, City Clerk Docusign Envelope ID: 0A47D54F-AFF3-4D97-9C3E-D0E2B1648E81 MEMORANDUM OF UNDERSTANDING BY BETWEEN CITY OF BURLINGAME AND CENTRAL COUNTY FIRE DEPARTMENT FOR REIMBURSEMENT FOR FIRE STATION 36 IMPROVEMENT PROJECT THIS MEMORANDUM OF UNDERSTANDING (“MOU”) is made and entered into this ________ (“Effective Date”), by and between the City of Burlingame, a municipal corporation of the State of California (“City”), and the Central County Fire Department, a joint powers authority established in 2004 as authorized by Government Code Section 6503.5 (“CCFD”). The City and CCFD are individually a “Party” and collectively “Parties” to this MOU. RECITALS WHEREAS, the CCFD was authorized and established in 2004 by the City and the Town of Hillsborough (“Member Agencies”) pursuant to a joint powers agreement which was amended and restated on June 18, 2018 (the “Amended Joint Powers Agreement”); and WHEREAS, the Amended Joint Powers Agreement intends to provide the Member Agencies with efficient and economical fire and emergency medical services, and to enhance the quality of services and manage, operate, and maintain joint facilities; and WHEREAS, the Amended Joint Powers Agreement governs the obligations of CCFD and Member Agencies regarding maintenance and repair of certain facilities, including Fire Station 36 located within the City at 1399 Rollins Road, Burlingame, California 94010 at APN: 026122010 (“Fire Station 36”); and WHEREAS, the Amended Joint Powers Agreement requires the Member Agencies to review and approve the CCFD budget annually; and WHEREAS, the City and CCFD desire certain improvements to Fire Station 36, including but not limited to remodel of the restrooms to be all-gender, compliant with the Americans with Disabilities Act, and relocation and/or installation of fixtures (the “Project”) as shown on the draft plans attached hereto as Exhibit A; and WHEREAS, the City desires to design and construct the Project and CCFD desires to reimburse City for the Project; and WHEREAS, the Amended Joint Powers Agreement generally requires the Member Agencies to approve the CCFD budget annually, and at this time, in order to ensure timely completion of the Project, continued use of Fire Station 36, and compliance with local, state, and federal laws and regulations, the City desires to front the costs of the Project and to be reimbursed by CCFD after its completion. AGREEMENT Section 1. Incorporation of Recitals. The above recitals, including the paragraph preceding the recitals, are hereby incorporated into this Agreement as if set forth herein in full. Section 2. City and CCFD Obligations. City and CCFD agree to the following: A. Subject to the terms of this Agreement, City shall design, construct, and pay for the cost of the Project described and depicted in Exhibit A (“Project Plans”). B. City and CCFD shall coordinate to implement a Project construction schedule that accommodates both City and CCFD. CCFD understands and agrees that completion of the Project is subject to City staff and contractor availability. C. City shall provide CCFD with a final invoice describing all Project costs and expenses within 30 days of its completion (“Final Invoice”). CCFD shall reimburse the City for 58% of the total Project cost (“City Reimbursement”). The remaining 42% of the Project cost shall be borne by the City and shall be considered the City’s share of the Project cost. City and CCFD agree that these cost allocations and payment of the City Reimbursement are consistent with the obligations of the Member Agencies described in the Amended Joint Powers Agreement. D. CCFD shall remit the City Reimbursement in full to City within 90 days of receipt of the final invoice from City. E. The City and CCFD agree that the total estimated Project cost is $330,000 based on the Project cost estimate attached hereto as Exhibit B. Therefore, the estimated City Reimbursement is approximately $191,400. Both Parties acknowledge that the Project may cost more or less than this estimate and agree that the City Reimbursement shall, in any event, be 58% of the total cost of the Project. Section 3. Term. This MOU shall commence on the Effective Date and shall remain in effect so long as not terminated by either Party pursuant to Section 7. Section 4. Mutual Indemnification. Both City and CCFD shall indemnify, defend, protect, hold harmless, and release the other Party, its officers, agents, and employees, from and against any and all claims, loss, proceedings, damages, causes of action, liability, costs, or expense (including attorneys’ fees and witness costs) arising from or in connection with, or caused by any act, omission, or negligence of such indemnifying Party or its agents, employees, contractors, subcontractors, or invitees. This Section 4 survives termination of this MOU under Section 6. Section 5. Insurance. Each Party recognizes and accepts the other Party is an insured, self-insured, or partially self-insured public entity, and each Party further warrants that through their respective programs of insurance or self-insurance, they have adequate coverage to protect against liabilities arising out of performance of the terms, conditions, or obligations of this Agreement. Either Party may purchase commercial insurance to cover its exposure hereunder, in whole or in part. Section 6. Termination. This MOU may be terminated by either Party prior to commencement of construction of the Project. This MOU terminates automatically upon CCFD remittance of the City Reimbursement. Section 7. Applicable Laws/Venue. In the performance of the obligations required by this MOU, both Parties shall comply with all applicable Federal, State, County and City statutes, ordinances, regulations, directives, and laws. The interpretation and performance of this MOU shall be governed by the laws of the State of California. Any action or proceeding arising out of this Agreement shall be filed in the Superior Court of the County of San Mateo. Section 8. Ownership of Documents. All reports, data, and other documents prepared by the City pursuant to this MOU (“Reports and Other Documents”) are the property of the City. Upon CCFD request, City shall provide copies of Reports and Other Documents to CCFD during the Term of this MOU. Section 9. Notice. All notices given pursuant to the terms of this MOU or under the laws of the State of California, shall be deemed to have been delivered when deposited in the United States mail, certified or registered, postage prepaid, addressed to City or CCFD at the respective addresses specified below or to such other place as City or CCFD may from time to time designate in a written notice to the other: To City: Attn: City Manager City of Burlingame City Hall 501 Primrose Road, Burlingame, CA 94010 lgoldman@burlingame.org To CCFD: Attn: Fire Chief CCFD Administration Office 1399 Rollins Road Burlingame, CA 94010 dpucci@ccfd.org Nothing herein shall prevent service of notice by other reliable means which the Parties agree to use, except to the extent required by law, including but not limited to personal service, Express Mail, or other forms of reliable mail service other than the U.S. Postal Service, including electronic mail. Section 10. Complete MOU. There are no oral agreements between City and CCFD affecting this MOU, and this MOU supersedes and cancels any and all previous negotiations, arrangements, agreements, and understandings, if any, between City and CCFD with respect to the Project. There are no representations between City and CCFD other than those contained in this MOU, and all reliance with respect to any representation is based solely upon the terms of this MOU. Section 11. Amendment. This MOU may be amended by the City and CCFD only by a written agreement signed by both Parties. Section 12. Assignment. Neither the City nor CCFD shall assign its rights or obligations hereunder. Section 13. Severability. If any provisions of this MOU shall be determined to be illegal or unenforceable, such determination shall not affect any other provision of this MOU, and all such other provisions shall remain in full force and effect. In the event the entire MOU is unenforceable, then this MOU shall immediately terminate and the Parties agree to meet and confer in order to ensure that the City Reimbursement is paid to City in accordance with the intent of this MOU. Section 14. Attorney’s Fees. In the event that any legal action or proceeding is commenced to enforce or interpret the provisions of this MOU or any rights arising out of this MOU, each Party in such legal action shall bear attorney’s fees, including expert fees and the costs of enforcing any judgment. Section 15. Counterparts. This MOU may be executed in one or more counterparts, each of which shall be deemed an original but all of which shall constitute one and the same instrument. In addition, this MOU may contain more than one counterpart of the signature page and may be executed by the affixing of the signatures of each of the Parties to any one of such counterpart signature pages; and all of such counterpart signature pages shall read as though one, and they shall have the same force and effect as though all of the signers had signed a single signature page. Section 16. Authorization to Execute Agreements. The CCFD warrants that the execution of this MOU has been approved and authorized by the CCFD and that the person who executes this MOU has been authorized to perform said act. The City warrants that the execution of this MOU has been approved and authorized by the City, and that the person who executes this MOU has been authorized to perform said act. IN WITNESS WHEREOF, the Parties hereto have executed this MOU: CCFD By: ___________________________ Chair, Joint Powers Authority APPROVED AS TO FORM: By: _________________________ Jean Savaree Counsel for CCFD CITY OF BURLINGAME By: _________________________ Lisa K. Goldman City Manager APPROVED AS TO FORM: By: _________________ Michael Guina City Attorney EXHIBIT A – PROJECT PLANS (E) LANSCAPING(E) LANSCAPI N G(E) LANSCAPING(E)DRIVEWAY(E)DRIVEWAY(E) SIDEWALK(E)DRIVEWAY(E)DRIVEWAY(E)DRIVEWAY(E)LANSCAPING (E)DRIVEWAY(E) DRIVEWAY(E) PLANTER(E) PLANTERN. CAROLAN AVENUEROLLINS ROAD(E) BUILDING(E) BUILDINGGENERAL NOTES:1.EXAMINATION OF SITE: CONTRACTOR SHALL THOROUGHLY EXAMINE SITE AND SATISFY HIMSELF AS TO THECONDITIONS UNDER WHICH THE WORK IS TO BE PERFORMED, THE CONTRACTOR SHALL FIELD VERIFY AT THESITE ALL MEASUREMENTS AFFECTING HIS WORK, AND SHALL BE RESPONSIBLE FOR THE CORRECTNESS OFSAME. NO EXTRA EXPENSE WILL BE ALLOWED FOR THE CONTRACTOR FOR EXPENSES DUE TO HIS NEGLECT TOEXAMINE, OR FAILURE TO DISCOVER, CONDITIONS WHICH AFFECT HIS WORK.2.MEASUREMENTS: CONTRACTOR SHALL VERIFY ALL DIMENSIONS SHOWN ON THE DRAWINGS BY TAKING FIELDMEASUREMENTS; PROPER FIT AND ATTACHMENT OF ALL PARTS IS REQUIRED. BEFORE COMMENCING WORK,CHECK ALL LINES AND LEVELS INDICATED AND SUCH OTHER WORK AS BEEN PROPERLY COMPLETED. SHOULDTHERE BE ANY DISCREPANCIES, IMMEDIATELY REPORT IN WRITING TO THE ARCHITECT FOR CORRECTION ORADJUSTMENT PRIOR TO THE COMMENCEMENT OF ANY RELATED WORK. IN THE EVENT OF THE CONTRACTOR'SFAILURE TO DO SO, THE CONTRACTOR SHALL BE FULLY AND SOLELY RESPONSIBLE FOR THE CORRECTION ORADJUSTMENT OF ANY SUCH RELATED WORK OR ERRORS.3.INFORMATION GIVEN HEREIN AND ON THE DRAWINGS WAS OBTAINED FROM DATA AVAILABLE ARCHITECT ATTHE TIME OF DESIGN, BUT ACCURACY CANNOT BE GUARANTEED. DRAWINGS AND SPECIFICATIONS AREINTENDED FOR GUIDANCE, ACTUAL DIMENSIONS AND ELEVATIONS SHALL BE GOVERNED BY ACTUALCONDITIONS ON THE SITE AND SHALL BE CHECKED BY THE CONTRACTOR.4.RULES AND REGULATIONS: ALL WORK AND MATERIALS SHALL BE IN ACCORDANCE WITH THE LATEST ADOPTEDRULES AND REGULATIONS OF THE LOCAL ENFORCING AGENCY AS FOLLOWS: -2022 CALIFORNIA BUILDING CODE -2022 CALIFORNIA PLUMBING CODE -2022 CALIFORNIA MECHANICAL CODE -2022 CALIFORNIA ELECTRICAL CODE -2022 NFPA 101 LIFE SAFETY CODE -2022 CALIFORNIA FIRE CODE -2022 CALIFORNIA GREEN BUILDING CODE -2022 BUILDING ENERGY EFFICIENCY STANDARDS AND ALL APPLICABLE STATE TITLE 24, AND ALL APPLICABLELOCAL MUNICIPAL CODES & ORDINANCES. NOTHING ON THE DRAWINGS IS CONSTRUED TO PERMIT WORK NOT CONFORMING TO THESE CODES.5.THE CONTRACTOR SHALL COORDINATE ALL WORK WITH THE MECHANICAL, ELECTRICAL, PLUMBING AND OTHERSUB TRADES, AND REPORT ANY CONFLICTS OR DISCREPANCIES TO THE ARCHITECT OR ENGINEER FORCORRECTION OR ADJUSTMENT. NO ALLOWANCE WILL BE MADE FOR INCREASED COSTS INCURRED DUE TOLACK OF PROPER COORDINATION.6.THE CONTRACTOR SHALL PROTECT AREA AND NEW OR EXISTING MATERIALS AND FINISHES FROM DAMAGEWHICH MAY OCCUR FROM CONSTRUCTION, DUST, WATER, ETC., AND SHALL PROVIDE AND MAINTAINTEMPORARY BARRICADES, ETC., AS REQUIRED, TO PROTECT THE PUBLIC WORK AREAS DURINGCONSTRUCTION. DAMAGE TO NEW AND EXISTING MATERIALS, FINISHES, STRUCTURES, ETC,., SHALL BEREPAIRED OR REPLACED AT THE EXPENSE OF THE GENERAL CONTRACTOR AND TO THE SATISFACTION OF THEOWNER.7.COORDINATE WITH ALL TRADES INVOLVED AND COMPARE COMPOSITE DRAWINGS TO ENSURE CLEARANCESFOR LIGHT FIXTURES, DUCTS, CEILINGS, ETC. AS NECESSARY TO MAINTAIN THE FINISH CEILING HEIGHT ABOVETHE FINISHED FLOOR SLAB AND CLEARANCES REQUIRED FOR LIGHT FIXTURES. CLARIFY ANY CONFLICTS WITHARCHITECT.8.CONFLICTS BETWEEN VARIOUS ELEMENTS OF THE DRAWINGS, SPECIFICATIONS, NOTES AND DETAILS SHALL BEBROUGHT TO THE ATTENTION OF THE ARCHITECT AND RESOLVED BEFORE PROCEEDING WITH WORK.OWNERFV ARCHITECTURE LLCAddress: 1655 Oakwood Drive,San Mateo, CA 94403Mobile: 415-370-3367Phone/Fax: 650-513-1307Email: francisco.valdes.arch@gmail.comA-1.0TITLE SHEETFIRE/LIFE SAFETY NOTES:1.FIRE/LIFE SAFETY (FIRE ALARM) SYSTEM TO BE MODIFIED UNDER SEPARATE PERMIT IF REQUIRED.VICINITY MAPNOT TO SCALEGENERAL INFORMATIONEXISTING BUILDING CONSTRUCTION:ASSUMED TYPE III-B, 1-STORY BUILDING, NOT SPRINKLEREDOCCUPANCY OF BUILDING:BDESCRIPTION OF USE:B, NO CHANGE IN USEDESCRIPTION OF WORK:EXISTING MEN'S BATHROOM AND WOMEN'S BATHROOM SHALL BEREMODELED AND CONVERTED TO SINGLE-USER ALL-GENDERBATHROOMS, AND MEN'S BATHROOM SHALL BE UPGRADED TO BEFULLY ADA-COMPLIANT. WORK INVOLVES REMOVAL OFNON-BEARING WALL, MILLWORK, GYP. BD. SOFFIT, LIGHT FIXTURES,PLUMBING FIXTURES AND ACCESSORIES, AND FINISHES. IT ALSOINCLUDES BUILDING NEW NON-BEARING WALL AND GYP. BD. SOFFIT,PROVIDING NEW AND RELOCATING EXISTING PLUMBING FIXTURES,ACCESSORIES, LIGHT FIXTURES, AND FINISHES.AREA OF WORK:APPROX. 276 SQ. FT.INDEX:SHEET A-1.0 - TITLE SHEETSHEET A-2.0 - CONSTRUCTION PLANS & DETAILSSHEET A-3.0 - REFLECTED CEILING PLANS & DETAILSSHEET A-4.0 - FINISH PLAN/SCHEDULE AND INTERIOR ELEVATIONS1399 ROLLINSROAD, BURLINGAME,CA 94010SITE PLAN / LOCATOR PLANSCALE: 3/32"=1'-0"AREA OF WORKINDICATES EXISTING ACCESSIBLEPATH OF TRAVEL FDFDFDFDFDCOSSSS+48SSS102101LOCKERS100LOCKERS103MEN'SBATHROOMWOMEN'SBATHROOM4'-0"1'-6"5'-0"30x48CLR.SPACE5'-0"4'-8"4'-0"FDFDFDFDFD2'-6"3'-0"5'-0"3"MAX.2 1/2"MAX.1 1/2"MAX.15"-16"6" MAX.6" MAX.CO2'-6"2'-6"S+42+48+42ALL-GENDERADABATHROOM102ALL-GENDERBATHROOM101LOCKERS100LOCKERS1032'-0"17"-19" 48" MAX.16" MIN.27" MAX.CONTROLADJUSTABLE HEIGHTSHOWER SPRAYUNIT ON VERTICALBAR, WITH 59" MIN.LONG HOSELINE OF LOCATIONAREA FOROPERABLE PARTSOF SHOWER SPRAYUNITSURFACEMT. SOAPDISHFOLD DOWN SEAT2'-0" 33"-36"5'-0" MIN.30"LINE OFLOCATIONAREA FORSHOWERCONTROL6'-0" 1-1/2" MIN.CONSTRUCTION SHEET NOTES: DEMO/PARTITION & ELECTRICAL1.DEMOLISH EXISTING SHOWER ENCLOSURE INCLUDING WALLS, CURB, DOOR, SHOWER HEAD, SOAP HOLDER.AND RAISED FLOOR. MODIFY/RELOCATE PLUMBING FOR NEW SHOWERHEAD. SEE NEW PARTITION PLAN2/A-2.0. AND DETAIL 3/A-2.0 FOR NEW SHOWER ENCLOSURE PLAN AND DETAILS. EXISTING FLOOR DRAINSHALL REMAIN; MODIFY HEIGHT OF DRAIN ACCORDING TO NEW SHOWER FLOOR LEVEL. PROVIDE 1/2" HIGHTHRESHOLD AT SHOWER STALL ENTRY PER GENERAL CONSTRUCTION NOTE 15/A-2.0.2.DEMOLISH EXISTING SHOWER ENCLOSURE INCLUDING WALLS, DOOR, SHOWER HEAD, SOAP HOLDER ANDACCESSORIES ATTACHED TO WALL. DEMOLISH EXISTING FLOOR FINISH AND PROVIDE LEVEL FLOOR ASREQUIRED. PROVIDE NEW FLOOR AND WALL TILES. EXISTING FLOOR DRAIN SHALL REMAIN AND BE FLUSH WITHNEW FINISHED FLOOR.3.EXISTING SHOWER STALL SHALL REMAIN. REMOVE EXISTING AND PROVIDE NEW CEMENT BACKING BOARD,FLOOR/WALL TILES, SHOWER HEAD, CONTROLS AND SOAP HOLDER. PROVIDE NEW SHOWER DOOR PER SPECS.PROVIDE THRESHOLD AS REQUIRED TO PREVENT WATER FROM FLOWING OUT OF SHOWER STALL. PROVIDEREQUIRED SLOPE TO FLOOR DRAIN.4.REMOVE EXISTING TOWEL BAR AND PROVIDE NEW. SEE SPECS.5.DEMOLISH EXISTING LAVATORY COUNTER, FIXTURES AND WALL-MOUNTED BATHROOM ACCESSORIES ASSHOWN. PATCH/REPAIR WALL SURFACES AS REQUIRED. MODIFY/RELOCATE EXISTING PLUMBING FOR NEWLAVATORY PER PARTITION PLAN 2/A-2.0.6.REMOVE AND RELOCATE SWITCHES AS SHOWN IN NEW REFLECTED CEILING PLAN.7.REMOVE AND RELOCATE SWITCHES AS REQUIRED BY INSTALLATION OF NEW PAPER TOWEL/WASTE RECEPTACLE.SEE RELOCATED SWITCHES IN NEW REFLECTED CEILING PLAN.8.REMOVE EXISTING AND PROVIDE/INSTALL NEW ADA COMPLIANT WATER CLOSET TO COMPLY WITHREQUIREMENTS SHOWN IN DETAIL 5/A-2.0.9.REMOVE EXISTING TOILET TISSUE HOLDER AND PROVIDE NEW TOILET TISSUE HOLDER AND SANITARY NAPKINDISPOSAL PER DETAIL 5/A-2.0.10.REMOVE EXISTING TOILET PARTITIONS AND MOUNTED ACCESSORIES. COORDINATE WITH OWNER REGARDINGSALVAGING AND STORING FOR FUTURE REUSE.11.REMOVE EXISTING WATER CLOSET AND TISSUE HOLDER. PATCH/REPAIR WALL AS REQUIRED.12.EXISTING WALL HEATER AND SWITCH SHALL REMAIN.13.PROVIDE 24" DEEP SOLID SURFACE COUNTER WITH 4" SPLASH AND ADA APPROVED LAVATORY AND FAUCETPER DETAIL 6/A-2.0. SEE SPECS. PROVIDE METAL ANGLE SUPPORT BRACKETS AS REQUIRED.14.REMOVE EXISTING MEN'S DOOR SIGN AND PROVIDE NEW ALL-GENDER BATHROOM SIGN ON DOOR AND WALLPER DETAIL 4/A-2.0.15.REMOVE EXISTING WOMEN'S DOOR AND PROVIDE NEW INTERIOR SOLID CORE WOOD DOOR WITH ADAAPPROVED LEVER HARDWARE AND LOCKSET, TO FIT INTO EXISTING FRAME AND TO MATCH EXISTINGDOOR/HARDWARE AT ALL-GENDER ADA BATHROOM 102. REMOVE EXISTING FLOOR HINGE/CLOSER ANDREPAIR FLOOR AS REQUIRED. PROVIDE NEW ALL-GENDER BATHROOM SIGN ON DOOR AND WALL PER DETAIL4/A-2.0. PROVIDE ADA DIRECTIONAL SIGN ON WALL WITH ARROW POINTING TOWARDS ADA-COMPLIANTALL-GENDER BATHROOM.16.REMOVE EXISTING 32" LONG REAR GRAB BAR AND PROVIDE/INSTALL NEW 36" LONG REAR GRAB BAR PERDETAIL 5/A-2.0. MATCH HEIGHT OF EXISTING SIDE GRAB BAR. PROVIDE NEW FURRING WALL AS SHOWN ASREQUIRED TO ACCOMMODATE NEW REAR GRAB BAR INSTALLATION.17.SURVEY EXISTING FLOOR THROUGHOUT BATHROOM TO VERIFY THAT NEW FINISHED FLOOR SHALL HAVE AMAXIMUM SLOPE OF 1:48 IN ANY DIRECTION. REPAIR FLOOR AS NECESSARY. PROVIDE REQUIRED SLOPESTOWARDS FLOOR DRAIN AS NECESSARY AT 1:48 MAXIMUM. SEE GENERAL CONSTRUCTION NOTE 14.18.PROVIDE NEW FLOOR THRESHOLD/TRANSITION PER GENERAL CONSTRUCTION NOTE 15.DEMOLITION (EXISTING) PLANSCALE: 3/8"=1'-0"NEW PARTITION PLANSCALE: 3/8"=1'-0"12OWNERFV ARCHITECTURE LLCAddress: 1655 Oakwood Drive,San Mateo, CA 94403Mobile: 415-370-3367Phone/Fax: 650-513-1307Email: francisco.valdes.arch@gmail.comA-2.0CONSTRUCTION PLANS ANDDETAILSLEGEND: DEMO, PARTITION & ELECTRICALEXISTING CONSTRUCTION TO REMAINEXISTING CONSTRUCTION TO BE REMOVEDNEW CEILING HEIGHT WALL WITH 20 GA. METALSTUDS AT 24" O.C. & GYPSUM BOARD ORCEMENT BOARD PER GENERAL CONSTRUCTIONNOTE 22. PROVIDE ANGLE SUPPORTS ASREQUIREDNEW PLUMBING / FURRING WALLNEW/RELOCATED DUPLEX ELECTRICAL OUTLET.(+) INDICATES MOUNTING HEIGHT.EXISTING DUPLEX ELECTRICAL OUTLETEXISTING CAPPED OUTLETEXISTING WALL-MOUNTED HEATER SWITCHEXISTING FLOOR DRAIN TO REMAINEXISTING FLOOR CLEAN OUT TO REMAINREMOVAL/RELOCATION OF (E)OUTLETS/SWITCH. CAP OR PATCH WALLOPENING AS REQUIRED.KEY TO SHEET NOTES2ELEVATIONS: ACCESSIBLE FIXTURESNOT TO SCALE7ELEVATIONS: ACCESSIBLE FIXTURESNOT TO SCALE540"MAX40" MAX. TO HIGHEST OPERABLE PARTSANITARYNAPKINSTOWELSTOWELS &WASTEALL GENDERALL GENDERDERWALL MOUNTED SIGNAGE TO BELOCATED ON LATCH SIDE OF DOORCLEAR OF DOOR-SWINGHEIGHT OFLETTERING5/8"MIN TO2"MAXLETTERINGRAISED 1/32"CORRESPONDINGGRADE II BRAILLE58" MIN.-60" MAX.UPPERCASELETTERS INSANS SERIFSTYLEWALL SIGNAGEDOOR MOUNTED GEOMETRIC SYMBOLS12"NOTE: PICTOGRAMS ARE NOT REQUIRED ON DOORMOUNTED SYMBOLS. GEOMETRIC SYMBOLS TO BE1/4" THICK, TRIANGLE SHALL BE CONTRASTING WITHTHE CIRCLE; CIRCLE SHALL BE CONTRASTING WITH THEDOOR.DOORMOUNTEDGEOMETRICSYMBOLS48" MIN.TO LOWESTBRAILLECELLS60" MAX.TO BASELINEOF HIGHESTLINE OFRAISEDCHARACTERSCENTEROF SIGNFOR ALL GENDER6" MIN.PICTOGRAMS & FIELD SHALL HAVENON-GLARE FINISH. PICTOGRAMS SHALLCONTRAST WITH THEIR FIELD. TEXTDESCRIPTORS LOCATED DIRECTLY BELOWPICTOGRAM FIELD.3/8"-1/2"3/8" MIN.FINISHFLOOR9" MIN.ALL-GENDER RESTROOM SIGNAGENOT TO SCALE4SCALE: 1/2" = 1'-0"3ELEVATION: TYPICAL STANDARD ROLL-INTYPE ACCESSIBLE SHOWER STALL42"MIN36" GRABBARFLUSHACTIVATORON WIDE SIDE24" MIN.40" MAX.TO HIGHESTOPERABLE PARTOF DISPENSERSGRAB BAR DETAIL1-1/4" TO2" DIA.1-1/2"17"-19"TOILET PAPERDISPENSERSEAT COVERS12"MAX36"MIN33" MIN. 36" MAX. 1-1/2"7"-9"19" MIN. TO OUTLET 24" MIN.12"MIN33" MIN. 36" MAX.17"-18"54" MIN.19" MIN. TO OPENING SANITARY NAPKINDISPOSAL UNITIF PROVIDED1-1/2" MIN.EDGES SHALL BE EASED OR ROUNDED AT 1/16" MINIMUM, OR CHAMFERED AT 1/8"MAXIMUM. VERTICES SHALL BE RADIUSED BETWEEN 1/8" MINIMUM AND 1/4" MAXIMUM.17"-19"9"CLR 8" MIN.29" MIN. 34" MAX (TO RIM) 40"MAX TO BOTTOM OF MIRROR REFLECTING SURFACE INSULATION AT SINKDRAIN & HOT WATERPIPES. NO SHARP ORABRASIVE SURFACESUNDER LAVATORIESLINE OF THE REQUIREDKNEE SPACE CLEARANCELINE OF THE REQUIREDTOE SPACE CLEARANCEMIRRORSINK27" MIN.FAUCET WITH ADAAPPROVED ONE-HANDOPERABLE LEVERCONTROL WHICH SHALLNOT REQUIRE TIGHTGRASPING, PINCHINGOR TWISTING OF THEWRIST11" MIN.6"MAX.SECTION: ACCESSIBLE LAVATORY COUNTERNOT TO SCALE6GENERAL CONSTRUCTION NOTES: CONSTRUCTION FLOOR PLAN1.ALL DIMENSIONS SHOWN ARE CLEAR DIMENSIONS BETWEEN FINISHED WALL SURFACES,UNLESS OTHERWISE NOTED ( ) TO CENTER LINE.2.PATCH & REPAIR ALL SURFACES WHERE REMOVAL OCCURS AS NECESSARY TO MATCHEXISTING ADJACENT SURFACE.3.EXIT DOORS SHALL BE OPENABLE FROM INSIDE WITHOUT USE OF A KEY OR ANY SPECIALKNOWLEDGE OR EFFORT PER CODE.4.OPERABLE PARTS OF ACCESSIBLE HARDWARE SHALL BE 34" MIN. AND 44" MAX. ABOVE THEFINISH FLOOR.5.HAND-ACTIVATED DOOR OPENING HARDWARE, HANDLES, PULLS, LATCHES, LOCKS ANDOTHER OPERATING DEVICES ON ACCESSIBLE DOORS SHALL HAVE A SHAPE THAT IS EASY TOGRASP WITH ONE HAND AND DOES NOT REQUIRE TIGHT GRASPING, TIGHT PINCHING ORTWISTING OF THE WRIST TO OPERATE. LATCHING AND LOCKING DOORS THAT AREHAND-ACTIVATED AND WHICH ARE IN A PATH OF TRAVEL SHALL BE OPERABLE WITH A SINGLEEFFORT BY LEVER-TYPE HARDWARE, PANIC BARS, PUSH-PULL ACTIVATING BARS OR OTHERHARDWARE DESIGNED TO PROVIDE PASSAGE.6.THE BOTTOM 10" OF THE DOOR SHALL HAVE A SMOOTH, UNINTERRUPTED SURFACE TOALLOW THE DOOR TO BE OPENED BY A WHEELCHAIR FOOTREST WITHOUT CREATING A TRAPOR HAZARDOUS CONDITION.7.IF DOOR HAS A CLOSER, THE SWEEP PERIOD OF THE CLOSER SHALL BE ADJUSTED SO THATFROM AN OPENING POSITION OF 90 DEGREES TO 12 DEGREES FROM THE LATCH IS 5SECONDS MINIMUM.8.DOORS AND OPENINGS IN 1-HR CORRIDOR WALLS (E.G. EXISTING ELECTRICAL ROOM) SHALLBE PROTECTED BY TIGHT FITTING SMOKE & DRAFT ASSEMBLIES HAVING A FIRE PROTECTIONRATING OF NOT LESS THAN 20-MINUTE FIRE ASSEMBLY WITH SELF-CLOSER PER CODE. MAX.EFFORT TO OPERATE FIRE RATED DOOR SHALL BE 15 LBS.9.PROVIDE ADA TACTILE EGRESS SIGNAGE AT BUILDING ENTRY/EXIT DOORS IF NOT ALREADYEXISTING, AND AT NEW EXIT ROUTE DOORS.10.ANY PENETRATION TO FIRE RESISTIVE ASSEMBLIES SHALL COMPLY WITH CHAPTER 7 OF 2022C.B.C., INCLUDING BUT NOT LIMITED TO THE FOLLOWING:(a) ELECTRICAL CONDUCTORS SHALL BE IN RIDGED STEEL CONDUIT OR ELECTRICALMETAL TUBING (EMT). ELECTRICAL COMPONENTS SHALL BE UL LISTED AND LABELED.(b) PROVIDE SMOKE/FIRE DAMPERS NOT LESS THAN CLASS II, 250 DEGREEFAHRENHEIT WITH APPROVED RECOGNIZED STANDARDS TO BE ACTUATED BY SMOKEDETECTION SYSTEM CONNECTED TO THE EXISTING BUILDING FIRE ALARM SYSTEM.(c) ALL INTERIOR PLUMBING PIPING TO BE COPPER.(d) SEAL ALL GAPS WITH APPROVED FIRE CAULKING.11.ALL NEW RECEPTACLES SHALL BE MOUNTED MINIMUM 15" A.F.F. (MEASURED FROM THEBOTTOM OF THE OUTLET BOX) PER ELECTRICAL CODE, UNLESS OTHERWISE NOTED.RECEPTACLES INSTALLED WITHIN 6 FEET OF THE OUTSIDE EDGE OF THE SINK SHALL HAVEGROUND-FAULT CIRCUIT-INTERRUPTER PROTECTION FOR PERSONNEL.12.MAXIMUM FORCE TO PUSH OR PULL OPEN INTERIOR AND EXTERIOR DOORS (OTHER THAN FIREDOORS) SHALL BE 5 LBF, AND 15 LBF FOR FIRE DOORS.13.PROVIDE WALL-MOUNTED PORTABLE FIRE EXTINGUISHERS (MIN. 2A-10BC RATING) WITHIN75'-0" OF ANY POINT IN THE BUILDING. LOCATION SHALL BE APPROVED BY FIRE DEPARTMENT.ADDITIONAL MAY BE REQUIRED AS DETERMINED BY THE INSPECTOR. REPOSITION EXISTINGWALL-MOUNTED PORTABLE FIRE EXTINGUISHERS TO ADA ACCESSIBLE HEIGHT AS NEEDED.14.FLOORING CONTRACTOR SHALL CHECK FOR ANY FLOOR LEVELING ISSUES, AND ALLOW FORFLOATING, GRINDING, OR FILLING AS NECESSARY TO PROVIDE LEVELED SUB-FLOOR FOR NEWFLOORING INSTALLATION (1:48 MAX. SLOPE IN ANY DIRECTION).15.THRESHOLDS/TRANSITIONS, IF PROVIDED, SHALL BE 1/2" HIGH MAX. CHANGE IN LEVEL OF1/4" MAX. SHALL BE PERMITTED TO BE VERTICAL. CHANGE IN LEVEL BETWEEN 1/4" AND 1/2"SHALL BE BEVELED WITH 1:2 MAX. SLOPE.16.VERTICAL CLEARANCE SHALL BE 80" HIGH MINIMUM. DOOR CLOSERS AND STOPS SHALL BEPERMITTED TO BE 78" MINIMUM ABOVE THE FINISH FLOOR OR GROUND.17.PROVIDE CONCEALED WALL BACKING SUPPORT/REINFORCEMENT FOR ALL WALL-MOUNTEDACCESSORIES, FIXTURES, ETC. AS REQUIRED PER CODE.18.HIGHEST OPERABLE PART OF ALL CONTROLS, RECEPTACLES AND OTHER OPERABLEEQUIPMENT SHALL NOT BE MORE THAN 48" ABOVE THE FLOOR, AND WITHIN REACH RANGESSPECIFIED IN CBC 11B-308.19.PROVIDE NEW PAINT THROUGHOUT AREA OF WORK. SEE SPECS.20.REMOVE ALL EXISTING WALL AND FLOOR TILES IN EXISTING BATHROOMS AND SHOWERENCLOSURES. PROVIDE NEW PORCELAIN FLOOR TILES & GLAZED CERAMIC WALL TILES(±6'-6"H WAINSCOT) AT BATHROOMS. PROVIDE FLOOR/WALL TILES IN SHOWER ENCLOSURE.ENSURE THAT ALL FLOOR DRAINS AND FLOOR CLEANOUTS ARE FLUSH WITH NEW FINISHEDFLOOR. PROVIDE SOLID SURFACE COUNTERTOPS AT BATHROOMS. SEE FINISH SPECS.21.NOT ALL EXISTING OUTLETS MAY HAVE BEEN INDICATED ON PLAN. VERIFY IN FIELD EXISTINGOUTLETS INDICATED. EXISTING OUTLETS SHALL REMAIN U.O.N. PROVIDE NEW OUTLETS ASSHOWN, OR RELOCATE EXISTING IF WITHIN CLOSE PROXIMITY TO NEW OUTLET SHOWN.VERIFY WITH ARCHITECT AND OWNER PRIOR TO RELOCATING OUTLET.22.PROVIDE 5/8" WATER-RESISTANT GYP. BD. (I.E. GREENBOARD) FOR BATHROOM WALLS.PROVIDE WATERPROOF BOARDS (I.E. CEMENT BOARD) FOR SHOWER ENCLOSURES.23.COORDINATE WITH CLIENT REGARDING HAZARDOUS MATERIAL ABATEMENT INFORMATION ANDPROCEDURES.±8'-0"NOT TO SCALESECTION: CEILING HT. PARTITIONNOTE: FLOOR-CEILING TRACKS, STUDS & JOINTS SHALL BECEMCO STEEL FRAMING, ASTM C645, OR APPROVED EQUAL.EXISTING STRUCTURAL DECKMETAL STUD BRACE TOSTRUCTURE @ 8'-0" O.C.MAX. (45° ANGLE, ALTERNATE)(E) DRYWALL CEILINGTYPICAL WALL CONSTRUCTION W/20 GA. METAL STUDS @ 24" O.C.& 5/8" GYP. BD. ON BOTH SIDESMETAL STUD BOTTOM TRACKANCHORED TO STRUCTUREWITH 1/4" POWDER DRIVENFASTENERS @ 24" O.C.EXISTING STRUCTURAL DECK(2) #10SCREWS8SSSSFDCOSHOWER COMPARTMENT NOTES:PER 2022 CBC SECTION 11B-608.5.2, IN STANDARD ROLL-IN TYPE SHOWER COMPARTMENTS, THE CONTROLS, FAUCETS AND THE SHOWERSPRAY UNIT SHALL BE LOCATED ON THE BACK WALL OF THE COMPARTMENT ADJACENT TO THE SEAT WALL 16 INCHES MINIMUM AND 27 INCHESMAXIMUM FROM THE SEAT WALL; AND SHALL BE LOCATED ABOVE THE GRAB BAR, BUT NO HIGHER THAN 48 INCHES ABOVE THE SHOWER FLOOR.PER 2022 CBC SECTION 11B-608.6, A SHOWER SPRAY UNIT WITH A HOSE 59" LONG MIN. THAT CAN BE USED BOTH AS A FIXED-POSITIONSHOWER HEAD & AS A HANDHELD SHOWER SHALL BE PROVIDED. THE SHOWER SPRAY UNIT SHALL HAVE AN 0N/OFF CONTROL WITH ANON-POSITIVE SHUT-OFF. IF AN ADJUSTABLE-HEIGHT SHOWER HEAD ON A VERTICAL BAR IS USED, THE BAR SHALL BE INSTALLED SO AS NOT TOOBSTRUCT THE USE OF GRAB BARS. THERMOSTATIC VALVE REQUIRED. SHOWER SPRAY UNIT SHALL DELIVER WATER THAT IS 120 DEGREES FMAXIMUM.PER 2022 CBC SECTION 11B-608.3.2, GRAB BARS SHALL BE PROVIDED ON THE BACK WALL AND THE SIDE WALL OPPOSITE THE SEAT. GRABBARS SHALL NOT BE PROVIDED ABOVE THE SEAT. GRAB BARS SHALL BE INSTALLED 6 INCHES (152 MM) MAXIMUM FROM ADJACENT WALLS.PER 2022 CBC SECTION 11B-609.3, THE SPACE BETWEEN THE WALL AND THE GRAB BAR SHALL BE 11/2INCHES. THE SPACE BETWEEN THE GRABBAR AND PROJECTING OBJECTS BELOW AND AT THE ENDS SHALL BE 11/2 INCHES MINIMUM. THE SPACE BETWEEN THE GRAB BARS AND SHOWERCONTROLS/SHOWER FITTINGS ABOVE SHALL BE PERMITTED TO BE 11/2 INCHES MINIMUM.PER 2022 CBC SECTION 11B-608.7, THRESHOLDS IN ROLL-IN TYPE SHOWER COMPARTMENTS SHALL BE 1/2" HIGH (SEE CONSTRUCTION FLOORPLAN GENERAL CONSTRUCTION NOTE 15 ON SHEET A-2.0).PER 2022 CBC SECTION 11B-608.9, FLOOR SURFACES OF SHOWERS SHALL HAVE A SLOPE OF 1:48 UNIFORMLY FROM THE SIDES TOWARDSTHE DRAIN. GRATE OPENINGS AT DRAIN SHALL BE 1/4" MAXIMUM AND FLUSH WITH FLOOR SURFACE.PER 2022 CBC SECTION 11B-307.4, PROVIDE 80" MIN. VERTICAL CLEARANCE AT SHOWER CURTAIN ROD.PER 2022 CBC SECTION 11B-610.3, THE SHOWER SEAT, WHEN FOLDED, SHALL EXTEND 6" MAXIMUM FROM THE MOUNTING WALL.PER 2022 CBC SECTIONS 11B-609.9 & 11B-610.4, ALLOWABLE STRESSES SHALL NOT BE EXCEEDED FOR MATERIALS USED WHEN A VERTICALOR HORIZONTAL FORCE OF 250 POUNDS IS APPLIED AT ANY POINT ON THE SHOWER SEAT OR GRAB BAR, FASTENER, MOUNTING DEVICE ORSUPPORTING STRUCTURE.12345567899161011121TOILET ACCESSORIES SCHEDULE1.WALL-MOUNTED SOAP DISPENSER - BOBRICK B-21112.RECESSED PAPER TOWEL DISPENSER AND WASTERECEPTACLEA.BOBRICK B-3940B.BOBRICK B-39443.TOILET TISSUE DISPENSER - BOBRICK B-69774.TOILET SEAT COVER DISPENSER - BOBRICK B-2215.24"W x 36"H MIRROR - BOBRICK B-1658 24366.SHOWER SEAT - BOBRICK B-51937.GRAB BARS - BOBRICK B-5806A.48" LONGB.36" LONGC.24" LONG8.60" LONG SHOWER CURTAIN ROD (BOBRICK B-207)WITH VINYL SHOWER CURTAIN (BOBRICK B-204-3)9.TOWEL HANGER/HOOK - BOBRICK B-7672710.SANITARY NAPKIN DISPOSAL - BOBRICK B-27011.SOAP DISH - BOBRICK B-438012.TOWEL BAR - BOBRICK B-53013.SHOWER DOOR - CARDINAL SHOWER ENCLOSURES,TRUFIT SERIES, ±6'-8" HIGH (TO BE CONFIRMED)2341313121414141515168151717PLUMBING FIXTURE SPECIFICATIONS:1.LAVATORY - KOHLER "CAXTON" MODEL K-2210-0 19-1/4" OVAL VITREOUS CHINA UNDERMOUNT LAVATORY2.FAUCET - CHICAGO FAUCETS MODEL 420-POE2805ABCP SINGLE HANDLE FAUCET WITH 0.5 GPM NON-AERATING LAMINAR FLOW OUTLET & POP-UP DRAIN3.WALL-HUNG WATER CLOSET - AMERICAN STANDARD GLENWALL VORMAX ELONGATED TOILET, 1.28 GPF, WITH TOILET SEAT4.ADA SHOWER - AMERICAN STANDARD FLOWISE SHOWER SYSTEM WITH SLIDE-GRAB BAR AND HAND SHOWER, 1.5 GPM5.SHOWER - AMERICAN STANDARD FLOWISE SHOWER SYSTEM, 1.5 GPM 18184 444444444BE REPLACED WITH A SIMILAR SYSTEM.CITY NOTES: 1. HAZARDOUS MATERIAL ABATEMENT AND FULL GUT DOMOLITION DOWN TO STUDS OF BOTHBATHROOMS SHALL BE A BID ALTERNATE. CONTRACTOR SHALL ASSUME NEW BATHROOMSCONSTRUCTION WILL BE AFTER DEOMOLITION TO BE COMPLETED BY THE CONTRACTOR OR ASEPERATE CONTRACTOR HIRED BY THE CITY. 2. ADD LVP FLOORING IN HALLWAY AND LOCKER ROOMS. ABATING FLOORING IN HALLWAY ANDLOCKER ROOMS SHALL BE INLCUDED IN THE ABATEMENT BID ALTERNATE. LOCKERS WILL BEREMOVED BY THE CITY PRIOR TO WORK. 3. INCLUDE PATCH WALLS AND PAINT IN THE HALLWAY AND LOCKER ROOMS. SSSSS ALL-GENDERADABATHROOM102ALL-GENDERBATHROOM101LOCKERS100LOCKERS103SSSRRNRR N(E)SKYLIGHT(E)SKYLIGHT(E)SKYLIGHTNNNNSS 102101LOCKERS100LOCKERS103(E)SKYLIGHT(E)SKYLIGHT(E)SKYLIGHTMEN'SBATHROOMWOMEN'SBATHROOMLEGEND: REFLECTED CEILING PLANSREMOVAL OF EXISTING CEILING-MOUNTED LIGHT FIXTURE IN SHOWER ENCLOSUREREMOVAL OF EXISTING DOWNLIGHT FIXTURE IN SHOWER ENCLOSURENEW CEILING-MOUNTED LED LIGHT FIXTUREREMOVAL OF EXISTING WALL-MOUNTED VANITY LIGHT FIXTURENEW WALL-MOUNTED VANITY LIGHT FIXTUREREMOVAL OF EXISTING CEILING-MOUNTED BATHROOM LIGHT FIXTUREEXISTING SENSOR LIGHT SWITCHRELOCATED SENSOR LIGHT SWITCHRELOCATED SWITCHEXISTING EXHAUST FAN TO REMAINEXISTING HVAC SUPPLY AIR WALL FIXTUREEXISTING WALL-MOUNTED SPEAKERKEY TO SHEET NOTES2NOWNERFV ARCHITECTURE LLCAddress: 1655 Oakwood Drive,San Mateo, CA 94403Mobile: 415-370-3367Phone/Fax: 650-513-1307Email: francisco.valdes.arch@gmail.comA-3.0REFLECTED CEILING PLANSAND DETAILSGENERAL CONSTRUCTION NOTES: REFLECTED CEILING1.PROVIDE FOR ALL LIGHT FIXTURES TO BE IN GOOD WORKING ORDER.2.PROVIDE EGRESS ILLUMINATION LEVEL NOT LESS THAN ONE FOOT-CANDLE AT THE WALKINGSURFACE PER 2022 CBC 1008.2. EMERGENCY LIGHTING SHALL BE ARRANGED TO PROVIDEINITIAL ILLUMINATION THAT IS AT LEAST AN AVERAGE OF 1 FOOT-CANDLE AND A MINIMUM ATANY POINT OF 0.1 FOOT-CANDLE MEASURED ALONG THE PATH OF EGRESS AT FLOOR LEVEL,PER 2022 CBC 1008.3.3.PROVIDE NEW OR RELOCATE EXISTING LIGHT SWITCHES AS SHOWN TO BE MOUNTED MIN. 3'-0"A.F.F. TO MAX. 4'-0" A.F.F. MEASURED FROM THE TOP OF THE OUTLET BOX. PROVIDE NEWOCCUPANCY SENSORS AS REQUIRED FOR PROPER LIGHTING CONTROL. REWIRE LIGHT FIXTURESTHROUGHOUT AS REQUIRED FOR PROPER SWITCHING CONTROL. HIGHEST OPERABLE PART OFALL CONTROLS, DISPENSERS, RECEPTACLES AND OTHER OPERABLE EQUIPMENT SHALL NOT BEMORE THAN 48" ABOVE THE FLOOR, AND WITHIN REACH RANGES SPECIFIED IN CBC 11B-308.4.THE HVAC FIXTURE LOCATIONS SHOWN ARE EXISTING LOCATIONS FOR REFERENCE ONLY.CONTRACTOR SHALL VERIFY, ADJUST HVAC FIXTURE LOCATIONS AND REZONE HVAC ASNECESSARY TO COMPLY WITH CODE & REGULATIONS AND SHALL COMFORT BALANCE ENTIREHVAC SYSTEM. CONTRACTOR SHALL ADJUST & RELOCATE THERMOSTATS WHERE APPROPRIATEAND CONFIRM LOCATION WITH LANDLORD & TENANT PRIOR TO INSTALLATION FOR ANYCONFLICT.5.FIRE EXTINGUISHERS, EXIT SIGNS, & EMERGENCY LIGHTING TO COMPLY WITH CURRENT CODE.6.CONTRACTOR TO PROVIDE ALL NECESSARY CEILING HORNS, STROBES, SIGNALING DEVICES,EXIT SIGNS, EMERGENCY LIGHTING, ETC. AS NEEDED AND APPLICABLE TO THE BUILDING PERFIRE/LIFE SAFETY REGULATIONS.7.EXISTING CEILING THROUGHOUT BOTH ALL-GENDER BATHROOMS 101 AND 1O2 SHALL BEREFINISHED / REPAINTED WITH SEMI-GLOSS PAINT PER FINISH SPECS ON SHEET A-4.0. PATCHAND REPAIR CEILING AS REQUIRED.8.COORDINATE WITH CLIENT REGARDING HAZARDOUS MATERIAL ABATEMENT INFORMATION ANDPROCEDURES.CONSTRUCTION SHEET NOTES: REFLECTED CEILING PLAN1.EXISTING ±8'-3" SOFFIT IN SHOWER ENCLOSURE SHALLREMAIN. REMOVE EXISTING TILES AND LIGHT FIXTURE. PATCHAND REPAIR, OR PROVIDE NEW GYP. BD. SHEATHING. PROVIDENEW SEMI-GLOSS PAINT. SEE SPECS.2.PROVIDE NEW SHOWER ENCLOSURE SOFFIT TO MATCH, TIE INAND ALIGN WITH EXISTING. PROVIDE NEW SEMI-GLOSS PAINT.SEE SPECS.3.DEMOLISH EXISTING SOFFIT AT PORTION OF SHOWERENCLOSURE TO BE DEMOLISHED. PROVIDE NEW GYP. BD.CEILING TO MATCH, TIE IN AND ALIGN WITH EXISTINGBATHROOM CEILING. PROVIDE NEW SEMI-GLOSS PAINT. SEESPECS.4.PATCH AND REPAIR SIDE/EDGE OF PORTION OF EXISTINGSHOWER ENCLOSURE SOFFIT TO REMAIN WITH NEW GYP. BD.PROVIDE NEW SEMI-GLOSS PAINT. SEE SPECS.DEMOLITION (EXISTING) REFLECTED CEILING PLANSCALE: 3/8"=1'-0"NEW REFLECTED CEILING PLANSCALE: 3/8"=1'-0"12NSSSSSRR12334LIGHT FIXTURE SCHEDULE (TO BE CONFIRMED):MAXLITE CEILING FIXTURE LED MEDIUM 14" ARCHITECTURAL BRUSHED NICKEL 22W 80CRI 2700K, MODEL #ML2LAMABN22827MAXLITE VANITY BAR LED 25" ARCHITECTURAL BRUSHED NICKEL 30W 80CRI 3000KNN 444 FDFDFDFDFDCOSALL-GENDERADABATHROOM102ALL-GENDERBATHROOM101LOCKERS100LOCKERS103T-1T-1SS-1SS-1T-4T-2T-3P1P1P1P1P1P1P1P1P1P1P1P1P1T-4T-4T-4T-4T-4T-2T-2T-2T-2T-2T-3T-3T-3T-3T-3±4'-5 1/2", TYP.±7'-2", TYP.T-4T-4T-4T-4T-4T-4T-2T-2T-2T-2T-2T-2T-3T-3T-3T-3T-3T-3P1P1P1P1P1P1P1P1P1P1P1P1P1SHOWERDOOROWNERFV ARCHITECTURE LLCAddress: 1655 Oakwood Drive,San Mateo, CA 94403Mobile: 415-370-3367Phone/Fax: 650-513-1307Email: francisco.valdes.arch@gmail.comA-4.0FINISH PLAN/SCHEDULE ANDINTERIOR ELEVATIONSNEW FINISH PLANSCALE: 3/8"=1'-0"1SOUTH ELEVATIONSCALE: 3/8"=1'-0"2WEST ELEVATIONSCALE: 3/8"=1'-0"8FINISHES (ALL FINISHES/SIZES TO BE CONFIRMED):PAINT - DUNN EDWARDS, MUSLIN, DE6227, SEMI-GLOSS FINISH (WALLS)PAINT - DUNN EDWARDS, WHISPER, DEW340, SEMI-GLOSS FINISH (CEILING AND TRIM)DALTILE, VERANDA SOLIDS, ROCK P543, 6 12 x6 12 (TO BE VERIFIED), FLOOR TILES, UNGLAZED/ANTI-SLIP FINISH (BATHROOM AND SHOWER FLOOR)DALTILE, VERANDA SOLIDS, ROCK P543, 6 12 x 20 (TO BE VERIFIED), WALL TILES (BATHROOM AND SHOWER WALLS)DALTILE, VERANDA SOLIDS, ROCK P543, 4 x 13 COVE BASE (TO BE VERIFIED), (BATHROOM AND SHOWER WALLS)DALTILE, VERANDA SOLIDS, ROCK P543, 4 x 20 BULLNOSE (TO BE VERIFIED), (BATHROOM AND SHOWER WALLS)CORIAN, SOLID SURFACE, WILLOW (BATHROOM COUNTERTOP)T-3T-4T-1T-2P2SS-12-WEST ELEVATIONSCALE: 3/8"=1'-0"33-NORTH ELEVATIONSCALE: 3/8"=1'-0"44-5-EAST ELEVATIONSCALE: 3/8"=1'-0"511-8-9-10-NORTH ELEVATIONSCALE: 3/8"=1'-0"9EAST ELEVATIONSCALE: 3/8"=1'-0"10SOUTH ELEVATIONSCALE: 3/8"=1'-0"11P16-7-SOUTH ELEVATIONSCALE: 3/8"=1'-0"6NORTH ELEVATIONSCALE: 3/8"=1'-0"712-SOUTH ELEVATIONSCALE: 3/8"=1'-0"1213-NORTH ELEVATIONSCALE: 3/8"=1'-0"13 44444 _____________________________________________________________________________ Central County Fire Station 36 Bathroom Remodel/Accessibility Upgrade Joint Sealants 07 92 00-1 SECTION 07 92 00 JOINT SEALANTS PART 1 GENERAL 1.1 SECTION INCLUDES A. Mildew-resistant joint sealants. 1.2 RELATED SECTIONS A. Section 12 36 61.16 – Solid Surfacing Countertops 1.3 SUBMITTALS A. Product Data: Submit manufacturer's product data and installation instructions. Include manufacturer’s full range of color and finish options if additional selection is required. 1.4 PROJECT CONDITIONS A. Do not proceed with installation of joint sealants under the following conditions: 1. When ambient and substrate temperature conditions are outside limits permitted by joint-sealant manufacturer. 2. When joint substrates are wet. 3. Where joint widths are less than those allowed by joint-sealant manufacturer for applications indicated. 4. Where contaminants capable of interfering with adhesion have not yet been removed from joint substrates. 1.5 QUALITY ASSURANCE A. Comply with governing codes and regulations. Provide products of acceptable manufacturers which have been in satisfactory use in similar service for three years. Use experienced installers. Deliver, handle, and store materials in accordance with manufacturer's instructions. PART 2 PRODUCTS 2.1 MILDEW-RESISTANT JOINT SEALANTS A. Silicone, Mildew Resistant, Acid Curing, S, NS, 25, NT: Mildew-resistant, single- component, nonsag, plus 25 percent and minus 25 percent movement capability, nontraffic-use, acid-curing silicone joint sealant; ASTM C 920, Type S, Grade NS, Class 25, Use NT. 1. Products: Subject to compliance with requirements, provide the following: a. Dow Corning Corporation; 786-M White. b. GE Construction Sealants; Momentive Performance Materials Inc.; SCS1700 Sanitary. c. Tremco Incorporated; Tremsil 200. 2.2 MISCELLANEOUS MATERIALS A. Primer: Material recommended by joint-sealant manufacturer where required for adhesion of sealant to joint substrates. B. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of sealants and sealant backing materials, free of oily residues or other substances capable of staining or harming joint substrates and adjacent nonporous surfaces in _____________________________________________________________________________ Central County Fire Station 36 Bathroom Remodel/Accessibility Upgrade Joint Sealants 07 92 00-2 any way, and formulated to promote optimum adhesion of sealants to joint substrates. C. Masking Tape: Nonstaining, nonabsorbent material compatible with joint sealants and surfaces adjacent to joints. PART 3 EXECUTION 3.1 EXAMINATION A. Examine joints indicated to receive joint sealants, with Installer present, for compliance with requirements for joint configuration, installation tolerances, and other conditions affecting performance of the Work. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint-sealant manufacturer's written instructions and the following requirements. 1. Remove all foreign material from joint substrates that could interfere with adhesion of joint sealant. 2. Clean porous joint substrate surfaces to produce a clean, sound substrate capable of developing optimum bond with joint sealants. 3. Clean nonporous joint substrate surfaces with chemical cleaners or other means that do not stain, harm substrates, or leave residues capable of interfering with adhesion of joint sealants. B. Joint Priming: Prime joint substrates where recommended by joint-sealant manufacturer or prior experience. Apply primer to comply with joint-sealant manufacturer's written instructions. Confine primers to areas of joint-sealant bond; do not allow spillage or migration onto adjoining surfaces . C. Masking Tape: Use masking tape where required to prevent contact of sealant or primer with adjoining surfaces that otherwise would be permanently stained or damaged by such contact or by cleaning methods required to remove sealant smears. Remove tape immediately after tooling without disturbing joint seal. 3.3 INSTALLATION OF JOINT SEALANTS A. General: Comply with joint-sealant manufacturer's written installation instructions for products and applications indicated, unless more stringent requirements apply . B. Sealant Installation Standard: Comply with recommendations in ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. C. Install sealant backings of kind indicated to support sealants during application and at position required to produce cross-sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. D. Install bond-breaker tape behind sealants where sealant backings are not used between sealants and backs of joints. E. Install sealants using proven techniques that comply with the following and at the same time backings are installed: 1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses in each joint configuration. _____________________________________________________________________________ Central County Fire Station 36 Bathroom Remodel/Accessibility Upgrade Joint Sealants 07 92 00-3 3. Produce uniform, cross-sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. F. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants according to requirements specified in subparagraphs below to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint 1. Remove excess sealant from surfaces adjacent to joints . 2. Use tooling agents that are approved in writing by sealant manufacturer and that do not discolor sealants or adjacent surfaces. 3.4 CLEANING A. Clean off excess sealant or sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved in writing by manufacturers of joint sealants and of products in which joints occur . 3.5 PROTECTION A. Protect joint sealants during and after curing period from contact with contaminating substances and from damage resulting from construction operations or other causes so sealants are without deterioration or damage at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out, remove, and repair damaged or deteriorated joint sealants immediately so installations with repaired areas are indistinguishable from original work. 3.6 JOINT-SEALANT APPLICATION A. Mildew-resistant interior joints in vertical surfaces and horizontal nontraffic surfaces. 1. Joint Locations: a. Joints between plumbing fixtures and adjoining walls, floors, and counters. b. Tile control and expansion joints as required. c. Other joints as required. 2. Joint Sealant: Silicone, mildew resistant, acid curing, S, NS, 25, NT. 3. Joint-Sealant Color: As selected by City from manufacturer's full range of colors. END OF SECTION _____________________________________________________________________________ Central County Fire Station 36 Bathroom Remodel/Accessibility Upgrade Gypsum Board 09 29 00-1 SECTION 9 29 00 GYPSUM BOARD PART 1 GENERAL 1.1 SECTION INCLUDES A. Mold and Water-Resistant Gypsum Board. B. Tile Backing Panels. C. Trim Accessories. D. Joint Treatment Materials 1.2 RELATED SECTIONS A. Section 09 91 23 – Interior Painting 1.3 SUBMITTALS A. Product Data: For each type of product. 1.4 QUALITY ASSURANCE A. Installer shall have experience with installation of gypsum board under similar conditions. 1.5 DELIVERY, STORAGE AND HANDLING A. Store materials inside under cover and keep them dry and protected against damage from weather, condensation, direct sunlight, construction traffic and other potential causes of damage and per manufacturer recommendations. Stack product flat to prevent sagging. 1.6 PROJECT CONDITIONS A. Environmental Limitations: Comply with ASTM C 840 or GA-216 requirements, whichever are more stringent. B. Do not install interior products until installation areas are enclosed and conditioned. C. Do not install panels that are wet, those that are moisture damaged, and those that are mold damaged. 1. Indications that panels are wet or moisture damaged include, but are not limited to, discoloration, sagging, or irregular shape. 2. Indications that panels are mold damaged include, but are not limited to, fuzzy or splotchy surface contamination and discoloration. 1.7 SEQUENCING A. Ensure that products of this section are supplied to affected trades in time to prevent interruption of construction progress. PART 2 PRODUCTS 2.1 MANUFACTURER A. Acceptable Manufacturer: _____________________________________________________________________________ Central County Fire Station 36 Bathroom Remodel/Accessibility Upgrade Gypsum Board 09 29 00-2 1. United States Gypsum. 2. National Gypsum Company. 3. Georgia-Pacific. 4. Pabco Gypsum 2.2 GYPSUM PANEL PRODUCTS A. Gypsum board product not containing asbestos. B. Provide gypsum panel materials in accordance with recommendation of GA 216, and complies with requirement of ASTM C1396 and ASTM D 3273. C. Size: Unless indicated otherwise, provide maximum lengths and widths available that will minimize joints in each area and that correspond with support system indicated. D. Mold and Water-Resistant Gypsum Board: 5/8 inch thickness, with moisture- and mold-resistant core and paper surfaces, suitable for tile installation, provide as required by local building code. 2.3 TILE BACKING PANELS A. Cementitious Backer Units: ANSI A118.9 and ASTM C 1288 or ASTM C 1325, with manufacturer’s standard edges 1. Acceptable Manufacturer: a. C-Cure. b. CertainTeed Corporation. c. James Hardie Building Products, Inc. d. United States Gypsum Company. 2. Thickness: 1/2 inch. 3. Mold Resistance: ASTM D 3273, score of 10 as rated according to ASTM D 3274. 2.4 TRIM ACCESSORIES A. Interior Trim: ASTM C 1047. 1. Material: Paper-faced galvanized-steel sheet. 2. Shapes: a. Cornerbead. b. Bullnose bead. c. Expansion (control) joint. 2.5 JOINT TREATMENT MATERIALS A. General: Comply with ASTM C 475. B. Joint Tape: 1. Interior Gypsum Wallboard: Paper. 2. Tile Backing Panels: As recommended by panel manufacturer. C. Joint Compound for Interior Gypsum Wallboard: For each coat use formulation that is compatible with other compounds applied on previous or for successive coats. PART 3 EXECUTION 3.1 EXAMINATION A. Examine areas and substrates, with Installer present, and including welded hollow- _____________________________________________________________________________ Central County Fire Station 36 Bathroom Remodel/Accessibility Upgrade Gypsum Board 09 29 00-3 metal frames and framing, for compliance with requirements and other conditions affecting performance. B. Examine panels before installation. Reject panels that are wet, moisture damaged, and mold damaged. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 APPLYING AND FINISHING PANELS, GENERAL A. Comply with ASTM C 840. B. Install ceiling panels across framing to minimize the number of abutting end joints and to avoid abutting end joints in central area of each ceiling. Stagger abutting end joints of adjacent panels not less than one framing member. C. Install panels with face side out. Butt panels together for a light contact at edges and ends with not more than 1/16 inch (1.5 mm) of open space between panels. Do not force into place. D. Locate edge and end joints over supports, except in ceiling applications where intermediate supports or gypsum board back-blocking is provided behind end joints. Do not place tapered edges against cut edges or ends. Stagger vertical joints on opposite sides of partitions. Do not make joints other than control joints at corners of framed openings. E. Form control and expansion joints with space between edges of adjoining gypsum panels. F. Cover both faces of support framing with gypsum panels in concealed spaces (above ceilings, etc.), except in chases braced internally. 1. Unless concealed application is indicated or required for sound, fire, air, or smoke ratings, coverage may be accomplished with scraps of not less than 8 sq. ft. in area. 2. Fit gypsum panels around ducts, pipes, and conduits. 3. Where partitions intersect structural members projecting below underside of floor/roof slabs and decks, cut gypsum panels to fit profile formed by structural members; allow 1/4 to 3/8 inch (6 to 9 mm) wide joints to install sealant. G. Isolate perimeter of gypsum board applied to non-load-bearing partitions at structural abutments, except floors. Provide 1/4 to 1/2 inch (6 to 12 mm) wide spaces at these locations, and trim edges with edge trim where edges of panels are exposed. Seal joints between edges and abutting structural surfaces with acoustical sealant. H. Attachment to Steel Framing: Attach panels so leading edge or end of each panel is attached to open (unsupported) edges of stud flanges first. I. Wood Framing: Install gypsum panels over wood framing, with floating internal corner construction. Do not attach gypsum panels across the flat grain of wide- dimension lumber, including floor joists and headers. Float gypsum panels over these members or provide control joints to counteract wood shrinkage. 3.3 APPLYING INTERIOR GYPSUM BOARD A. Install interior gypsum board in the following locations: 1. Moisture and Mold-Resistant Type: At bathrooms. _____________________________________________________________________________ Central County Fire Station 36 Bathroom Remodel/Accessibility Upgrade Gypsum Board 09 29 00-4 B. Single-Layer Application: 1. On ceilings, apply gypsum panels before wall/partition board application to the greatest extent possible and at right angles to framing unless otherwise indicated. 2. On partitions/walls, apply gypsum panels vertically (parallel to framing), unless otherwise indicated or required by fire-resistance-rated assembly, and minimize end joints. a. Stagger abutting end joints not less than one framing member in alternate courses of panels. b. At stairwells and other high walls, install panels horizontally, unless otherwise indicated or required by fire-resistance-rated assembly. 3. On furring members, apply gypsum panels vertically (parallel to framing) or horizontally (perpendicular to framing) with vertical joints offset at least one furring member. Locate edge joints of base layer over furring members. 4. Fastening Methods: Apply gypsum panels to supports with steel drill screws. 3.4 APPLYING TILE BACKING PANELS A. Water-Resistant Gypsum Backing Board: Comply with manufacturer’s written installation instructions and install at locations indicated to receive tile. Install with 1/4 inch (6.4 mm) gap where panels abut other construction or penetrations. B. Cementitious Backer Units: ANSI A108.11, at shower walls and where indicated. C. Where tile backing panels abut other types of panels in same plane, shim surfaces to produce a uniform plane across panel surfaces. 3.5 INSTALLING TRIM ACCESSORIES A. General: For trim with back flanges intended for fasteners, attach to framing with same fasteners used for panels. Otherwise, attach trim according to manufacturer's written instructions. B. Control Joints: Install control joints at locations according to ASTM C 840 or GA -216 and in specific locations approved by City for visual effect. C. Interior Trim: Install in the following locations: 1. Cornerbead: Use at outside corners, unless otherwise indicated. 2. Bullnose Bead: Use for matching existing outside corners at Fire Station #35. 3.6 FINISHING GYPSUM BOARD A. General: Treat gypsum board joints, interior angles, edge trim, control joints, penetrations, fastener heads, surface defects, and elsewhere as required to prepare gypsum board surfaces for decoration. Promptly remove residual joint compound from adjacent surfaces. B. Prefill open joints, rounded or beveled edges, and damaged surface areas. C. Apply joint tape over gypsum board joints, except those with trim having flanges not intended for tape. D. Gypsum Board Finish Levels: Finish panels to levels indicated below and according to ASTM C 840, GA-216 or GA-214: 1. Level 1: Ceiling plenum areas, concealed areas, and where indicated. 2. Level 2: Panels that are substrate for tile. 3. Level 5: For all visible areas. _____________________________________________________________________________ Central County Fire Station 36 Bathroom Remodel/Accessibility Upgrade Gypsum Board 09 29 00-5 3.7 PROTECTION A. Protect adjacent surfaces from drywall compound and promptly remove from floors and other non-drywall surfaces. Repair surfaces stained, marred, or otherwise damaged during drywall application. B. Protect installed products from damage from weather, condensation, direct sunlight, construction, and other causes during the remainder of the construction period. C. Remove and replace panels that are wet, moisture damaged, and mold damaged. 1. Indications that panels are wet or moisture damaged include, but are not limited to, discoloration, sagging, or irregular shape. 2. Indications that panels are mold damaged include, but are not limited to, fuzzy or splotchy surface contamination and discoloration. END OF SECTION _____________________________________________________________________________ Central County Fire Station 36 Bathroom Remodel/Accessibility Upgrade Ceramic Tiling 09 30 13-1 SECTION 09 30 13 CERAMIC TILING PART 1 GENERAL 1.1 SECTION INCLUDES A. Porcelain Tile. B. Stone threshold. C. Tile backing panels. D. Waterproof membrane. E. Metal edge strips. 1.2 RELATED SECTIONS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions apply to this Section. 1.3 SUBMITTALS A. Product Data: Manufacturer’s data sheets for each type of product. B. Samples: Submit samples for each type of product for color selection/verification and appearance acceptance. For tiles, submit one full tile sample. C. Shop Drawings: Indicate tile layout, patterns and locations, junctions with dissimilar materials, control and expansion joints, thresholds, ceramic accessories, and setting details. 1.4 REFERENCES A. General: Definitions in the ANSI A108 series of tile installation standards and in ANSI A137.1 apply to Work of this Section unless otherwise specified. B. ANSI A108 Series: ANSI A108.01, ANSI A108.02, ANSI A108.1A, ANSI A108.1B, ANSI A108.1C, ANSI A108.4, ANSI A108.5, ANSI A108.6, ANSI A108.8, ANSI A108.9, ANSI A108.10, ANSI A108.11, ANSI A108.12, ANSI A108.13, ANSI A108.14, ANSI A108.15, ANSI A108.16, and ANSI A108.17, which are contained in its "Specifications for Installation of Ceramic Tile." 1.5 DELIVERY, STORAGE AND HANDLING A. Deliver and store packaged materials in original containers with seals unbroken and labels intact until time of use. Comply with requirements in ANSI A137.1 for labeling tile packages. B. Store tile and cementitious materials on elevated platforms, under cover, and in a dry location. C. Store aggregates where grading and other required characteristics can be maintained and contamination can be avoided. D. Store liquid materials in unopened containers and protected from freezing . 1.6 PROJECT CONDITIONS A. Environmental Limitations: Do not install tile until construction in spaces is complete _____________________________________________________________________________ Central County Fire Station 36 Bathroom Remodel/Accessibility Upgrade Ceramic Tiling 09 30 13-2 and ambient temperature and humidity conditions are maintained at the levels indicated in referenced standards and manufacturer's written instructions. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Source Limitations for Tile: Obtain tile of each type and color or finish from single source or producer. 1. Obtain tile of each type and color or finish from same production run and of consistent quality in appearance and physical properties for each contiguous area. B. Source Limitations for Setting and Grouting Materials: Obtain ingredients of a uniform quality for each mortar, adhesive, and grout component from single manufacturer and each aggregate from single source or producer. 1. Obtain waterproof membrane anf crack isolation membrane, except for sheet products, from manufacturer of setting and grouting materials. C. Source Limitations for Other Products: Obtain each of the following products specified in this Section from a single manufacturer: 1. Stone thresholds. 2. Waterproof membrane. 3. Metal edge strips. 2.2 PRODUCTS, GENERAL A. ANSI Ceramic Tile Standard: Provide tile that complies with ANSI A137.1 for types, compositions, and other characteristics indicated. 1. Provide tile complying with Standard grade requirements . B. ANSI Standards for Tile Installation Materials: Provide materials complying with ANSI A108.02, ANSI standards referenced in other Part 2 articles, ANSI standards referenced by TCNA installation methods specified in tile installation schedules, and other requirements specified. C. Factory Blending: For tile exhibiting color variations within ranges, blend tile in factory and package so tile units taken from one package show same range in colors as those taken from other packages and match approved Samples . D. Mounting: For factory-mounted tile, provide back- or edge-mounted tile assemblies as standard with manufacturer unless otherwise indicated. 1. Where tile is indicated for installation in wet areas, do not use back- or edge- mounted tile assemblies unless tile manufacturer specifies in writing that this type of mounting is suitable for installation indicated and has a record of successful in-service performance 2.3 TILE PRODUCTS A. Ceramic Tile T-1: Unglazed porcelain tile for floors. 1. Manufacturer: Daltile. 2. Product: Daltile Veranda Solids, Floor Tile. 3. Certification: Tile certified by the Porcelain Tile Certification Agency. _____________________________________________________________________________ Central County Fire Station 36 Bathroom Remodel/Accessibility Upgrade Ceramic Tiling 09 30 13-3 4. Face Size Variation: Rectified. 5. Face: Plain with square or cushion edges. 6. Dynamic Coefficient of Friction: Not less than 0.42. 7. Tile Size, Color, Glaze, and Pattern: 6 ½” x 6 ½”, Rock P543. 8. Grout Color: Iron 107. 9. Cove Tile: Supply at tile floor edges to wall. Match field tile color. B. Ceramic Tile T-2: Unglazed porcelain tile for walls. 1. Manufacturer: Daltile. 2. Product: Daltile Veranda Solids, Wall Tile. 3. Certification: Tile certified by the Porcelain Tile Certification Agency. 4. Face Size Variation: Rectified. 5. Face: Plain with square or cushion edges. 6. Dynamic Coefficient of Friction: Not less than 0.42. 7. Tile Size, Color, Glaze, and Pattern: 6 ½” x 20”, Rock P543. 8. Grout Color: Iron 107. C. Ceramic Tile T-3: Unglazed porcelain tile for walls. 1. Manufacturer: Daltile. 2. Product: Daltile Veranda Solids, Cove Base. 3. Certification: Tile certified by the Porcelain Tile Certification Agency. 4. Face Size Variation: Rectified. 5. Face: Plain with square or cushion edges. 6. Dynamic Coefficient of Friction: Not less than 0.42. 7. Tile Size, Color, Glaze, and Pattern: 4” x 13”, Rock P543. 8. Grout Color: Iron 107. D. Ceramic Tile T-4: Unglazed porcelain tile for walls. 1. Manufacturer: Daltile. 2. Product: Daltile Veranda Solids, Bullnose. 3. Certification: Tile certified by the Porcelain Tile Certification Agency. 4. Face Size Variation: Rectified. 5. Face: Plain with square or cushion edges. 6. Dynamic Coefficient of Friction: Not less than 0.42. 7. Tile Size, Color, Glaze, and Pattern: 4” x 20”, Rock P543. 8. Grout Color: Iron 107. 2.4 THRESHOLDS A. General: Fabricate stone to sizes and profiles indicated or required to provide transition between adjacent floor finishes. 1. Bevel edges at 1:2 slope, with lower edge of bevel aligned with or up to 1/16 inch above adjacent floor surface. Finish bevel to match top surface of threshold. Limit height of threshold to 1/2 inch or less above adjacent floor surface. 2.5 WATERPROOF MEMBRANE A. General: Manufacturer's standard product, that complies with ANSI A118.10 and is recommended by the manufacturer for the application indicated. Include reinforcement and accessories recommended by manufacturer . 1. Chlorinated Polyethylene Sheet: Nonplasticized, chlorinated polyethylene faced on both sides with nonwoven polyester fabric; 0.030-inch nominal thickness. 2. Basis-of-Design Product: Subject to compliance with requirements, provide _____________________________________________________________________________ Central County Fire Station 36 Bathroom Remodel/Accessibility Upgrade Ceramic Tiling 09 30 13-4 Nobleseal TS, Noble Company (The) or comparable product by the following: a. Schuter Systems. b. Laticrete International. 2.6 GROUT MATERIALS A. Water-Cleanable Epoxy Grout: ANSI A118.3, with a VOC content of 65 g/L or less. 1. Manufacturers: Subject to compliance with requirements, provide products by the following: 2. Product: Subject to compliance with requirements, provide Fusion Pro Single Component Grout, Custom Building Products, Seal Beach, CA or comparable product by one of the following: a. MAPEI Corporation. 3. Provide product capable of withstanding continuous and intermittent exposure to temperatures of up to 140 and 212 deg F, respectively, and certified by manufacturer for intended use. B. MIXING MORTARS AND GROUT 1. Mix mortars and grouts to comply with referenced standards and mortar and grout manufacturers' written instructions. 2. Add materials, water, and additives in accurate proportions. 3. Obtain and use type of mixing equipment, mixer speeds, mixing containers, mixing time, and other procedures to produce mortars and grouts of uniform quality with optimum performance characteristics for installations indicated. C. MISCELLANEOUS MATERIALS 1. Product: Subject to compliance with requirements, provide Schluter Systems L.P.; Schiene EV4A or comparable product by one of the following: a. Blanke Corporation. b. Ceramic Tool Company, Inc. PART 3 EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions where tile will be installed, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. 1. Verify that substrates for setting tile are firm; dry; clean; free of coatings that are incompatible with tile-setting materials, including curing compounds and other substances that contain soap, wax, oil, or silicone; and comply with flatness tolerances required by ANSI A108.01 for installations indicated. 2. Verify that concrete substrates for tile floors installed with thinset mortar comply with surface finish requirements in ANSI A108.01 for installations indicated. a. Verify that surfaces that received a steel trowel finish have been mechanically scarified. b. Verify that protrusions, bumps, and ridges have been removed by sanding or grinding. 3. Verify that installation of grounds, anchors, recessed frames, electrical and mechanical units of work, and similar items located in or behind tile has been completed. 4. Verify that joints and cracks in tile substrates are coordinated with tile joint _____________________________________________________________________________ Central County Fire Station 36 Bathroom Remodel/Accessibility Upgrade Ceramic Tiling 09 30 13-5 locations; if not coordinated, adjust joint locations in consultation with City . B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Fill cracks, holes, and depressions in concrete substrates for tile floors installed with adhesives or thinset mortar with trowelable leveling and patching compound specifically recommended by tile-setting material manufacturer. B. Where indicated, prepare substrates to receive waterproofing by applying a reinforced mortar bed that complies with ANSI A108.1A and is sloped 1/4 inch per foot toward drains. C. Blending: For tile exhibiting color variations, verify that tile has been factory blended and packaged so tile units taken from one package show same range of colors as those taken from other packages and match approved Samples. If not factory blended, either return to manufacturer or blend tiles at Project site before installing. 3.3 CERAMIC TILE INSTALLATION A. Comply with TCNA's "Handbook for Ceramic, Glass, and Stone Tile Installation" for TCNA installation methods specified in tile installation schedules. Comply with parts of the ANSI A108 series "Specifications for Installation of Ceramic Tile" that are referenced in TCNA installation methods, specified in tile installation schedules, and apply to types of setting and grouting materials used. 1. For the following installations, follow procedures in the ANSI A108 series of tile installation standards for providing 95 percent mortar coverage: a. Tile floors in wet areas. b. Tile floors consisting of tiles 8 by 8 inches or larger. B. Extend tile work into recesses and under or behind equipment and fixtures to form complete covering without interruptions unless otherwise indicated. Terminate work neatly at obstructions, edges, and corners without disrupting pattern or joint alignments. C. Accurately form intersections and returns. Perform cutting and drilling of tile without marring visible surfaces. Carefully grind cut edges of tile abutting trim, finish, or built - in items for straight aligned joints. Fit tile closely to electrical outlets, piping, fixtures, and other penetrations so plates, collars, or covers overlap tile. D. Provide manufacturer's standard trim shapes where necessary to eliminate exposed tile edges. E. Where accent tile differs in thickness from field tile, vary setting-bed thickness so that tiles are flush. F. Jointing Pattern: Lay tile in grid pattern unless otherwise indicated. Lay out tile work and center tile fields in both directions in each space or on each wall area. Lay out tile work to minimize the use of pieces that are less than half of a tile. Provide uniform joint widths unless otherwise indicated. 1. For tile mounted in sheets, make joints between tile sheets same width as joints within tile sheets so joints between sheets are not apparent in finished work. 2. Where adjoining tiles on floor, base, walls, or trim are specified or indicated to be same size, align joints. 3. Where tiles are specified or indicated to be whole integer multiples of adjoining tiles on floor, base, walls, or trim, align joints unless otherwise _____________________________________________________________________________ Central County Fire Station 36 Bathroom Remodel/Accessibility Upgrade Ceramic Tiling 09 30 13-6 indicated. G. Joint Widths: Unless otherwise indicated, install tile with the following joint widths: 1. Porcelain Tile: 3/16 inch. H. Lay out tile wainscots to dimensions indicated or to next full tile beyond dimensions indicated. I. Expansion Joints: Provide expansion joints and other sealant -filled joints, including control, contraction, and isolation joints, where indicated. Form joints during installation of setting materials, mortar beds, and tile. Do not saw-cut joints after installing tiles. 1. Where joints occur in concrete substrates, locate joints in tile surfaces directly above them. J. Stone Thresholds: Install stone thresholds in same type of setting bed as adjacent floor unless otherwise indicated. 1. At locations where mortar bed (thickset) would otherwise be exposed above adjacent floor finishes, set thresholds in modified dry -set mortar (thinset). 2. Do not extend cleavage membrane under thresholds set in modified dry -set mortar. Fill joints between such thresholds and adjoining tile set on cleavage membrane with elastomeric sealant. K. Metal Edge Strips: Install where exposed edge of tile flooring meets carpet, wood, or other flooring that finishes flush with top of tile. 3.4 TILE BACKING PANEL INSTALLATION A. Install panels and treat joints according to ANSI A108.11 and manufacturer's written instructions for type of application indicated. 3.5 WATERPROOFING INSTALLATION A. Install waterproofing to comply with ANSI A108.13 and manufacturer's written instructions to produce waterproof membrane of uniform thickness that is bonded securely to substrate. B. Allow waterproofing to cure and verify by testing that it is watertight before installing tile or setting materials over it. 3.6 ADJUSTING AND CLEANING A. Remove and replace tile that is damaged or that does not match adjoining tile. Provide new matching units, installed as specified and in a manner to eliminate evidence of replacement. B. Cleaning: On completion of placement and grouting, clean all ceramic tile surfaces so they are free of foreign matter. 1. Remove grout residue from tile as soon as possible. 2. Clean grout smears and haze from tile according to tile and grout manufacturer's written instructions but no sooner than 10 days after installation. Use only cleaners recommended by tile and grout manufacturers and only after determining that cleaners are safe to use by testing on samples of tile and other surfaces to be cleaned. Protect metal surfaces and plumbing fixtures from effects of cleaning. Flush surfaces with clean water before and after cleaning. 3.7 PROTECTION _____________________________________________________________________________ Central County Fire Station 36 Bathroom Remodel/Accessibility Upgrade Ceramic Tiling 09 30 13-7 A. Protect installed tile work with kraft paper or other heavy covering during construction period to prevent staining, damage, and wear. If recommended by tile manufacturer, apply coat of neutral protective cleaner to completed tile walls and floors. B. Prohibit foot and wheel traffic from tiled floors for at least seven days after grouting is completed. C. Before final inspection, remove protective coverings and rinse neutral protective cleaner from tile surfaces. END OF SECTION _____________________________________________________________________________ Central County Fire Station 36 Bathroom Remodel/Accessibility Upgrade Paints and Coatings 09 90 00-1 SECTION 09 90 00 PAINTS AND COATINGS PART 1 GENERAL 1.1 SECTION INCLUDES A. Interior paint and coating systems including surface preparation. 1.2 RELATED SECTIONS A. Section 09 29 00 - Gypsum Board. 1.3 REFERENCES A. Material Safety Data Sheets / Environmental Data Sheets: Per manufacturer's MSDS/EDS for specific VOCs (calculated per 40 CFR 59.406). VOCs may vary by base and sheen. 1.4 SUBMITTALS A. Product Data: For each type of product. Include preparation requirements and application instructions. 1. Include Printout of current "MPI Approved Products List" for each product category specified, with the proposed product highlighted. 2. Indicate VOC content. Paints and coatings shall not exceed the VOC limits established per code. B. Verification Samples: For each finish product specified, submit samples that represent actual product, color, and sheen. 1. Submit Samples on rigid backing, 8 inches square. 2. Apply coats on Samples in steps to show each coat required for system. 3. Label each coat of each Sample. 4. Label each Sample for location and application area. 1.5 EXTRA MATERIALS A. Furnish extra materials, from the same product run, that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Paint: 5 percent, but not less than 1 gal. of each material and color applied. 1.6 QUALITY ASSURANCE A. Single-Source Responsibility: Provide primers and undercoat paint produced by same manufacturer as finish coats. B. Installer Qualifications: A firm or individual experienced in applying paints and coatings similar in material, design, and extent to those indicated for this Project, whose work has resulted in applications with a record of successful in-service performance. C. Do not paint prefinished items, concealed surfaces, finished metal surfaces, operating parts, and labels unless indicated. 1.7 DELIVERY, STORAGE, AND HANDLING _____________________________________________________________________________ Central County Fire Station 36 Bathroom Remodel/Accessibility Upgrade Paints and Coatings 09 90 00-2 A. Delivery: Deliver manufacturer's unopened containers to the work site. Packaging shall bear the manufacturer's name, label, and list of information. B. Storage: Store and dispose of solvent-based materials, and materials used with solvent-based materials, in accordance with requirements of local authorities having jurisdiction. C. Store materials in tightly covered containers in an area that is within the acceptable temperature range, per manufacturer's instructions. D. Handling: Maintain a clean, dry storage area, to prevent contamination or damage to the coatings. 1.8 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. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Acceptable Manufacturer: Dunn-Edwards. 2.2 PAINT MATERlALS A. Paints and Coatings: 1. Unless otherwise indicated, provide factory-mixed coatings. When required, mix coatings to correct consistency in accordance with manufacturer's instructions before application. Do not reduce, thin, or dilute coatings or add materials to coatings unless such procedure is specifically described in manufacturer's product instructions. 2. For opaque finishes, tint each coat including primer coat and intermediate coats, one-half shade lighter than succeeding coat, with final finish coat as base color. Or follow manufactures product instructions for optimal color conformance. B. Primers: Where the manufacturer offers options on primers for a particular substrate, use primer categorized as "best" by the manufacturer. C. Coating Application Accessories: Provide all primers, sealers, cleaning agents, cleaning cloths, sanding materials, and clean-up materials required, per manufacturer's specifications. D. Colors: 1. Wall Paint: Dunn-Edwards, DE6227, “Muslin” 2. Ceiling and Trim Paint: Dunn-Edwards, DEW340, “Whisper” E. Finish: 1. Semi-Gloss: For restroom walls and ceiling, painted doors, and painted frames. F. VOC Content: Paints and coatings shall comply with VOC content limits of authorities having jurisdiction. PART 3 EXECUTION 3.1 EXAMINATION A. Do not begin installation until substrates have been properly prepared. _____________________________________________________________________________ Central County Fire Station 36 Bathroom Remodel/Accessibility Upgrade Paints and Coatings 09 90 00-3 B. Proceed with work only after conditions have been corrected and approved by all parties, otherwise application of coatings will be considered as an acceptance of surface conditions. 3.2 SURFACE PREPARATION A. General: Surfaces shall be dry and in sound condition. Remove oil, dust, dirt, loose rust, peeling paint or other contamination to ensure good adhesion. 1. Prior to attempting to remove mildew, it is recommended to test any cleaner on a small, inconspicuous area prior to use. Bleach and bleaching type cleaners may damage or discolor existing paint films. Bleach alternative cleaning solutions are advised. 2. Remove items including but not limited to thermostats, electrical outlets, switch covers and similar items prior to painting. After completing painting operations in each space or area, reinstall items removed using workers skilled in the trades involved. B. Drywall - Interior: Must be clean and dry. All nail heads must be set and spackled. Joints must be taped and covered with a joint compound. Spackled nail heads and tape joints must be sanded smooth and all dust removed prior to painting. C. Wood: Must be clean and dry. Prime and paint as soon as possible. Knots and pitch streaks must be scraped, sanded, and spot primed before a full priming coat is applied. Patch all nail holes and imperfections with a wood filler or putty and sand smooth. 3.3 INSTALLATION A. Apply all coatings and materials with the manufacturer's specifications in mind. Mix and thin coatings according to manufacturer's recommendations. B. Do not apply to wet or damp surfaces. C. Apply coatings using methods recommended by manufacturer. D. Uniformly apply coatings without runs, drips, or sags, without brush marks, and with consistent sheen. E. Apply coatings at spreading rate required to achieve the manufacturers recommended dry film thickness. F. Apply minimum one prime coat and two finish coats. G. Regardless of number of coats specified, apply as many coats as necessary for complete hide, and uniform appearance. 3.4 PROTECTION A. Protect finished coatings from damage until completion of project. B. Touch-up damaged coatings after substantial completion, following manufacturer's recommendation for touch up or repair of damaged coatings. Repair any defects that will hinder the performance of the coatings. END OF SECTION _____________________________________________________________________________ Central County Fire Station 36 Bathroom Remodel/Accessibility Upgrade Toilet Accessories 10 28 13-1 SECTION 10 28 13 TOILET ACCESSORIES PART 1 GENERAL 1.1 SECTION INCLUDES A. Toilet/Bath Accessories: 1. Soap dispensers. 2. Combination towel dispenser and waste receptacle units. 3. Toilet tissue dispenser. 4. Toilet seat cover dispenser. 5. Mirror. 6. Shower Seat. 7. Grab bars. 8. Shower Curtain Rod. 9. Shower Curtain. 10. Robe Hook. 11. Sanitary Napkin Disposal 12. Soap Dish 13. Towel Bar 1.2 RELATED SECTIONS A. Section 09 29 00 – Gypsum Board. B. Section 09 30 13 – Ceramic Tiling. C. Section 10 28 19 – Shower Doors. 1.3 COORDINATION A. Coordinate accessory locations with other work to prevent interference with clearances required for access by people with disabilities, and for proper installation, adjustment, operation, cleaning, and servicing of accessories. B. Deliver inserts and anchoring devices set into concrete or masonry as required to prevent delaying the Work. 1.4 SUBMITTALS A. Product Data: Submit manufacturer’s data sheets for each product specified. 1. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes. 2. Include anchoring and mounting requirements, including requirements for cutouts in other work and substrate preparation. B. Schedule: Submit an accessory schedule, indicating the types, quantities, sizes, and installation locations by room of each accessory required. Use room numbers as indicated on the Drawings. 1.5 QUALITY ASSURANCE A. Installer Qualifications: Minimum 2 year experience installing similar products. B. Manufacturer: As specified. C. Accessibility Requirements: Comply with requirements applicable in the jurisdiction of the project, including but not limited to ADA, 2022 CBC and ICC/ANSI A117.1 _____________________________________________________________________________ Central County Fire Station 36 Bathroom Remodel/Accessibility Upgrade Toilet Accessories 10 28 13-2 requirements as applicable. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver, store and handle materials and products in strict compliance with manufacturer's instructions and recommendations. Protect from damage. B. Handling: Handle materials to avoid damage. 1.7 PROJECT CONDITIONS A. Maintain environmental conditions (temperature, humidity, and ventilation) within limits recommended by manufacturer for optimum results. Do not install products under environmental conditions outside manufacturer's recommended limits. 1.8 SEQUENCING A. Ensure that products of this section are supplied to affected trades in time to prevent interruption of construction progress. 1.9 WARRANTY A. Manufacturer's Warranty for Toilet Room and Bathroom Accessories: Manufacturer's standard warranty for materials, parts, and workmanship. 1.10 CLOSEOUT SUBMITTALS A. Maintenance Data: For accessories to include in maintenance manuals. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Manufacturer: as specified. 2.2 SOAP DISPENSERS A. Soap Dispensers: 1. Surface-Mounted Soap Dispenser: a. Bobrick ClassicSeries Model B-2111. 2.3 COMBINATION PAPER TOWEL DISPENSER AND WASTE RECEPTACLE UNITS A. Recessed Convertible Paper Towel Dispenser and Waste Receptacle: 1. Bobrick ClassicSeries Model B-3940. a. Capacity: 6 gallons. 2. Bobrick ClassicSeries Model B-3944. a. Capacity: 12 gallons. 2.4 TOILET TISSUE DISPENSERS A. Recessed Dual-Roll Toilet Tissue Dispenser: 1. Bobrick Model B-6977. 2.5 TOILET SEAT COVER DISPENSERS A. Surface-Mounted Seat Cover Dispenser: 1. Bobrick ClassicSeries Model B-221. 2.6 MIRROR A. Mirror with Stainless Steel Channel Frame and Tempered Glass: _____________________________________________________________________________ Central County Fire Station 36 Bathroom Remodel/Accessibility Upgrade Toilet Accessories 10 28 13-3 1. Bobrick Model B-1658 2436. 2.7 SHOWER SEAT A. Solid Phenolic Folding Shower/Dressing Area Seat. 1. Bobrick Model B-5193. 2.8 GRAB BARS A. Stainless Steel Grab Bars: With snap flange covers. 1. Satin Finish: a. Bobrick Model B-5806 x 24. 1) Length: 24 inches. b. Bobrick Model B-5806 x 36. 1) Length: 36 inches. c. Bobrick Model B-5806 x 48. 1) Length: 48 inches. 2.9 SHOWER CURTAIN ROD A. Heavy-Duty Shower Curtain Rod with Concealed Mounting. 1. Satin Finish: a. Bobrick B-207 x 60. 1) Length: 60 inches. 2.10 SHOWER CURTAIN A. Vinyl Shower Curtain: 1. Bobrick B-204-3 a. Size: 70” wide x 72” high. b. Material: Opaque, matte white vinyl, 0.008” thick, with antibacterial agent. c. Grommets: Corrosion-resistant at minimum 6” o.c. through top hem. d. Shower Curtain Hooks: Chrome-plated or stainless-steel, spring wire curtain hooks with snap fasteners, sized to accommodate specified curtain rod. Provide one hook per curtain grommet. 2.11 ROBE HOOK A. Surface-mounted Double Robe Hook: 1. Bobrick Model B-76727. a. Finish: Satin-finish stainless steel. 2.12 SANITARY NAPKIN DISPOSAL A. Surface-mounted Sanitary Napkin Disposal: 1. Bobrick ConturaSeries Model B-270. 2.13 SOAP DISH A. Recessed Heavy-Duty Soap Dish 1. Bobrick Model B-4380. a. Material and Finish: Stainless steel, No. 4 finish (satin). 2.14 TOWEL BAR A. Extra-Heavy-Duty Towel Bar with Concealed Mounting and Snap Flange. 1. Bobrick Model B-530 x 24 a. Length: 24 inches b. Material and Finish: Stainless steel, No. 4 finish (satin). _____________________________________________________________________________ Central County Fire Station 36 Bathroom Remodel/Accessibility Upgrade Toilet Accessories 10 28 13-4 PART 3 EXECUTION 3.1 INSTALLATION A. Install products in strict compliance with manufacturer's written instructions and recommendations, including the following: 1. Verify blocking has been installed properly. 2. Verify location does not interfere with door swings or use of fixtures. 3. Comply with manufacturer's recommendations for backing and proper support. 4. Use fasteners and anchors suitable for substrate and project conditions. 5. Install units rigid, straight, plumb, and level, in accordance with manufacturer's installation instructions and approved shop drawings. 6. Conceal evidence of drilling, cutting, and fitting to room finish. 7. Test for proper operation. 3.2 CLEANING AND PROTECTION A. Clean and polish exposed surfaces of compartments, hardware, and fittings using methods acceptable to the manufacturer. B. Remove temporary labels and protective coatings. C. Touch-up, repair or replace damaged products until Substantial Completion. END OF SECTION _____________________________________________________________________________ Central County Fire Station 36 Bathroom Remodel/Accessibility Upgrade Shower Doors 10 28 19-1 SECTION 10 28 19 SHOWER DOORS PART 1 GENERAL 1.1 SECTION INCLUDES A. Frameless shower doors and enclosures. 1.2 RELATED SECTIONS A. Section 09 30 13 – Ceramic Tiling 1.3 SUBMITTALS A. Product Data: Submit manufacturer's product data and installation instructions. B. Shop Drawings: Submit shop drawings indicating dimensions, details of construction, connections, and relationship with adjacent construction. 1.4 PROJECT CONDITIONS A. Verify dimensions by field measurements before fabrication and indicate on Shop Drawings. PART 2 PRODUCTS 2.1 FRAMELESS ENCLOSURES A. Frameless glass panels with mounting and operating hardware of types and sizes required to support imposed loads. 1. Product: Cardinal Shower Enclosures; Hoskin & Muir, Inc. B. Hardware and Trim: Manufacturer's standard units as indicated and as required for complete installation 1. Materials: a. Brass: 1) Finish: Satin chrome. C. Swinging Doors: Hinged for 90 degrees swing in both directions. Self-centering when doors are within 15 degrees of closed position. Soft bulb seal or wipes; affixed to door to direct water back into enclosure and provide a tight water seal. 1. Hinges: Side hinged. 2. Door Pulls: Pull handle. D. Fixed Panels: Top-and-bottom mounts; match hinges in material and finish. E. Glazing: Safety glazing materials complying with 16 CFR 1201, Category II, with permanently etched identification acceptable to authorities having jurisdiction. 1. Glass Nominal Thickness: 10 mm. 2. Clear Glass: ASTM C 1048, Type I, Quality-Q3, Class I (clear), Kind FT. 3. Protective, Self-Cleaning, Glass Coating: Clear float glass with a coating on first surface having both photocatalytic and hydrophilic properties that act to loosen dirt and to cause water to sheet evenly over the glass instead of beading. _____________________________________________________________________________ Central County Fire Station 36 Bathroom Remodel/Accessibility Upgrade Shower Doors 10 28 19-2 F. Fasteners: Manufacturer's standard stainless-steel or other noncorrosive fasteners. G. Sealant: Mildew-resistant, single-component, nonsag, neutral-curing silicone joint sealant; ASTM C 920, Type S, Grade NS, Class 25, for Use NT. PART 3 EXECUTION 3.1 INSTALLATION A. Prepare and install as recommended in manufacturer's written instructions unless more stringent requirements are contained in GANA's "Glazing Manual." B. Clean substrates, removing projections, filling voids, and sealing joints . C. Set units level, plumb, and true to line, without warp or rack of frames and panels, and anchor securely in place. D. Fasten components securely in place, with provisions for thermal movement. Install with concealed fasteners unless otherwise indicated. E. Install components to drain and return water to shower. F. Install doors to produce smooth operation and tight fit at contact points. G. Repair, refinish, or replace components damaged during installation. 3.2 ADJUSTING AND CLEANING A. Adjust operating parts and hardware for smooth, quiet operation and watertight closure. Lubricate hardware and moving parts. B. Remove nonpermanent labels, and clean surfaces immediately after installation. END OF SECTION _____________________________________________________________________________ CC Fire Station 36 Bathroom Remodel/Accessibility Upgrade Solid Surfacing Countertops 12 36 61.16-1 SECTION 12 36 61.16 SOLID SURFACING COUNTERTOPS PART 1 GENERAL 1.1 SECTION INCLUDES A. Solid surface material countertops. B. Solid surface material backsplashes. C. Solid surface material end splashes. D. Solid surface material apron fronts. 1.2 RELATED SECTIONS A. Section 07 92 00 – Joint Sealants B. Section 22 40 00 – Plumbing Fixtures 1.3 SUBMITTALS A. Product Data: For each type of product. B. Shop Drawings: Submit shop drawings indicating dimensions of materials and finishes, details of construction, connections, and relationship with adjacent construction. C. Samples: Submit two representative samples of each material specified indicating visual characteristics and finish. Include range samples if variation of finish is anticipated. 1. Include manufacturer’s full range of color and finish options if additional selection is required. 1.4 FIELD CONDITIONS A. Field Measurements: Verify dimensions of countertop by field measurements before countertop fabrication is complete. 1.5 COORDINATION A. Coordinate locations of fixtures/utilities that will penetrate countertops or backsplashes. PART 2 PRODUCTS 2.1 SOLID SURFACE COUNTERTOP MATERIALS A. Solid Surface Material: Homogeneous-filled plastic resin complying with ICPA SS-1. Fabricate tops in one piece. 1. Dupont Corian Solid Surface, color “Willow”, for lavatory counter. 2.2 COUNTERTOP FABRICATION A. Fabricate countertops according to solid surface material manufacturer's written instructions and to the AWI/AWMAC/WI's "Architectural Woodwork Standards." 1. Grade: Custom. _____________________________________________________________________________ CC Fire Station 36 Bathroom Remodel/Accessibility Upgrade Solid Surfacing Countertops 12 36 61.16-2 B. Configuration: 1. Front: Beveled. 2. Backsplash: Straight, slightly eased at corner. 3. End Splash: Matching backsplash. C. Countertops: 1/2-inch- thick, solid surface material. D. Backsplashes: 3/4-inch- thick, solid surface material. E. Fabricate tops with shop-applied edges and backsplashes unless otherwise indicated. Comply with solid surface material manufacturer's written instructions for adhesives, sealers, fabrication, and finishing 1. Fabricate with loose backsplashes for field assembly. F. Joints: Fabricate countertops without joints. G. Cutouts and Holes: 1. Counter-Mounted Plumbing Fixtures: Prepare countertops in shop for field cutting openings for counter-mounted fixtures. Mark tops for cutouts and drill holes at corners of cutout locations. Make corner holes of largest radius practical. 2.3 INSTALLATION MATERIALS A. Adhesive: Product recommended by solid surface material manufacturer. 1. Adhesives shall have a VOC content of 50 g/L or less. 2. Adhesive shall comply with the testing and product requirements of the California Department of Public Health's "Standard Method for the Testing and Evaluation of Volatile Organic Chemical Emissions from Indoor Sources Using Environmental Chambers." B. Sealant for Countertops: Comply with applicable requirements in Section 079200 “Joint Sealants.” PART 3 EXECUTION 3.1 EXAMINATION A. Examine substrates to receive solid surface material countertops and conditions under which countertops will be installed, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of countertops. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Comply with AWI AWS fabrication and installation standard as applicable to the project. B. Install countertops level to a tolerance of 1/8 inch in 8 feet, 1/4 inch maximum. Do not exceed 1/64-inch difference between planes of adjacent units. C. Adequately anchor, fasten and support members to form secure, substantial and accurate work and to hold required dimensions. D. Provide blocking, attachment plates, anchors and fasteners of adequate size and _____________________________________________________________________________ CC Fire Station 36 Bathroom Remodel/Accessibility Upgrade Solid Surfacing Countertops 12 36 61.16-3 number to securely anchor each component in place, accurately located and aligned with other portions of the Work. E. Secure countertops to subtops with adhesive according to solid surface material manufacturer's written instructions. Align adjacent surfaces and, using adhesive in color to match countertop, form seams to comply with manufacturer's written instructions. Carefully dress joints smooth, remove surface scratches, and clean entire surface. F. Install backsplashes and end splashes by adhering to wall and countertops with adhesive. Mask areas of countertops and splashes adjacent to joints to prevent adhesive smears. G. Install aprons to backing and countertops with adhesive. Mask areas of countertops and splashes adjacent to joints to prevent adhesive smears. Fasten by screwing through backing. Predrill holes for screws as recommended by manufacturer . H. Complete cutouts not finished in shop. Mask areas of countertops adjacent to cutouts to prevent damage while cutting. Make cutouts to accurately fit items to be installed, and at right angles to finished surfaces unless beveling is required for clearance. Ease edges slightly to prevent snipping. 1. Seal edges of cutouts in particleboard subtops by saturating with varnish J. Apply sealant to gaps at walls; comply with Section 079200 "Joint Sealants." END OF SECTION EXHIBIT B – PROJECT COST ESTIMATE Estimated Project Expenditures: The following are the estimated project expenditures: Architectural Design $14,297 Permitting $3,337 T&S West Construction Cost $194,211 Hazard Abatement Construction Cost $33,467 Construction Management and Inspection $20,000 Construction Contingencies 20% $49,536 Engineering Administration and Staff time $15,152 Total $330,000 Page 1 of 8 AGREEMENT FOR PROFESSIONAL SERVICES WITH FV ARCHITECTURE LLC FOR ARCHITECTURAL DESIGN SERVICES FOR THE CENTRAL COUNTY FIRE STATION 36 BATHROOM REMODEL AND ACCESSBILITY UPGRADE PROJECT THIS AGREEMENT is entered into this ___________ day of ____________, 2024, by and between the City of Burlingame, State of California, herein called the "City", and FV ARCHITECTURE LLC engaged in providing PROFESSIONAL ARCHITECTURAL DESIGN services herein called the "Consultant". RECITALS A. The City is considering for consultant to provide architectural design services to assist the City with the Central County Fire Station 36 Bathroom Remodel and Accessibility Upgrade Project. B. The City desires to engage a professional consultant to provide assistance with architectural design, bidding assistance, and construction assistance services because of Consultant’s experience and qualifications to perform the desired work, described in Exhibit A. C. The Consultant represents and affirms that it is qualified and willing to perform the desired work pursuant to this Agreement. AGREEMENTS NOW, THEREFORE, THE PARTIES HERETO AGREE AS FOLLOWS: 1. Scope of Services. The Consultant shall provide professional architectural design services such as visit and survey site, prepare design plans for bathroom remodel, provide specifications and construction cost estimate, submit construction documents for building permit application and review, review and re-submit plans per plan review comments, assist with bidding process, review RFIs (requests for information), communicate and meet with City staff, and as detailed in “Scope of Services” of the attached Exhibit A of this agreement. 2. Time of Performance. The services of the Consultant are to commence upon the execution of this Agreement with completion of all work by December 31, 2025. Docusign Envelope ID: C0DB3219-B215-4EF8-B561-A0FBD0917B6C 23rd December Page 2 of 8 3. Compliance with Laws. The Consultant shall comply with all applicable laws, codes, ordinances, and regulations of governing federal, state and local laws. Consultant represents and warrants to City that it has all licenses, permits, qualifications and approvals of whatsoever nature which are legally required for Consultant to practice its profession. Consultant represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement any licenses, permits, and approvals which are legally required for Consultant to practice its profession. Consultant shall maintain a City of Burlingame business license. 4. Sole Responsibility. Consultant shall be responsible for employing or engaging all persons necessary to perform the services under this Agreement. 5. Information/Report Handling. All documents furnished to Consultant by the City and all reports and supportive data prepared by the Consultant under this Agreement are the City's property and shall be delivered to the City upon the completion of Consultant's services or at the City's written request. All reports, information, data, and exhibits prepared or assembled by Consultant in connection with the performance of its services pursuant to this Agreement are confidential until released by the City to the public, and the Consultant shall not make any of these documents or information available to any individual or organization not employed by the Consultant or the City without the written consent of the City before such release. The City acknowledges that the reports to be prepared by the Consultant pursuant to this Agreement are for the purpose of evaluating a defined project, and City's use of the information contained in the reports prepared by the Consultant in connection with other projects shall be solely at City's risk, unless Consultant expressly consents to such use in writing. City further agrees that it will not appropriate any methodology or technique of Consultant which is and has been confirmed in writing by Consultant to be a trade secret of Consultant. 6. Compensation. Compensation for Consultant's professional services shall not exceed $12,900; and payment shall be based upon City approval of each task. Billing shall include current period and cumulative expenditures to date and shall be accompanied by a detailed explanation of the work performed by whom at what rate and on what date. Also, plans, specifications, documents or other pertinent materials shall be submitted for City review, even if only in partial or draft form. Docusign Envelope ID: C0DB3219-B215-4EF8-B561-A0FBD0917B6C Page 3 of 8 7. Availability of Records. Consultant shall maintain the records supporting this billing for not less than three (3) years following completion of the work under this Agreement. Consultant shall make these records available to authorized personnel of the City at the Consultant's offices during business hours upon written request of the City. 8. Project Manager. The Project Manager for the Consultant for the work under this Agreement shall be Francisco Valdes. 9. Assignability and Subcontracting. The services to be performed under this Agreement are unique and personal to the Consultant. No portion of these services shall be assigned or subcontracted without the written consent of the City. 10. Notices. Any notice required to be given shall be deemed to be duly and properly given if mailed postage prepaid, and addressed to: To City: Weizhi Cheng, P.E., Associate Engineer City of Burlingame 501 Primrose Road Burlingame, CA 94010 wcheng@burlingame.org To Consultant: Francisco Valdes, Owner FV Architecture LLC 1655 Oakwood Drive San Mateo, CA 94403 francisco.valdes.arch@gmail.com or personally delivered to Consultant to such address or such other address as Consultant designates in writing to City. 11. Independent Contractor. It is understood that the Consultant, in the performance of the work and services agreed to be performed, shall act as and be an independent contractor and not an agent or employee of the City. As an independent contractor he/she shall not obtain any rights to retirement benefits or other benefits which accrue to City employee(s). With prior written consent, the Consultant may perform some obligations under this Agreement by subcontracting, but may not delegate ultimate responsibility for performance or assign or transfer interests under this Agreement. Docusign Envelope ID: C0DB3219-B215-4EF8-B561-A0FBD0917B6C Page 4 of 8 Consultant agrees to testify in any litigation brought regarding the subject of the work to be performed under this Agreement. Consultant shall be compensated for its costs and expenses in preparing for, traveling to, and testifying in such matters at its then current hourly rates of compensation, unless such litigation is brought by Consultant or is based on allegations of Consultant's negligent performance or wrongdoing. 12. Conflict of Interest. Consultant understands that its professional responsibilities is solely to the City. The Consultant has and shall not obtain any holding or interest within the City of Burlingame. Consultant has no business holdings or agreements with any individual member of the Staff or management of the City or its representatives nor shall it enter into any such holdings or agreements. In addition, Consultant warrants that it does not presently and shall not acquire any direct or indirect interest adverse to those of the City in the subject of this Agreement, and it shall immediately disassociate itself from such an interest should it discover it has done so and shall, at the City’s sole discretion, divest itself of such interest. Consultant shall not knowingly and shall take reasonable steps to ensure that it does not employ a person having such an interest in this performance of this Agreement. If after employment of a person, Consultant discovers it has employed a person with a direct or indirect interest that would conflict with its performance of this Agreement, Consultant shall promptly notify City of this employment relationship, and shall, at the City’s sole discretion, sever any such employment relationship. 13. Equal Employment Opportunity. Consultant warrants that it is an equal opportunity employer and shall comply with applicable regulations governing equal employment opportunity. Neither Consultant nor its subcontractors do and neither shall discriminate against persons employed or seeking employment with them on the basis of age, sex, color, race, marital status, sexual orientation, ancestry, physical or mental disability, national origin, religion, or medical condition, unless based upon a bona fide occupational qualification pursuant to the California Fair Employment & Housing Act. 14. Insurance. A. Minimum Scope of Insurance: Docusign Envelope ID: C0DB3219-B215-4EF8-B561-A0FBD0917B6C Page 5 of 8 i. Consultant agrees to have and maintain, for the duration of the contract, General Liability insurance policies insuring him/her and his/her firm to an amount not less than: One million dollars ($1,000,000) combined single limit per occurrence and two million dollars ($2,000,000) aggregate for bodily injury, personal injury and property damage in a form at least as broad as ISO Occurrence Form CG 0001. ii. Consultant agrees to have and maintain for the duration of the contract, an Automobile Liability insurance policy ensuring him/her and his/her staff to an amount not less than one million dollars ($1,000,000) combined single limit per accident for bodily injury and property damage. iii. Consultant agrees to have and maintain, for the duration of the contract, professional liability insurance in amounts not less than two million dollars ($2,000,000) each claim/aggregate sufficient to insure Consultant for professional errors or omissions in the performance of the particular scope of work under this agreement. iv. Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration, and defense expenses. B. General and Automobile Liability Policies: i. The City, its officers, officials, employees and volunteers are to be covered as insured as respects: liability arising out of activities performed by or on behalf of the Consultant; products and completed operations of Consultant, premises owned or used by the Consultant. The endorsement providing this additional insured coverage shall be equal to or broader than ISO Form CG 20 10 11 85 and must cover joint negligence, completed operations, and the acts of subcontractors. This requirement does not apply to the Docusign Envelope ID: C0DB3219-B215-4EF8-B561-A0FBD0917B6C Page 6 of 8 professional liability insurance required for professional errors and omissions. ii. The Consultant's insurance coverage shall be endorsed to be primary insurance as respects the City, its officers, officials, employees and volunteers. Any insurance or self-insurances maintained by the City, its officers, officials, employees or volunteers shall be excess of the Consultant's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officers, officials, employees or volunteers. iv. The Consultant's insurance shall apply separately to each insured against whom a claim is made or suit is brought, except with respect to the limits of the insurer's liability. C. Workers' Compensation and Employers Liability Coverage: i. In addition to these policies, Consultant shall have and maintain Workers' Compensation insurance as required by California law. Further, Consultant shall ensure that all subcontractors employed by Consultant provide the required Workers' Compensation insurance for their respective employees. ii. The insurer shall agree to waive all rights of subrogation against the City of Burlingame, its officers, officials, employees, or volunteers for losses arising from work performed by the Company for the City of Burlingame. D. All Coverages: Each insurance policy required in this item shall be endorsed to state that coverage shall not be canceled except after thirty (30) days' prior written notice by mail, has been given to the City (10 days for non-payment of premium). Current certification of such insurance shall be kept on file at all times during the term of this agreement with the City Clerk. Docusign Envelope ID: C0DB3219-B215-4EF8-B561-A0FBD0917B6C Page 7 of 8 E. Acceptability of Insurers: Insurance is to be placed with insurers with a Best's rating of no less than A-:VII and authorized to do business in the State of California. F. Verification of Coverage: Upon execution of this Agreement, Contractor shall furnish the City with certificates of insurance and with original endorsements effecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be on forms approved by the City. All certificates and endorsements are to be received and approved by the City before any work commences. The City reserves the right to require complete, certified copies of all required insurance policies, at any time. 15. Indemnification. To the fullest extent permitted by law, Consultant shall save, keep and hold harmless indemnify and defend the City, its officers, employees, authorized agents and volunteers from all damages, liabilities, penalties, costs, or expenses in law or equity, including but not limited to attorneys’ fees, that may at any time arise, result from, relate to, or be set up because of damages to property or personal injury received by reason of, or in the course of performing work which arise out of, pertain to, or relate to, directly or indirectly, in whole or in part, the negligence, recklessness, or willful misconduct of Consultant, or any of the Consultant’s officers, employees, or agents or any subconsultant. This provision shall not apply if the damage or injury is caused by the sole negligence, active negligence, or willful misconduct of the City, its officers, agents, employees, or volunteers. 16. Waiver. No failure on the part of either party to exercise any right or remedy hereunder shall operate as a waiver of any other right or remedy that party may have hereunder, nor does waiver of a breach or default under this Agreement constitute a continuing waiver of a subsequent breach of the same or any other provision of this Agreement. 17. Governing Law. This Agreement, regardless of where executed, shall be governed by and construed under the laws of the State of California. Venue for any action regarding this Agreement shall be in the Superior Court of the County of San Mateo. Docusign Envelope ID: C0DB3219-B215-4EF8-B561-A0FBD0917B6C Page 8 of 8 18. Termination of Agreement. The City and the Consultant shall have the right to terminate this agreement with or without cause by giving not less than fifteen (15) days written notice of termination. In the event of termination, the Consultant shall deliver to the City all plans, files, documents, reports, performed to date by the Consultant. In the event of such termination, City shall pay Consultant an amount that bears the same ratio to the maximum contract price as the work delivered to the City bears to completed services contemplated under this Agreement, unless such termination is made for cause, in which event, compensation, if any, shall be adjusted in light of the particular facts and circumstances involved in such termination. 19. Amendment. No modification, waiver, mutual termination, or amendment of this Agreement is effective unless made in writing and signed by the City and the Consultant. 20. Entire Agreement. This Agreement constitutes the complete and exclusive statement of the Agreement between the City and Consultant. No terms, conditions, understandings or agreements purporting to modify or vary this Agreement, unless hereafter made in writing and signed by the party to be bound, shall be binding on either party. Docusign Envelope ID: C0DB3219-B215-4EF8-B561-A0FBD0917B6C Page 9 of 8 IN WITNESS WHEREOF, the City and Consultant have executed this Agreement as of the date indicated on page one (1). City of Burlingame “Consultant” By Syed Murtuza FV Architecture LLC Public Works Director Print Name: Title: Approved as to form: City Attorney – Michael Guina ATTEST: City Clerk - Meaghan Hassel-Shearer Docusign Envelope ID: C0DB3219-B215-4EF8-B561-A0FBD0917B6C Francisco Valdes Architect/Owner FV ARCHITECTURE LLC 1655 Oakwood Drive, San Mateo, CA 94403 Tel. 415.370.3367 francisco.valdes.arch@gmail.com Agreement for Architectural Services December 2, 2024 Client: Kevin Okada, P.E. Senior Engineer 1361 N. Carolan Avenue, Burlingame, CA 94010 Architect: Francisco Valdes FV Architecture LLC 1655 Oakwood Drive San Mateo, CA 94403 Project: Central County Fire Station 36 Bathroom Remodel and Accessibility Upgrade 1399 Rollins Road, Burlingame, CA 94010 Project Description: The project consists of the remodel of two existing bathrooms. Both bathrooms shall be converted to all-gender sin- gle-user bathrooms, and shall be provided with new finishes and an updated look. One of the bathrooms shall be upgraded to be accessible/ADA-compliant. Scope of Work: Architect shall visit and survey the site, and take necessary measurements. Architect shall prepare CAD back- grounds based on blueprints/PDFs provided by the client and based on the site survey. Architect shall prepare de- sign schemes for the bathroom remodel/upgrade for review of the Client, and shall make revisions as needed. Based on the approved design, Architect shall prepare required architectural construction documents which shall include a cover sheet with project information, and demolition/new floor plans with sheet notes and details describing the con- struction scope of work. Architect shall provide the owner with specifications and a construction cost estimate. Ar- chitect shall submit the construction documents for building permit application and review, and shall revise and re- submit plans as required per plan review comments. Architect shall assist Client in the bidding process. Architect shall review RFIs and submittals during construction as required. Architect shall attend up to 5 meetings with the client and other agencies as needed. Any required engineering and fire/life safety drawings are not included in the architectural scope of work and shall be prepared by others if required. Payments and Compensation to the Architect The Architect’s Fee for the architectural scope of work shall be twelve thousand nine hundred dollars ($12,900), which shall be paid in installments based upon the progress as follows: Preparation of CAD backgrounds and Schematic Design Drawings: 30% Preparation of Construction Documents: 30% EXHIBIT A Docusign Envelope ID: C0DB3219-B215-4EF8-B561-A0FBD0917B6C Page 1 of 2 AGREEMENT AMENDMENT NO. 1 TO PROVIDE PROFESSIONAL ARCHITECTURAL DESIGN SERVICES FOR THE CENTRAL COUNTY FIRE STATION 36 BATHROOM REMODEL AND ACCESSIBILITY UPGRADE PROJECT TO THE CITY OF BURLINGAME THIS AMENDMENT (“Amendment”), made in duplicate and entered into effective day of , 2025, amending the agreement dated December 23, 2024 (“Agreement”) by and between the CITY OF BURLINGAME ("CITY") and FV ARCHITECTURE LLC (“CONSULTANT”). CITY and CONSULTANT are hereinafter collectively referred to as the “Parties.” RECITALS WHEREAS, on December 23, 2024, the Parties entered into the Agreement for professional architectural design services for the Central County Fire Station 36 Bathroom Remodel and Accessibility Upgrade Project, which is attached hereto; and WHEREAS, it has been determined that it is in the CITY’s best interest to make modifications and additions to the Agreement’s Term for additional professional architectural design services as set forth in Exhibit A1 of this Amendment; and NOW, THEREFORE, IT IS HEREBY AGREED AS FOLLOWS: 1. The services of the CONSULTANT are to be available upon the execution of this Amendment until December 31, 2025. 2. With this Amendment, the total Agreement amount shall not exceed $14,297.00. 3. In all other respects, the Agreement dated December 23, 2024, shall remain in full force and effect to the extent they are not in conflict with this Amendment. Docusign Envelope ID: 4F70B91E-BCBF-470D-BE07-E057570A00B4 10th March Page 2 of 2 IN WITNESS WHEREOF, the Parties hereto have executed this Agreement on the day and year first above written. CITY OF BURLINGAME A municipal corporation Approved as to form: By _____________________________ Syed Murtuza FV Architecture LLC Public Works Director Print Name: Title: Approved as to form: __________________ City Attorney – Michael Guina ATTEST: City Clerk - Meaghan Hassel-Shearer Docusign Envelope ID: 4F70B91E-BCBF-470D-BE07-E057570A00B4 Architect Francisco Valdes 1655 Oakwood Drive, San Mateo, CA 94403 Tel: 415-370-3367 francisco.valdes.arch@gmail.com February 17, 2025 Weizhi Cheng, P.E. Associate Engineer City of Burlingame 501 Primrose Road Burlingame, CA 94010 Re: Change Order Request - Additional Construction Cost Estimate Project Title: Central County Fire Station 36 Bathroom Remodel/Accessibility Upgrade Project Address: 1399 Rollins Road, Burlingame, CA 94010 Dear Weizhi, As mentioned in your email, I am submitting a change order request due to the rough construction cost estimate which is being requested in addition to the final construction cost estimate which was originally discussed. The cost estimator is charging an additional fee of $1,397.00 for the additional construction cost estimate. I would like to request this additional amount to be included in the fee for this project. Thank you very much. Sincerely yours, Francisco Valdes FV ARCHITECTURE LLC EXHIBIT A1 Docusign Envelope ID: 4F70B91E-BCBF-470D-BE07-E057570A00B4 Revisions per Plan Check and Approval of Building Permit: 30% Completion of Construction: 10% The Client shall reimburse the Architect for expenses incurred in the interest of the Project. These expenses may include permit/plan check fees and other governmental fees. All city fees, permits, inspections and other reports as required by law or other jurisdictional requirements shall be paid for by Client. The Architect shall submit to the Client invoices for professional services and any reimbursable expenses. Payments are due and payable upon receipt of the Architect’s invoice. Thank you for the opportunity to work with you on your project. Sincerely, Francisco Valdes FV Architecture LLC Docusign Envelope ID: C0DB3219-B215-4EF8-B561-A0FBD0917B6C Cash Register Receipt City of Burlingame Receipt Number B50378 DESCRIPTION ACCOUNT QTY PAID PermitTRAK $3,336.66 B25-0082 ALTERATION NON RES Address: 1399 ROLLINS RD APN: 026122010 $3,336.66 Owner: CITY OF BURLINGAME Applicant: CITY OF BURLINGAME Contractor: OWNER-BUILDER Construction Cost: $100,000 Job Description: (FIRE STATION #36) (2) BATHROOMS REMODEL (Barrier Removal) BUILDING PERMIT FEES $33.98 SMIP COMMERCIAL BLDG90 550 22401 75 0 $28.00 BUILDING STANDARDS ADMIN FEE BLDG91 550 22402 56 0 $4.00 TECHNOLOGY BLDG04 550415 43420 0 $1.98 BUILDING PLAN CHECK $3,302.68 BASIC BUILDING PLAN CHECK FEE BLDG02 550415 43411 74 0 $3,302.68 TOTAL FEES PAID BY RECEIPT: B50378 $3,336.66 Printed: Friday, January 31, 2025 3:36 PM Date Paid: Friday, January 31, 2025 Paid By: CITY OF BURLINGAME - JOHNSON WOO (FACILITIES) Pay Method: JOURNAL 619315-52050-5170 1 of 1 Cashier: RHH 1Belfor Environmental, Inc. Belfor Environmental, Inc. 20902 Cabot Blvd. Hayward, CA. 94545 Insured: City of Burlingame Central County Fire Stateion 36 Business: (510) 513-3775 E-mail: jwoo@burlingame.org Bathroom Remodel Asbestos & Lead A Property: 1399 Rollins Road Burlingame, CA 94010 Claim Number: Policy Number: Type of Loss: Date of Loss: Date Received: Date Inspected: Date Entered: 11/6/2024 12:00 AM Price List: CAEB8X_NOV24 Restoration/Service/Remodel Estimate: BURLINGAME_FIRE_DEPT ASBESTOS AND LEAD ABATEMENT OF CERAMIC TILE, ASBESTOS AND NON ASBESTOS LYNOLEUM FLOORING AND SHEETROCK MATERIAL. We would like to thank you for the opportunity to provide you with this estimate. The total cost for the asbestos and lead abatement detailed in the following estimate is $21,319.81.The attached estimate details the specific work to be completed. Additional work outside of that specified in this estimate will be through separate proposal(s) and/or change order(s) detailing the additional/changed scope of work as well as the terms and pricing of those changes. The property owner shall provide both bathroom and sink facilities for the duration of the project. Unless noted otherwise, the customer is required to provide heat, water and electricity on-site for the duration of this project. The customer is responsible for providing continuous access to the project area during agreed work times. Belfor is required to install poly containments in the work areas. Belfor will take caution and use painters tape on the existing walls, ceiling and trim. Sometimes there is damaged that can be caused by the placement of tape and the repair of and damaged is not included in this proposal. This proposal is based on California prevailing wages for the laborers classification of asbestos removal. The third party clearance testing is not included in this proposal. This proposal includes the removal of flooring material but does not include the removal of leveling compounds. This estimate is valid for 30 days from 3/5/2025. If you have any questions about this estimate, please contact to discuss those questions. I/we agree to the terms and conditions of this proposal. ______________________________ Date_________ ____________________________ Date_________ 2Belfor Environmental, Inc. Belfor Environmental, Inc. 20902 Cabot Blvd. Hayward, CA. 94545 BURLINGAME_FIRE_DEPT 3/5/2025 Page: 2 BURLINGAME_FIRE_DEPT Main Level Main Level DESCRIPTION QTY 1. Permits & Fees BAAQMD 1.00 EA 2. Lead test fee - self test (per sample) Waste Characterization 2.00 EA 3. Asbestos waste hauling & disposal -1.00 EA 4. Add for personal protective equipment - Heavy duty 26.00 EA 5. Haul debris - per pickup truck load - including dump fees 2.00 EA Shower Height: 8' DESCRIPTION QTY 6. Tear non asbestos vinyl floor covering 0.00 SF 7. Remove asbestos ceramic tile 79.17 SF 8. Tear off asbestos drywall 79.17 SF 9. Clean more than the walls 87.67 SF 10. HEPA Vacuuming - Light - (PER SF)87.67 SF Mens Restroom Height: 8' DESCRIPTION QTY 11. Tear non asbestos vinyl floor covering 100.50 SF 12. Remove asbestos ceramic tile 411.17 SF 13. Tear off asbestos drywall 411.17 SF 14. Clean more than the walls 511.67 SF 15. HEPA Vacuuming - Light - (PER SF) 511.67 SF Womens Bathroom Height: 8' DESCRIPTION QTY 16. Tear out asbestos vinyl floor covering 314.17 SF 17. Remove asbestos ceramic tile 558.42 SF 18. Tear off asbestos drywall 558.42 SF 19. Clean more than the walls 715.50 SF 20. HEPA Vacuuming - Light - (PER SF) 715.50 SF 3Belfor Environmental, Inc. Belfor Environmental, Inc. 20902 Cabot Blvd. Hayward, CA. 94545 BURLINGAME_FIRE_DEPT 3/5/2025 Page: 3 Grand Total $21,319.81 Grand Total Areas: 1,740.00 SF Walls 664.15 SF Ceiling SF Walls and Ceiling2,404.15 664.15 SF Floor 73.79 SY Flooring 217.50 LF Floor Perimeter 0.00 SF Long Wall 0.00 SF Short Wall 217.50 LF Ceil. Perimeter 664.15 Floor Area 720.48 Total Area 1,740.00 Interior Wall Area 1,069.50 Exterior Wall Area 118.83 Exterior Perimeter of Walls 0.00 Surface Area 0.00 Number of Squares 0.00 Total Perimeter Length 0.00 Total Ridge Length 0.00 Total Hip Length 4BURLINGAME_FIRE_DEPT3/5/2025 Page: 4Main LevelShowerMens RestroomMens Locker AreaHallwayWomens BathroomLockersShowerMens RestroomMens Locker AreaHallwayWomens BathroomLockersMain Level5' 7"2' 10"11'11' 8"3'6' 10"14'25'12' 1"12' 5"17' 6"18' 2"12' 9"8' 7"1' 3"10'5' 5"10'10' 4"33' 9"34' 5"13'12' 1" 1Belfor Environmental, Inc. Belfor Environmental, Inc. 20902 Cabot Blvd. Hayward, CA. 94545 Insured: City of Burlingame Central County Fire Stateion 36 Business: (650) 558-7691 E-mail: jwoo@burlingame.org Asbestos Flooring Removal in the L Property: 1399 Rollins Road Burlingame, CA 94010 Claim Number: Policy Number: Type of Loss: Date of Loss: Date Received: Date Inspected: Date Entered: 3/6/2025 12:00 AM Price List: CAEB8X_NOV24 Restoration/Service/Remodel Estimate: BURLINGAME_FIRE_LOCK REMOVAL OF ASBESTOS LYNOLEUM FLOORING FROM THE LOCKER AREAS. We would like to thank you for the opportunity to provide you with this estimate. The total cost for the asbestos abatement detailed in the following estimate is $12,146.74.The attached estimate details the specific work to be completed. Additional work outside of that specified in this estimate will be through separate proposal(s) and/or change order(s) detailing the additional/changed scope of work as well as the terms and pricing of those changes. The property owner shall provide both bathroom and sink facilities for the duration of the project. Unless noted otherwise, the customer is required to provide heat, water and electricity on-site for the duration of this project. The customer is responsible for providing continuous access to the project area during agreed work times. Belfor is required to install poly containments in the work areas. Belfor will take caution and use painters tape on the existing walls, ceiling and trim. Sometimes there is damaged that can be caused by the placement of tape and the repair of and damaged is not included in this proposal. This proposal is based on California prevailing wages for the laborers classification of asbestos removal. This proposal includes the removal of the flooring up to the lockers and does not include the material under the lockers. The third party clearance testing is not included in this proposal. This proposal includes the removal of flooring material but does not include the removal of leveling compounds. This estimate is valid for 30 days from 3/6/2025. If you have any questions about this estimate, please contact to discuss those questions. I/we agree to the terms and conditions of this proposal. ______________________________ Date_________ ____________________________ Date_________ 2Belfor Environmental, Inc. Belfor Environmental, Inc. 20902 Cabot Blvd. Hayward, CA. 94545 BURLINGAME_FIRE_LOCK 3/6/2025 Page: 2 BURLINGAME_FIRE_LOCK Main Level Main Level DESCRIPTION QTY 1. BAAQMD PERMITS AND FEES 1.00 EA 2. Asbestos waste hauling & disposal 1.00 EA 3. Negative air fan/Air scrubber (24 hr period) - No monit. 6.00 DA 4. Add for personal protective equipment - Heavy duty 20.00 EA Mens Locker Area Height: 8' DESCRIPTION QTY 5. Containment Barrier/Airlock/Decon. Chamber 512.90 SF 6. Tear out asbestos vinyl floor covering Two Layers 309.81 SF 7. Clean more than the walls 667.81 SF 8. HEPA Vacuuming - Light - (PER SF)667.81 SF Hallway Height: 8' DESCRIPTION QTY 9. Containment Barrier/Airlock/Decon. Chamber 268.59 SF 10. Tear out asbestos vinyl floor covering Two Layers 134.51 SF 11. Clean more than the walls 335.85 SF 12. HEPA Vacuuming - Light - (PER SF) 335.85 SF Lockers Height: 8' DESCRIPTION QTY 13. Containment Barrier/Airlock/Decon. Chamber 573.90 SF 14. Tear out asbestos vinyl floor covering Two Layers 351.81 SF 15. Clean more than the walls 749.81 SF 16. HEPA Vacuuming - Light - (PER SF) 749.81 SF Grand Total $12,146.74 3Belfor Environmental, Inc. Belfor Environmental, Inc. 20902 Cabot Blvd. Hayward, CA. 94545 BURLINGAME_FIRE_LOCK 3/6/2025 Page: 3 Grand Total Areas: 1,740.00 SF Walls 664.15 SF Ceiling SF Walls and Ceiling2,404.15 664.15 SF Floor 73.79 SY Flooring 217.50 LF Floor Perimeter 0.00 SF Long Wall 0.00 SF Short Wall 217.50 LF Ceil. Perimeter 664.15 Floor Area 720.48 Total Area 1,740.00 Interior Wall Area 1,069.50 Exterior Wall Area 118.83 Exterior Perimeter of Walls 0.00 Surface Area 0.00 Number of Squares 0.00 Total Perimeter Length 0.00 Total Ridge Length 0.00 Total Hip Length 4BURLINGAME_FIRE_LOCK3/6/2025 Page: 4Main LevelShowerMens RestroomMens Locker AreaHallwayWomens BathroomLockersShowerMens RestroomMens Locker AreaHallwayWomens BathroomLockersMain Level5' 7"2' 10"11'11' 8"3'6' 10"14'25'12' 1"12' 5"17' 6"18' 2"12' 9"8' 7"1' 3"10'5' 5"10'10' 4"33' 9"34' 5"13'12' 1" Work Order Signature Document EZIQC Contract No.: CA-R3-GB01-123021-TSW Burlingame Fire Station 36 Renovation New Work Order 139157.00 Modify an Existing Work Order Work Order Title: Work Order Number.:Work Order Date: X 03/14/2025 Contractor Name: Contact: Phone: Contact: Phone: Travis Collins Owner Name:City of Burlingame Michael Heathcote (650)558-7673 T&S Intermodal Maintenance, Inc. DBA T&S West Work to be Performed Work to be performed as per the Final Detailed Scope of Work Attached and as per the terms and conditions of Sourcewell EZIQC Contract No CA-R3-GB01-123021-TSW. Brief Work Order Description: Burlingame Fire Station 36 Renovation X Will not apply:Liquidated Damages Will apply: Estimated Completion Date: Estimated Start Date: Time of Performance Work Order Firm Fixed Price: $194,210.32 Owner Purchase Order Number: Approvals Date DateContractorCity of Burlingame 2.00 Page 1 of 1 3/14/2025 Work Order Signature Document 3.00 Detailed Scope of Work Michael HeathcoteTravis CollinsTo:From: T&S Intermodal Maintenance, Inc. DBA T&S West City of Burlingame PO BOX 1592 501 Primrose Road Linden, CA 95236 Burlingame, CA 94010 No Data Input (650)558-7673 Work Order Number: March 14, 2025Date Printed: 139157.00 Burlingame Fire Station 36 RenovationWork Order Title: Brief Scope:Burlingame Fire Station 36 Renovation Revised FinalPreliminaryX The following items detail the scope of work as discussed at the site. All requirements necessary to accomplish the items set forth below shall be considered part of this scope of work. See attached. The Contractor shall pay to the City of Burlingame the sum of One-Thousand Dollars ($1,000) per day for each and every calendar days’ delay in finishing the work in excess of the forty (40) working days starting from NTP Subject to the terms and conditions of EZIQC Contract CA-R3-GB01-123021-TSW. Contractor Date DateCity of Burlingame Page 1 of 1 3/14/2025 Scope of Work 4.00 Contractor's Price Proposal - Summary Owner PO #: Burlingame Fire Station 36 Renovation 139157.00 CA-R3-GB01-123021-TSWIQC Master Contract #: Work Order #: Title: Re: March 14, 2025Date: Proposal Value: Contractor: T&S Intermodal Maintenance, Inc. DBA T&S West $194,210.32 $8,935.43Section - 01 $9,581.45Section - 02 $2,608.67Section - 03 $3,104.15Section - 05 $1,869.91Section - 06 $3,088.19Section - 07 $7,412.16Section - 08 $91,363.56Section - 09 $11,775.74Section - 10 $5,375.99Section - 12 $32,201.01Section - 22 $1,170.27Section - 23 $15,723.79Section - 26 Proposal Total Thisl total represents the correct total for the proposal. Any discrepancy between line totals, sub-totals and the proposal total is due to rounding. $194,210.32 Page 1 of 1 3/14/2025 Contractor's Price Proposal - Summary 5.00 Contractor's Price Proposal - Detail Burlingame Fire Station 36 Renovation 139157.00 CA-R3-GB01-123021-TSWIQC Master Contract #: Work Order #: Owner PO #: Title: Re: March 14, 2025Date: Proposal Value: Contractor: T&S Intermodal Maintenance, Inc. DBA T&S West $194,210.32 (Excludes)Equip.MaterialLabor Line TotalDescriptionUOMMod.ItemSect. Section - 01 01 22 16 00 0002 Reimbursable FeesReimbursable Fees will be paid to the contractor for eligible costs as directed by Owner. Insert the appropriate quantity to adjust the base cost to the actual Reimbursable Fee. If there are multiple Reimbursable Fees, list each one separately and add a comment in the "note" block to identify the Reimbursable Fee (e.g. sidewalk closure, road cut, various permits, extended warranty, expedited shipping costs, etc.). A copy of each receipt shall be submitted with the Price Proposal. 1 $4,798.40EA Installation =x x 4,798.40 FactorUnit PriceQuantity Total 1.00 1.2367 3,880.00 $194k bond @ 2% = $3,880 01 56 16 00 0004 6 Mil, Plastic Sheeting, Applied To Ceilings2 $155.83SF Installation =x x 155.83 FactorUnit PriceQuantity Total 0.55 1.4166 200.00 dust control barriers for each restroom 01 56 16 00 0086 36" Wide, 9 Mil, Regular Weight Red Rosin Paper , For Temporary Floor Protection 3 $226.66LF Installation =x x 226.66 FactorUnit PriceQuantity Total 0.32 1.4166 500.00 floor protection during demo activities 01 74 19 00 0016 40 CY Dumpster (5 Ton) "Construction Debris"Includes delivery of dumpster, rental cost, pick-up cost, hauling, and disposal fee. Non-hazardous material. 4 $1,112.00EA Installation =x x 1,112.00 FactorUnit PriceQuantity Total 784.98 1.4166 1.00 demo fees of clean debris 01 74 19 00 0017 10 CY Low-Boy Dumpster "Concrete Or Asphalt Only "Includes delivery of dumpster, rental cost, pick-up cost, hauling, and disposal fee. Concrete or asphalt only. 5 $1,112.00EA Installation =x x 1,112.00 FactorUnit PriceQuantity Total 784.98 1.4166 1.00 dump fees for concrete demo of existing plumbing routes and new shower floor drainage 01 74 19 00 0024 Vacuum, Pickup, Swap And Dump, Concrete Washout BinIncludes vacuum the liquid from the full bin and pick up the bin, and recycle all material. An empty bin will be left at the site if the project is not completed. 6 $1,530.54EA Installation =x x 1,530.54 FactorUnit PriceQuantity Total 1,080.43 1.4166 1.00 concrete cleanout for floor/plumbing repairs $8,935.43Subtotal for Section - 01 Section - 02 02 41 16 13 0003 Up To 2,000 SF Commercial Building Interior Demolition, Gutting And Placing Into Dumpster Or Truck 7 $5,898.72GSF Installation =x x 5,898.72 FactorUnit PriceQuantity Total 10.41 1.4166 400.00 demo restroom facilities Page 1 of 12 3/14/2025 Contractor's Price Proposal - Detail Contractor's Price Proposal - Detail Continues.. Work Order Title: Work Order Number:139157.00 Burlingame Fire Station 36 Renovation Section - 02 02 41 16 13 0020 Sorting Of Material Debris For Recycling Prior To Hauling Off8 $378.52CCF Installation =x x 378.52 FactorUnit PriceQuantity Total 8.35 1.4166 32.00 400 SF x 8'h = 3200 CF 02 41 16 13 0020 0004 For Up To 500, Add9 $113.78MOD Installation =x x 113.78 FactorUnit PriceQuantity Total 2.51 1.4166 32.00 02 41 16 13 0024 Reinforced Concrete Foundation Demolition10 $1,112.03CF Installation =x x 1,112.03 FactorUnit PriceQuantity Total 15.70 1.4166 50.00 demo concrete for new floor drainage in bathroom showers and new misc plumbing for new fixtures 02 41 19 13 0071 Saw Cut Minimum ChargeFor projects where the total saw cutting charge is less than the minimum charge, use this task exclusively. This task should not be used in conjunction with any other tasks in this section. 11 $1,313.44EA Installation =x x 1,313.44 FactorUnit PriceQuantity Total 927.18 1.4166 1.00 sawcut for flooring in shower and misc plumbing in both rooms 02 41 19 13 0280 1/2" Diameter Drilling In Concrete Per Inch Of Depth12 $764.96IN Installation =x x 764.96 FactorUnit PriceQuantity Total 2.25 1.4166 240.00 drill to set rebar dowels in showers and misc plumbing. 60ea locations x 4 in = 240 in $9,581.45Subtotal for Section - 02 Section - 03 03 21 11 00 0120 #4, Grade 40, Slab On Grade, Steel Reinforcement Bar13 $246.49LF Installation =x x 246.49 FactorUnit PriceQuantity Total 0.87 1.4166 200.00 reinforcement for shower and misc plumbing repairs 03 30 53 00 0007 Hand Mix And Place ConcreteFor use where conventional equipment access is limited or when directed by the owner. 14 $2,020.07CF Installation =x x 2,020.07 FactorUnit PriceQuantity Total 28.52 1.4166 50.00 hand mix and place concrete for new shower floors and misc plumbing 03 35 13 00 0006 Steel Trowel, Concrete Floor Finish15 $114.04SF Installation =x x 114.04 FactorUnit PriceQuantity Total 1.61 1.4166 50.00 03 35 13 00 0006 0049 For Up To 100, Add16 $228.07MOD Installation =x x 228.07 FactorUnit PriceQuantity Total 3.22 1.4166 50.00 $2,608.67Subtotal for Section - 03 Section - 05 05 05 19 00 0014 1/2" Diameter x 4-1/4" Length, Zinc Plated Steel, Wedge Anchor Expansion Bolt 17 $259.96EA Installation =x x 259.96 FactorUnit PriceQuantity Total 20.39 1.4166 9.00 anchor bolts for new wall framing to foundation and angle supports 05 41 00 00 0011 6" Width, 16" On Center, 16 Gauge, Load Bearing, Structural Metal Stud Framing With Tracks And Runners 18 $936.09SF Installation =x x 936.09 FactorUnit PriceQuantity Total 8.26 1.4166 80.00 Page 2 of 12 3/14/2025 Contractor's Price Proposal - Detail Contractor's Price Proposal - Detail Continues.. Work Order Title: Work Order Number:139157.00 Burlingame Fire Station 36 Renovation Section - 05 05 41 00 00 0011 0187 For Up To 200, Add19 $245.92MOD Installation =x x 245.92 FactorUnit PriceQuantity Total 2.17 1.4166 80.00 05 43 00 00 0052 6-Hole Electrogalvanized Steel Shelf Bracket For Unistrut20 $1,662.18EA Installation =x x 1,662.18 FactorUnit PriceQuantity Total 146.67 1.4166 8.00 brackets for new countertops $3,104.15Subtotal for Section - 05 Section - 06 06 11 16 00 0164 2" x 6" Pressure Treated Wood Blocking To Steel21 $1,869.91LF Installation =x x 1,869.91 FactorUnit PriceQuantity Total 8.25 1.4166 160.00 blocking for new material installation behind wall. $1,869.91Subtotal for Section - 06 Section - 07 07 21 16 00 0014 5-1/2" Thick, Unfaced, R-21 Fiberglass Flexible Insulation22 $3,088.19SF Installation =x x 3,088.19 FactorUnit PriceQuantity Total 2.18 1.4166 1,000.00 125 LF x 8' H = 1000 SF $3,088.19Subtotal for Section - 07 Section - 08 08 05 13 00 0051 Removal And Reinstallation Of Door23 $130.17EA Installation =x x 130.17 FactorUnit PriceQuantity Total 91.89 1.4166 1.00 r/r existing door for new floor tile work 08 05 13 00 0058 Trim Bottom Of Existing Wood Door For Installation Of Carpet Or TileExcludes removal and reinstallation of door. 24 $69.41EA Installation =x x 69.41 FactorUnit PriceQuantity Total 49.00 1.4166 1.00 08 17 23 00 0130 3' x 7' x 1-3/4" Prehung Solid Core, Oak Or Maple Faced Door25 $1,003.82EA Installation =x x 1,003.82 FactorUnit PriceQuantity Total 708.61 1.4166 1.00 08 71 11 00 0027 4-1/2" x 4-1/2" Heavy Duty, Full Mortise, Plain Bearing, Brass/Bronze, Satin Chrome Finish Hinge 26 $279.45PR Installation =x x 279.45 FactorUnit PriceQuantity Total 131.51 1.4166 1.50 New door hinges on new door 08 71 11 00 0859 16" x 38", 0.050" Thick, Satin Aluminum Finish, Aluminum Kick Plate27 $267.40EA Installation =x x 267.40 FactorUnit PriceQuantity Total 94.38 1.4166 2.00 08 71 11 00 2270 Surface Mounted Heavy Duty Door Closer (LCN 4040XP/4041 Series)28 $698.17EA Installation =x x 698.17 FactorUnit PriceQuantity Total 492.85 1.4166 1.00 Page 3 of 12 3/14/2025 Contractor's Price Proposal - Detail Contractor's Price Proposal - Detail Continues.. Work Order Title: Work Order Number:139157.00 Burlingame Fire Station 36 Renovation Section - 08 08 71 11 00 2270 0250 For AVB (5 LB Per Push), Add29 $0.00MOD Installation =x x 0.00 FactorUnit PriceQuantity Total 6.60 1.4166 0.00 08 71 11 00 2298 Bath/Bedroom Privacy F37 Pre-Assembled Lockset (Corbin Russwin UT5220)Locked with push button inside. 30 $1,748.91EA Installation =x x 1,748.91 FactorUnit PriceQuantity Total 1,234.58 1.4166 1.00 08 72 43 00 0047 5" Width, 1/2" Height, Stainless Steel Saddle Threshold (Pemko 154SS)31 $3,060.07LF Installation =x x 3,060.07 FactorUnit PriceQuantity Total 144.01 1.4166 15.00 2ea bathroom doors, 3ea in lockers and hallway 08 72 43 00 0210 6" Width, 5/8" Height, Plain Marble Threshold32 $154.76LF Installation =x x 154.76 FactorUnit PriceQuantity Total 21.85 1.4166 5.00 threshold for glass shower door $7,412.16Subtotal for Section - 08 Section - 09 09 01 20 91 0002 Up To 2 SF, Cut And Patch Hole In Gypsum Board To Match ExistingPer location. 33 $5,479.41SF Installation =x x 5,479.41 FactorUnit PriceQuantity Total 19.34 1.4166 200.00 patch/repair misc holes in locker rooms and hallway walls 09 01 60 91 0013 Chemical Prepare Existing Concrete Floor Prior To Installation Of Flooring34 $894.04SY Installation =x x 894.04 FactorUnit PriceQuantity Total 6.86 1.4166 92.00 Floor cleaning prior to laying new LVT 09 05 61 13 0009 15# Two Coats, Moisture Vapor Transmission Control (Dependable Cutdown® II) 35 $6,396.23SF Installation =x x 6,396.23 FactorUnit PriceQuantity Total 5.44 1.4166 830.00 vapor barrier for lvp 09 28 13 00 0003 1/2" Cementitious Backer Units For Installation On Floors36 $1,934.93SF Installation =x x 1,934.93 FactorUnit PriceQuantity Total 4.71 1.4166 290.00 cement backer for showers 09 28 13 00 0003 0063 For Installation On Wall, Add37 $220.99MOD Installation =x x 220.99 FactorUnit PriceQuantity Total 0.65 1.4166 240.00 09 28 13 00 0003 0064 For Installation On Ceiling, Add38 $114.74MOD Installation =x x 114.74 FactorUnit PriceQuantity Total 1.62 1.4166 50.00 09 29 10 00 0026 5/8", Mesh Reinforced, Moisture And Mold Resistant Gypsum Board (Georgia-Pacific ToughRock® Mold-Guard™) 39 $4,184.64SF Installation =x x 4,184.64 FactorUnit PriceQuantity Total 2.11 1.4166 1,400.00 new gypsum for walls and ceiiling. 400 SF for ceiling, 1000 SF for walls 09 29 10 00 0038 Up To 10' High, Walls, Tape, Spackle And Finish Gypsum Board40 $1,034.12SF Installation =x x 1,034.12 FactorUnit PriceQuantity Total 0.73 1.4166 1,000.00 Page 4 of 12 3/14/2025 Contractor's Price Proposal - Detail Contractor's Price Proposal - Detail Continues.. Work Order Title: Work Order Number:139157.00 Burlingame Fire Station 36 Renovation Section - 09 09 29 10 00 0041 Up To 10' High, Ceilings, Tape, Spackle And Finish Gypsum Board41 $543.97SF Installation =x x 543.97 FactorUnit PriceQuantity Total 0.96 1.4166 400.00 09 29 10 00 0044 Up To 10' High, Vertical Corners, Tape, Spackle And Finish Gypsum Board42 $489.58LF Installation =x x 489.58 FactorUnit PriceQuantity Total 1.44 1.4166 240.00 09 29 10 00 0047 Up To 10' High, Horizontal Corners, Tape, Spackle And Finish Gypsum Board43 $285.59LF Installation =x x 285.59 FactorUnit PriceQuantity Total 1.68 1.4166 120.00 09 29 10 00 0051 Corner Bead, Galvanized Steel For Gypsum Board44 $1,927.71LF Installation =x x 1,927.71 FactorUnit PriceQuantity Total 3.78 1.4166 360.00 horizontal and vertical corner beads 09 30 13 00 0004 8" x 8" And Larger Unmounted Floor TileIncludes glazed porcelain , unglazed porcelain and glazed ceramic tiles. 45 $8,352.27SF Installation =x x 8,352.27 FactorUnit PriceQuantity Total 14.74 1.4166 400.00 09 30 13 00 0004 0068 For High-Modulus, High-Strength Epoxy Grout, Add46 $719.63MOD Installation =x x 719.63 FactorUnit PriceQuantity Total 1.27 1.4166 400.00 09 30 13 00 0007 8" x 8" And Larger Unmounted Wall TileIncludes glazed porcelain , unglazed porcelain and glazed ceramic tiles. 47 $19,002.98SF Installation =x x 19,002.98 FactorUnit PriceQuantity Total 16.26 1.4166 825.00 wall tile partial, plus full tile in shower per plans 09 30 13 00 0007 0073 For High-Modulus, High-Strength Epoxy Grout, Add48 $1,753.04MOD Installation =x x 1,753.04 FactorUnit PriceQuantity Total 1.50 1.4166 825.00 09 30 13 00 0008 Less than 8" x 8" Mounted Ceiling TileIncludes glazed porcelain , unglazed porcelain and glazed ceramic tiles. Tiles mounted from back , side or front in 12" x 12", 12" x 24", or similar sized sheets. 49 $1,366.31SF Installation =x x 1,366.31 FactorUnit PriceQuantity Total 19.29 1.4166 50.00 showers 09 30 13 00 0008 0073 For High-Modulus, High-Strength Epoxy Grout, Add50 $138.83MOD Installation =x x 138.83 FactorUnit PriceQuantity Total 1.96 1.4166 50.00 09 30 13 00 0011 6" High x 12" Long, Unpolished Ceramic Cove Base (Daltile Portfolio)51 $3,040.38LF Installation =x x 3,040.38 FactorUnit PriceQuantity Total 17.17 1.4166 125.00 09 30 13 00 0011 0078 For High-Modulus, High-Strength Epoxy Grout, Add52 $272.70MOD Installation =x x 272.70 FactorUnit PriceQuantity Total 1.54 1.4166 125.00 09 31 13 00 0002 Thin Set - Latex Portland Cement Mortar53 $2,932.72SF Installation =x x 2,932.72 FactorUnit PriceQuantity Total 1.69 1.4166 1,225.00 09 31 13 00 0002 0060 For >1,000, Deduct54 -$225.59MOD Installation =x x -225.59 FactorUnit PriceQuantity Total -0.13 1.4166 1,225.00 Page 5 of 12 3/14/2025 Contractor's Price Proposal - Detail Contractor's Price Proposal - Detail Continues.. Work Order Title: Work Order Number:139157.00 Burlingame Fire Station 36 Renovation Section - 09 09 32 13 00 0003 1-1/4" Minimum Thickness Portland Cement Mortar Setting BedFor commercial floors. Includes 15 LB felt and wire reinforcement. 55 $3,207.18SF Installation =x x 3,207.18 FactorUnit PriceQuantity Total 5.66 1.4166 400.00 mortar bed for leveling in prep for floor tile install 09 34 00 00 0005 48" x 48", Prefabricated Assembly For Tiled Showers (Schluter® KERDI Shower ST/SC) 56 $3,253.42EA Installation =x x 3,253.42 FactorUnit PriceQuantity Total 1,148.32 1.4166 2.00 09 34 00 00 0024 5/16" Thick, High-Density Polyethylene Membrane With Grid Structure And Underside Anchoring Fleece , Waterproofing, Uncoupling And Vapor Management Membrane (Schluter® DITRA-XL) 57 $2,793.54SF Installation =x x 2,793.54 FactorUnit PriceQuantity Total 4.93 1.4166 400.00 floor membrane per specs 09 39 00 00 0033 1/2" Height, Aluminum Transition Trim For Tile (Schluter® RENO-TK)58 $1,046.51LF Installation =x x 1,046.51 FactorUnit PriceQuantity Total 5.91 1.4166 125.00 wall trim 09 65 13 13 0011 4-1/2" High, 3/8" Thick, Type TP Thermoplastic Rubber Wall Base, All Colors59 $2,529.48LF Installation =x x 2,529.48 FactorUnit PriceQuantity Total 7.44 1.4166 240.00 locker rooms 09 65 19 23 0014 2.5mm Thick, Luxury Vinyl Tile (LVT) (Mannington Amtico)60 $13,509.69SF Installation =x x 13,509.69 FactorUnit PriceQuantity Total 11.49 1.4166 830.00 locker rooms and hallway 09 91 23 00 0067 1 Coat Primer, Brush/Roller Work, Paint Interior Plaster/Drywall Walls61 $453.31SF Installation =x x 453.31 FactorUnit PriceQuantity Total 0.64 1.4166 500.00 bathroom walls- 125 LF x 4' = 500 SF 09 91 23 00 0067 0283 For >250 To 500, Add62 $56.66MOD Installation =x x 56.66 FactorUnit PriceQuantity Total 0.08 1.4166 500.00 09 91 23 00 0069 2 Coats Paint, Brush/Roller Work, Paint Interior Plaster/Drywall Walls63 $913.71SF Installation =x x 913.71 FactorUnit PriceQuantity Total 1.29 1.4166 500.00 bathroom walls 09 91 23 00 0069 0283 For >250 To 500, Add64 $120.41MOD Installation =x x 120.41 FactorUnit PriceQuantity Total 0.17 1.4166 500.00 09 91 23 00 0134 1 Coat Paint, Brush Work, Paint Interior Acoustical Ceiling65 $611.97SF Installation =x x 611.97 FactorUnit PriceQuantity Total 0.96 1.4166 450.00 ceilings and skylights 09 91 23 00 0134 0283 For >250 To 500, Add66 $82.87MOD Installation =x x 82.87 FactorUnit PriceQuantity Total 0.13 1.4166 450.00 Page 6 of 12 3/14/2025 Contractor's Price Proposal - Detail Contractor's Price Proposal - Detail Continues.. Work Order Title: Work Order Number:139157.00 Burlingame Fire Station 36 Renovation Section - 09 09 91 23 00 0135 2 Coats Paint, Brush Work, Paint Interior Acoustical Ceiling67 $1,083.70SF Installation =x x 1,083.70 FactorUnit PriceQuantity Total 1.70 1.4166 450.00 09 91 23 00 0135 0283 For >250 To 500, Add68 $146.62MOD Installation =x x 146.62 FactorUnit PriceQuantity Total 0.23 1.4166 450.00 09 91 23 00 0252 1 Coat Primer, Brush/Roller Work, Paint Interior Wood Door Frame And Trim69 $57.23LF Installation =x x 57.23 FactorUnit PriceQuantity Total 1.01 1.4166 40.00 paint 2ea door frames 09 91 23 00 0254 2 Coats Paint, Brush/Roller Work, Paint Interior Wood Door Frame And Trime70 $125.79LF Installation =x x 125.79 FactorUnit PriceQuantity Total 2.22 1.4166 40.00 09 91 23 00 0275 1 Coat Primer, Brush/Roller Work, Both Faces, Paint Interior Wood Door71 $110.51EA Installation =x x 110.51 FactorUnit PriceQuantity Total 78.01 1.4166 1.00 clean/touch-up existing wood door 09 91 23 00 0277 2 Coats Paint, Brush/Roller Work, Both Faces, Paint Interior Wood Door72 $196.98EA Installation =x x 196.98 FactorUnit PriceQuantity Total 139.05 1.4166 1.00 09 91 23 00 0288 >20 To 26 SF Window Size, 1 Coat Paint, Brush Work, Interior Metal Window Including Trim, Brush/Roller Work 73 $204.76EA Installation =x x 204.76 FactorUnit PriceQuantity Total 144.54 1.4166 1.00 1ea- 5x5' window $91,363.56Subtotal for Section - 09 Section - 10 10 14 23 11 0026 >100 SI, Acrylic, Surface Mount, Indoor/Outdoor Signs With Braille74 $197.87SI Installation =x x 197.87 FactorUnit PriceQuantity Total 0.97 1.4166 144.00 Directional ADA sign 10 14 23 11 0046 1/4" Thick, 12" Diameter, California Title 24, Surface Mount, Geometric Unisex Restroom SignIncludes contrasting color equilateral triangle with 12" long edges superimposed on the circle. 75 $921.70EA Installation =x x 921.70 FactorUnit PriceQuantity Total 162.66 1.4166 4.00 2ea signs for each bathroom 10 28 13 13 0054 Two Roll, Recessed Mounted, Stainless Steel Toilet Tissue Dispenser (Bobrick Classic B-3888) 76 $431.64EA Installation =x x 431.64 FactorUnit PriceQuantity Total 152.35 1.4166 2.00 10 28 13 13 0067 40 Fluid Ounce, Concealed Surface Mounted, Translucent Soap Dispenser (Bobrick B-40) 77 $231.61EA Installation =x x 231.61 FactorUnit PriceQuantity Total 81.75 1.4166 2.00 10 28 13 13 0099 Surface Mounted, Stainless Steel Sanitary Seat-Cover Dispenser (Bobrick Contura B-4221) 78 $380.41EA Installation =x x 380.41 FactorUnit PriceQuantity Total 134.27 1.4166 2.00 Page 7 of 12 3/14/2025 Contractor's Price Proposal - Detail Contractor's Price Proposal - Detail Continues.. Work Order Title: Work Order Number:139157.00 Burlingame Fire Station 36 Renovation Section - 10 10 28 13 13 0140 12 Gallon, Semi-Recess Mounted, Stainless Steel Combination Folded Paper Towel Dispenser/Waste Receptacle (Bobrick Classic B-3909) 79 $2,343.59EA Installation =x x 2,343.59 FactorUnit PriceQuantity Total 827.19 1.4166 2.00 10 28 13 13 0148 Surface Mounted, Stainless Steel Sanitary Napkin/Tampon Disposal (Bobrick Classic B-254) 80 $444.30EA Installation =x x 444.30 FactorUnit PriceQuantity Total 156.82 1.4166 2.00 10 28 13 13 0168 24" Length, 1-1/2" Diameter, Stainless Steel Grab Bar (Bobrick B-6806x24)81 $264.37EA Installation =x x 264.37 FactorUnit PriceQuantity Total 93.31 1.4166 2.00 10 28 13 13 0170 36" Length, 1-1/2" Diameter, Stainless Steel Grab Bar (Bobrick B-6806x36)82 $137.81EA Installation =x x 137.81 FactorUnit PriceQuantity Total 97.28 1.4166 1.00 10 28 13 13 0172 48" Length, 1-1/2" Diameter, Stainless Steel Grab Bar (Bobrick B-6806x48)83 $147.47EA Installation =x x 147.47 FactorUnit PriceQuantity Total 104.10 1.4166 1.00 10 28 13 13 0209 33-1/2" Width, Wall-Mounted, Stainless Steel, Americans With Disabilities Act Compliant Folding Shower Seat, (Acorn Shower-Ware 1103-31/1103-32) 84 $4,295.43EA Installation =x x 4,295.43 FactorUnit PriceQuantity Total 3,032.21 1.4166 1.00 10 28 13 13 0216 Stainless Steel Shower Curtain Hook (Bobrick B-204-1)85 $48.28EA Installation =x x 48.28 FactorUnit PriceQuantity Total 2.84 1.4166 12.00 10 28 13 13 0217 Telescoping 60" To 72" Length, 20-Gauge, 1" Diameter, Stainless Steel Curved Shower Rod With Concealed Mounting (Kohler Expanse K-9349) 86 $178.53EA Installation =x x 178.53 FactorUnit PriceQuantity Total 126.03 1.4166 1.00 10 28 13 13 0219 70" Width x 72" Height, Vinyl Shower Curtain (Bobrick B-204-3)Requires 12 curtain hooks. 87 $64.78EA Installation =x x 64.78 FactorUnit PriceQuantity Total 45.73 1.4166 1.00 10 28 13 13 0309 Double Stainless Steel Robe Hook (Bobrick B-672 or B-6727)88 $140.44EA Installation =x x 140.44 FactorUnit PriceQuantity Total 49.57 1.4166 2.00 10 28 13 13 0322 24" Length, 3/4" Diameter, Stainless Steel Towel Bar (Bobrick B-674)89 $147.47EA Installation =x x 147.47 FactorUnit PriceQuantity Total 104.10 1.4166 1.00 10 28 13 13 0351 24" x 36", Surface Mounted, Stainless Steel Channel Frame Glass Mirror (Bobrick B-165 2436) 90 $407.58EA Installation =x x 407.58 FactorUnit PriceQuantity Total 143.86 1.4166 2.00 10 28 19 16 0013 35-3/16" To 36-1/16" Opening, Frameless, Tempered Safety Glass, Swinging Shower Door (American Standard AM0305D) 91 $992.46EA Installation =x x 992.46 FactorUnit PriceQuantity Total 700.59 1.4166 1.00 glass door for shower. $11,775.74Subtotal for Section - 10 Section - 12 Page 8 of 12 3/14/2025 Contractor's Price Proposal - Detail Contractor's Price Proposal - Detail Continues.. Work Order Title: Work Order Number:139157.00 Burlingame Fire Station 36 Renovation Section - 12 12 36 61 16 0005 1/2" Thick, Solid Color, Solid Surface Countertop With 4" Backsplash92 $3,370.05SF Installation =x x 3,370.05 FactorUnit PriceQuantity Total 72.09 1.4166 33.00 2ea countertops. 6x3 and 5x3 12 36 61 16 0005 0021 For Up To 50, Add93 $1,078.47MOD Installation =x x 1,078.47 FactorUnit PriceQuantity Total 23.07 1.4166 33.00 12 36 61 16 0006 1/2" Thick, Solid Color, Solid Surface End Splash For Solid Surface Countertops 94 $468.24LF Installation =x x 468.24 FactorUnit PriceQuantity Total 23.61 1.4166 14.00 face end and side splash 12 36 61 16 0007 Cutout For Undercounter Sink In Solid Surface CountertopNot including integral seamed sinks 95 $459.23EA Installation =x x 459.23 FactorUnit PriceQuantity Total 162.09 1.4166 2.00 $5,375.99Subtotal for Section - 12 Section - 22 22 01 40 81 0002 Removal And Replacement Of 3/8" To 1/2" Compression Shut-off Valve With 15" Polybutylene Supply Tube 96 $157.02EA Installation =x x 157.02 FactorUnit PriceQuantity Total 55.42 1.4166 2.00 22 11 16 00 0902 1" Inside Diameter Copper Pipe/Tubing Type L AssemblyIncludes all hangers and couplings, elbow, tee, reducer fittings. All hangers are complete assemblies. Not for use where detail is available. 97 $4,574.20LF Installation =x x 3,931.07 FactorUnit PriceQuantity Total 27.75 1.4166 100.00 Demolition x x = 643.14 4.54 1.4166 100.00 water line rework/relocation in restrooms for sinks, toilets, and showers 22 11 19 00 0145 3/4" IPS, Shallow Stainless Steel Escutcheon98 $62.27EA Installation =x x 62.27 FactorUnit PriceQuantity Total 21.98 1.4166 2.00 Metal circular disc that is a wall cover plate, where flush valves penetrate the wall 22 11 19 00 0224 1/2" Inlets, 1/2" Outlet Sink/Faucet Point-Of-Use Thermostatic Mixing Valve (Bradley S59-2007) 99 $1,394.42EA Installation =x x 1,321.89 FactorUnit PriceQuantity Total 466.57 1.4166 2.00 Demolition x x = 72.53 25.60 1.4166 2.00 22 13 13 00 0004 Wall Mounted Water Closet , Single Fixture Rough-In, Cast Iron Waste And Vent PipeIncludes cast iron waste and vent pipe and copper domestic supply . Excludes fixture, carrier and flush valve. 100 $1,930.68EA Installation =x x 1,930.68 FactorUnit PriceQuantity Total 1,362.90 1.4166 1.00 22 13 13 00 0007 Wall Mounted Lavatory , Single Fixture Rough-In, Cast Iron Waste And Vent PipeIncludes cast iron waste and vent pipe and copper domestic supply. Excludes fixture, carrier and faucet. 101 $1,990.72EA Installation =x x 1,990.72 FactorUnit PriceQuantity Total 702.64 1.4166 2.00 22 13 13 00 0013 Shower, Single Fixture Rough-In, Cast Iron Waste And Vent PipeIncludes cast iron waste and vent pipe and copper domestic supply. Excludes fixture, shower head and faucet. 102 $2,506.28EA Installation =x x 2,506.28 FactorUnit PriceQuantity Total 884.61 1.4166 2.00 Page 9 of 12 3/14/2025 Contractor's Price Proposal - Detail Contractor's Price Proposal - Detail Continues.. Work Order Title: Work Order Number:139157.00 Burlingame Fire Station 36 Renovation Section - 22 22 13 16 00 0005 4" Underground Bell And Spigot Cast Iron Soil Pipe AssemblyIncludes all fittings and gaskets. Excludes earthwork excavation, backfill and compaction. Not for use where detail is available. 103 $5,152.88LF Installation =x x 4,318.51 FactorUnit PriceQuantity Total 60.97 1.4166 50.00 Demolition x x = 834.38 11.78 1.4166 50.00 Sewer line rework to new toilet, sinks, and showers at both restrooms 22 13 19 13 0003 Bronze Top, 6" Round Top Floor Drain With 2" Outlet104 $2,529.03EA Installation =x x 2,196.52 FactorUnit PriceQuantity Total 775.28 1.4166 2.00 Demolition x x = 332.50 117.36 1.4166 2.00 r/r shower drains during resloping of floors 22 42 13 13 0015 2 Piece Tank Type, Pressure Assisted , Siphon Jet, Wall Mounted, Wall Outlet, Handicap Accessible, Elongated Vitreous China Water Closet (American Standard Glenwall™) 105 $1,785.70EA Installation =x x 1,609.10 FactorUnit PriceQuantity Total 1,135.89 1.4166 1.00 Demolition x x = 176.59 124.66 1.4166 1.00 22 42 13 13 0063 Vertical Adjustable On Stack, Hub And Spigot, Single Water Closet Carrier106 $1,599.00EA Installation =x x 1,526.16 FactorUnit PriceQuantity Total 1,077.34 1.4166 1.00 Demolition x x = 72.84 51.42 1.4166 1.00 carrier for new toilet 22 42 13 13 0071 Removal And Reinstallation Of Wall Hung Water Closet With Tank107 $630.68EA Installation =x x 630.68 FactorUnit PriceQuantity Total 445.21 1.4166 1.00 1ea toilet to remain. Will remove for new floor and reset afterwards 22 42 16 13 0014 21" x 18" Vitreous China Countertop Lavatory (American Standard Cadet™ Oval) 108 $1,837.64EA Installation =x x 1,390.62 FactorUnit PriceQuantity Total 490.83 1.4166 2.00 Demolition x x = 447.02 78.89 1.4166 4.00 22 42 39 00 0054 Single Hole, Chrome, Single Handle Lavatory Faucet (Moen 8417)109 $1,106.99EA Installation =x x 908.32 FactorUnit PriceQuantity Total 320.60 1.4166 2.00 Demolition x x = 198.66 35.06 1.4166 4.00 22 42 39 00 0095 Stainless Steel Corner Shower System With Thru -Wall Exposed Piping Covering, Adjustable Shower Head, Soap Dish, Metal Top Cap And Thermostatic/Pressure Balancing Control Valve (Symmons® Hydapipe® 1-807) 110 $3,102.44EA Installation =x x 2,916.18 FactorUnit PriceQuantity Total 1,029.29 1.4166 2.00 Demolition x x = 186.25 65.74 1.4166 2.00 22 42 39 00 0095 0103 For Recessed Soap Dish, Add111 $306.33MOD Installation =x x 306.33 FactorUnit PriceQuantity Total 108.12 1.4166 2.00 22 42 39 00 0095 0104 For Hand Spray, Hose And 30" Slide Bar, Add112 $468.92MOD Installation =x x 468.92 FactorUnit PriceQuantity Total 165.51 1.4166 2.00 22 42 39 00 0210 Lavatory Protective Enclosure (IPS Truebro Lav Shield)113 $525.56EA Installation =x x 442.77 FactorUnit PriceQuantity Total 156.28 1.4166 2.00 Demolition x x = 82.79 14.61 1.4166 4.00 Page 10 of 12 3/14/2025 Contractor's Price Proposal - Detail Contractor's Price Proposal - Detail Continues.. Work Order Title: Work Order Number:139157.00 Burlingame Fire Station 36 Renovation Section - 22 22 42 39 00 0217 1/2" NPT x 3/8" Compression Chrome, Quarter Turn Dual Angle Stop (SharkBite 25558) 114 $458.33EA Installation =x x 356.98 FactorUnit PriceQuantity Total 42.00 1.4166 6.00 Demolition x x = 101.34 10.22 1.4166 7.00 22 42 39 00 0219 12" Long, 3/8" OD x 7/8" BC, Stainless Steel Braided Toilet Supply Line115 $81.92EA Installation =x x 53.83 FactorUnit PriceQuantity Total 19.00 1.4166 2.00 Demolition x x = 28.09 6.61 1.4166 3.00 $32,201.01Subtotal for Section - 22 Section - 23 23 83 33 00 0017 3,000 Watt Wall Heater With Fan, Recessed, Commercial 120-277 Volt116 $1,170.27EA Installation =x x 1,015.29 FactorUnit PriceQuantity Total 716.71 1.4166 1.00 Demolition x x = 154.98 109.40 1.4166 1.00 $1,170.27Subtotal for Section - 23 Section - 26 26 05 29 00 0272 1", "J" Type Conduit Hanger (Unistrut J1210)117 $628.12EA Installation =x x 628.12 FactorUnit PriceQuantity Total 22.17 1.4166 20.00 hangers for electric rework 26 05 29 00 0272 0130 For Work In Restricted Working Space, Add118 $63.18MOD Installation =x x 63.18 FactorUnit PriceQuantity Total 2.23 1.4166 20.00 26 05 33 13 0022 1" Electrical Metallic Tubing (EMT) Conduit Assembly With 3 #12 Copper THHN And 1 #12 Copper Insulated Grounding ConductorIncludes conduit, set screw connectors, set screw couplings, straps, wire as indicated. Not for use where detail is available. 119 $5,641.99CLF Installation =x x 4,541.76 FactorUnit PriceQuantity Total 1,068.70 1.4166 3.00 Demolition x x = 1,100.23 258.89 1.4166 3.00 26 05 33 13 0022 0018 For Work In Restricted Working Space, Add120 $943.16MOD Installation =x x 943.16 FactorUnit PriceQuantity Total 221.93 1.4166 3.00 26 05 33 23 0242 Switch Cover (Wiremold #3040CE)121 $107.24EA Installation =x x 107.24 FactorUnit PriceQuantity Total 15.14 1.4166 5.00 26 05 33 23 0243 Duplex Receptacle Cover (Wiremold #3043BE)122 $73.39EA Installation =x x 73.39 FactorUnit PriceQuantity Total 17.27 1.4166 3.00 26 09 23 00 0432 120 LF Coverage, Low Temperature, Passive Infrared, Ceiling/Wall Mounted Occupancy Sensor (Watt Stopper CB-100-1/3) 123 $1,692.06EA Installation =x x 1,692.06 FactorUnit PriceQuantity Total 238.89 1.4166 5.00 occ sensor switches 26 09 23 00 0448 120 Volt AC, Two Relay, Occupancy Sensor Power Pack (Watt Stopper C120E-P) 124 $277.12EA Installation =x x 277.12 FactorUnit PriceQuantity Total 97.81 1.4166 2.00 Page 11 of 12 3/14/2025 Contractor's Price Proposal - Detail Contractor's Price Proposal - Detail Continues.. Work Order Title: Work Order Number:139157.00 Burlingame Fire Station 36 Renovation Section - 26 26 09 23 00 0461 Mounting Bracket For Occupancy Sensor (Watt Stopper MB)Includes J-plate for mounting to HID fixtures or L-plate for mounting to fluorescent fixtures, walls, shelves and girders. 125 $105.82EA Installation =x x 105.82 FactorUnit PriceQuantity Total 37.35 1.4166 2.00 26 27 26 00 0005 20 Amperes, 1 Gang, NEMA 5-20, Duplex Receptacle Assembly126 $518.39EA Installation =x x 368.12 FactorUnit PriceQuantity Total 86.62 1.4166 3.00 Demolition x x = 150.27 35.36 1.4166 3.00 26 27 26 00 0068 20 Amperes, Ground Fault Circuit Interrupter (GFCI), Duplex Receptacle127 $261.83EA Installation =x x 202.50 FactorUnit PriceQuantity Total 47.65 1.4166 3.00 Demolition x x = 59.33 13.96 1.4166 3.00 26 27 26 00 0138 1 Gang, 20 Amperes, 120/277 Volt, SPST, Switch Assembly128 $893.66EA Installation =x x 643.21 FactorUnit PriceQuantity Total 90.81 1.4166 5.00 Demolition x x = 250.45 35.36 1.4166 5.00 26 51 13 00 0021 3 Lamp Vanity Light, Wall Mounted, Glass Globe, Compact Fluorescent/Incandescent Fixture (Progressive P2708) 129 $543.61EA Installation =x x 543.61 FactorUnit PriceQuantity Total 191.87 1.4166 2.00 26 51 19 00 0663 1,400 Lumens, 25 Watt, Pendant Mount, Wet Location, NEMA 4X, Low Bay, LED Fixture (Cooper Vaporgard™ Pro P 2LC) 130 $3,320.23EA Installation =x x 3,320.23 FactorUnit PriceQuantity Total 1,171.90 1.4166 2.00 shower lights 26 51 19 00 0663 0453 For Ceiling Mount, Add131 $222.72MOD Installation =x x 222.72 FactorUnit PriceQuantity Total 78.61 1.4166 2.00 26 51 19 00 0722 14" Diameter, 2,240 Lumens, 17 Watt, 4000K CCT, LED Drum Fixture (Enertron 10LED4X614-40) 132 $431.27EA Installation =x x 431.27 FactorUnit PriceQuantity Total 152.22 1.4166 2.00 $15,723.79Subtotal for Section - 26 Proposal Total This total represents the correct total for the proposal. Any discrepancy between line totals, sub-totals and the proposal total is due to rounding. $194,210.32 Page 12 of 12 3/14/2025 Contractor's Price Proposal - Detail Subcontractor Listing 139157.00 Burlingame Fire Station 36 Renovation CA-R3-GB01-123021-TSWIQC Master Contract #: Work Order #: Owner PO #: Title: Re: March 14, 2025Date: Proposal Value: Contractor: T&S Intermodal Maintenance, Inc. DBA T&S West $194,210.32 %DutiesName of Contractor Amount Gold Country Tile Co Inc 18.02$35,000.00 Synergy Companies 15.45$30,000.00 6.00 Page 1 of 1 3/14/2025 Subcontractor Listing T & S West P O Box 1592 Linden, CA 95236 Office: (209) 942-1360 Fax: (209) 942-1368 U Scope of Work Project Description: Burlingame Fire Station 36– Bathroom Tenant Improvements Date: March 11, 2025 (valid for 30 days) Contractor: T & S West T & S West (T & S) is pleased to submit a proposal for the above referenced project. Scope based per onsite investigation by Randy Bese on 02/11/24 and plans by FV Architecture dated 1/29/25. Price: See Gordian Proposal T&S will provide the following Inclusions: 1. General Account a. Supervision, Mobilization, Demobilization, Insurance, Builders Risk Insurance, Bond, Job Setup/Startup, Final Cleanup 2. Demolition a. Demo remainder of bathrooms, as needed, after abatement demolition by others. 3. Plumbing a. Reconfigure water, sewer, and drain lines for new layout, per plan i. Plumbing assumes we can tie-in to existing utilities b. Sawcut, remove, and replace concrete for utility reconfigurations and shower floors c. Install new Sinks- 2ea, Toilets- 1ea, Floor Drains- 2ea. 4. Electrical a. Remove and replace all lights, switches and occupancy sensors 5. HVAC a. Remove and replace wall mounted space heater 6. Framing/Furring a. Frame/Fur new walls, 2ea b. Provide blocking for new bathroom fixtures T & S West P O Box 1592 Linden, CA 95236 Office: (209) 942-1360 Fax: (209) 942-1368 7. Gypsum Board / Tape / Texture / Concrete Backer a. Moisture Resistant Gypsum Board b. Tape and Texture c. Concrete backer boards in showers 8. Tile a. The Daltile Veranda requested by owner has been discontinued. Job budgeted with $5.45/SF tile price. Daltile Synchronic SY33 or equivalent. b. Install tile on floors c. Install tile on walls in Bathrooms and showers, per plan. d. Float floors, as needed to provide proper sloping in showers and level floor in remaining areas 9. Bathroom Finishes a. Paint both bathrooms b. Remove and replace 1ea door c. Per plans 10. LVP in Locker Rooms and Hallway a. Clean existing floors. b. Place Luxury Vinyl Planks (LVP) over concrete flooring. Existing flooring to be removed by others. c. Place rubber cove base. d. Lockers to remain in place, and flooring to go up to existing lockers. Notes: - This proposal is based on performing all work in one move in for all operations, during normal working hours 7am-4pm, Monday through Friday, unless otherwise stated above. We would be happy to discuss alternatives for scheduling, if other requests are needed. - Bid subject to award of all items of work. Deletion of any bid items are subject to price changes for all other items of work. - Owner to provide staging area directly adjacent for work. - Owner is responsible for having work areas clear prior to mobilization and during work, unless noted otherwise above in proposal. - Bid subject to work areas being accessible to personnel, material and equipment throughout the length of construction, approximately 6-8 weeks. - Owner expressly acknowledges that T&S West is a licensed contractor authorized to perform work provided in this Contract and that T&S West is not an engineer or a design consultant. Proposals made by T&S West with respect to work to be performed are made solely for the consideration of Owner and Owner’s design engineer or design consultant, who shall be solely T & S West P O Box 1592 Linden, CA 95236 Office: (209) 942-1360 Fax: (209) 942-1368 responsible for determining whether any such work proposed by T&S West is, or will be, adequate to satisfy the needs and or purposes of the Owner. Except as expressly provided in this Contract, no warranty or representation of any kind or nature with respect to any such proposal. Warranty with respect to fitness for any purpose or use is expressly disclaimed to the fullest extent of the law. Exclusions: • Moisture testing concrete prior to new flooring • HVAC modifications, Mechanical, Fire Sprinklers, Fire Alarm, Security Access of any kind, Data/Cat 5 cabling or outlets, etc. • Temporary utilities (heat, power, water, lights), porta potties. • Adjusting/Relocating conduit, utilities, boxes, etc. • Removal/Storage/Handling of any furniture, lockers, electronic equipment, etc. • Encountering unknown conditions, conflicts, etc. • This proposal specifically excludes: shop drawings; engineering or architectural services; as-built plans; survey staking; all permits and fees; bond costs; inspection fees. • Items of work not specifically mentioned above and in proposal. Travis Collins T & S West 805-215-8694 Cell estimating@tandsinc.us License # 939001 DIR# 1000011948 Acceptance of Proposal: The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work as specified. Payment will be made as outlined above. I understand and agree to the terms and conditions on the following page(s) of this proposal. Authorized Owner Signature ______________________________________ Date ______________________________________ (E) LANSCAPING(E) LANSCAPI N G(E) LANSCAPING(E)DRIVEWAY(E)DRIVEWAY(E) SIDEWALK(E)DRIVEWAY(E)DRIVEWAY(E)DRIVEWAY(E)LANSCAPING (E)DRIVEWAY(E) DRIVEWAY(E) PLANTER(E) PLANTERN. CAROLAN AVENUEROLLINS ROAD(E) BUILDING(E) BUILDINGGENERAL NOTES:1.EXAMINATION OF SITE: CONTRACTOR SHALL THOROUGHLY EXAMINE SITE AND SATISFY HIMSELF AS TO THECONDITIONS UNDER WHICH THE WORK IS TO BE PERFORMED, THE CONTRACTOR SHALL FIELD VERIFY AT THESITE ALL MEASUREMENTS AFFECTING HIS WORK, AND SHALL BE RESPONSIBLE FOR THE CORRECTNESS OFSAME. NO EXTRA EXPENSE WILL BE ALLOWED FOR THE CONTRACTOR FOR EXPENSES DUE TO HIS NEGLECT TOEXAMINE, OR FAILURE TO DISCOVER, CONDITIONS WHICH AFFECT HIS WORK.2.MEASUREMENTS: CONTRACTOR SHALL VERIFY ALL DIMENSIONS SHOWN ON THE DRAWINGS BY TAKING FIELDMEASUREMENTS; PROPER FIT AND ATTACHMENT OF ALL PARTS IS REQUIRED. BEFORE COMMENCING WORK,CHECK ALL LINES AND LEVELS INDICATED AND SUCH OTHER WORK AS BEEN PROPERLY COMPLETED. SHOULDTHERE BE ANY DISCREPANCIES, IMMEDIATELY REPORT IN WRITING TO THE ARCHITECT FOR CORRECTION ORADJUSTMENT PRIOR TO THE COMMENCEMENT OF ANY RELATED WORK. IN THE EVENT OF THE CONTRACTOR'SFAILURE TO DO SO, THE CONTRACTOR SHALL BE FULLY AND SOLELY RESPONSIBLE FOR THE CORRECTION ORADJUSTMENT OF ANY SUCH RELATED WORK OR ERRORS.3.INFORMATION GIVEN HEREIN AND ON THE DRAWINGS WAS OBTAINED FROM DATA AVAILABLE ARCHITECT ATTHE TIME OF DESIGN, BUT ACCURACY CANNOT BE GUARANTEED. DRAWINGS AND SPECIFICATIONS AREINTENDED FOR GUIDANCE, ACTUAL DIMENSIONS AND ELEVATIONS SHALL BE GOVERNED BY ACTUALCONDITIONS ON THE SITE AND SHALL BE CHECKED BY THE CONTRACTOR.4.RULES AND REGULATIONS: ALL WORK AND MATERIALS SHALL BE IN ACCORDANCE WITH THE LATEST ADOPTEDRULES AND REGULATIONS OF THE LOCAL ENFORCING AGENCY AS FOLLOWS: -2022 CALIFORNIA BUILDING CODE -2022 CALIFORNIA PLUMBING CODE -2022 CALIFORNIA MECHANICAL CODE -2022 CALIFORNIA ELECTRICAL CODE -2022 NFPA 101 LIFE SAFETY CODE -2022 CALIFORNIA FIRE CODE -2022 CALIFORNIA GREEN BUILDING CODE -2022 BUILDING ENERGY EFFICIENCY STANDARDS AND ALL APPLICABLE STATE TITLE 24, AND ALL APPLICABLELOCAL MUNICIPAL CODES & ORDINANCES. NOTHING ON THE DRAWINGS IS CONSTRUED TO PERMIT WORK NOT CONFORMING TO THESE CODES.5.THE CONTRACTOR SHALL COORDINATE ALL WORK WITH THE MECHANICAL, ELECTRICAL, PLUMBING AND OTHERSUB TRADES, AND REPORT ANY CONFLICTS OR DISCREPANCIES TO THE ARCHITECT OR ENGINEER FORCORRECTION OR ADJUSTMENT. NO ALLOWANCE WILL BE MADE FOR INCREASED COSTS INCURRED DUE TOLACK OF PROPER COORDINATION.6.THE CONTRACTOR SHALL PROTECT AREA AND NEW OR EXISTING MATERIALS AND FINISHES FROM DAMAGEWHICH MAY OCCUR FROM CONSTRUCTION, DUST, WATER, ETC., AND SHALL PROVIDE AND MAINTAINTEMPORARY BARRICADES, ETC., AS REQUIRED, TO PROTECT THE PUBLIC WORK AREAS DURINGCONSTRUCTION. DAMAGE TO NEW AND EXISTING MATERIALS, FINISHES, STRUCTURES, ETC,., SHALL BEREPAIRED OR REPLACED AT THE EXPENSE OF THE GENERAL CONTRACTOR AND TO THE SATISFACTION OF THEOWNER.7.COORDINATE WITH ALL TRADES INVOLVED AND COMPARE COMPOSITE DRAWINGS TO ENSURE CLEARANCESFOR LIGHT FIXTURES, DUCTS, CEILINGS, ETC. AS NECESSARY TO MAINTAIN THE FINISH CEILING HEIGHT ABOVETHE FINISHED FLOOR SLAB AND CLEARANCES REQUIRED FOR LIGHT FIXTURES. CLARIFY ANY CONFLICTS WITHARCHITECT.8.CONFLICTS BETWEEN VARIOUS ELEMENTS OF THE DRAWINGS, SPECIFICATIONS, NOTES AND DETAILS SHALL BEBROUGHT TO THE ATTENTION OF THE ARCHITECT AND RESOLVED BEFORE PROCEEDING WITH WORK.OWNERFV ARCHITECTURE LLCAddress: 1655 Oakwood Drive,San Mateo, CA 94403Mobile: 415-370-3367Phone/Fax: 650-513-1307Email: francisco.valdes.arch@gmail.comA-1.0TITLE SHEETFIRE/LIFE SAFETY NOTES:1.FIRE/LIFE SAFETY (FIRE ALARM) SYSTEM TO BE MODIFIED UNDER SEPARATE PERMIT IF REQUIRED.VICINITY MAPNOT TO SCALEGENERAL INFORMATIONEXISTING BUILDING CONSTRUCTION:ASSUMED TYPE III-B, 1-STORY BUILDING, NOT SPRINKLEREDOCCUPANCY OF BUILDING:BDESCRIPTION OF USE:B, NO CHANGE IN USEDESCRIPTION OF WORK:EXISTING MEN'S BATHROOM AND WOMEN'S BATHROOM SHALL BEREMODELED AND CONVERTED TO SINGLE-USER ALL-GENDERBATHROOMS, AND MEN'S BATHROOM SHALL BE UPGRADED TO BEFULLY ADA-COMPLIANT. WORK INVOLVES REMOVAL OFNON-BEARING WALL, MILLWORK, GYP. BD. SOFFIT, LIGHT FIXTURES,PLUMBING FIXTURES AND ACCESSORIES, AND FINISHES. IT ALSOINCLUDES BUILDING NEW NON-BEARING WALL AND GYP. BD. SOFFIT,PROVIDING NEW AND RELOCATING EXISTING PLUMBING FIXTURES,ACCESSORIES, LIGHT FIXTURES, AND FINISHES.AREA OF WORK:APPROX. 276 SQ. FT.INDEX:SHEET A-1.0 - TITLE SHEETSHEET A-2.0 - CONSTRUCTION PLANS & DETAILSSHEET A-3.0 - REFLECTED CEILING PLANS & DETAILSSHEET A-4.0 - FINISH PLAN/SCHEDULE AND INTERIOR ELEVATIONS1399 ROLLINSROAD, BURLINGAME,CA 94010SITE PLAN / LOCATOR PLANSCALE: 3/32"=1'-0"AREA OF WORKINDICATES EXISTING ACCESSIBLEPATH OF TRAVEL FDFDFDFDFDCOSSSS+48SSS102101LOCKERS100LOCKERS103MEN'SBATHROOMWOMEN'SBATHROOM4'-0"1'-6"5'-0"30x48CLR.SPACE5'-0"4'-8"4'-0"FDFDFDFDFD2'-6"3'-0"5'-0"3"MAX.2 1/2"MAX.1 1/2"MAX.15"-16"6" MAX.6" MAX.CO2'-6"2'-6"S+42+48+42ALL-GENDERADABATHROOM102ALL-GENDERBATHROOM101LOCKERS100LOCKERS1032'-0"17"-19" 48" MAX.16" MIN.27" MAX.CONTROLADJUSTABLE HEIGHTSHOWER SPRAYUNIT ON VERTICALBAR, WITH 59" MIN.LONG HOSELINE OF LOCATIONAREA FOROPERABLE PARTSOF SHOWER SPRAYUNITSURFACEMT. SOAPDISHFOLD DOWN SEAT2'-0" 33"-36"5'-0" MIN.30"LINE OFLOCATIONAREA FORSHOWERCONTROL6'-0" 1-1/2" MIN.CONSTRUCTION SHEET NOTES: DEMO/PARTITION & ELECTRICAL1.DEMOLISH EXISTING SHOWER ENCLOSURE INCLUDING WALLS, CURB, DOOR, SHOWER HEAD, SOAP HOLDER.AND RAISED FLOOR. MODIFY/RELOCATE PLUMBING FOR NEW SHOWERHEAD. SEE NEW PARTITION PLAN2/A-2.0. AND DETAIL 3/A-2.0 FOR NEW SHOWER ENCLOSURE PLAN AND DETAILS. EXISTING FLOOR DRAINSHALL REMAIN; MODIFY HEIGHT OF DRAIN ACCORDING TO NEW SHOWER FLOOR LEVEL. PROVIDE 1/2" HIGHTHRESHOLD AT SHOWER STALL ENTRY PER GENERAL CONSTRUCTION NOTE 15/A-2.0.2.DEMOLISH EXISTING SHOWER ENCLOSURE INCLUDING WALLS, DOOR, SHOWER HEAD, SOAP HOLDER ANDACCESSORIES ATTACHED TO WALL. DEMOLISH EXISTING FLOOR FINISH AND PROVIDE LEVEL FLOOR ASREQUIRED. PROVIDE NEW FLOOR AND WALL TILES. EXISTING FLOOR DRAIN SHALL REMAIN AND BE FLUSH WITHNEW FINISHED FLOOR.3.EXISTING SHOWER STALL SHALL REMAIN. REMOVE EXISTING AND PROVIDE NEW CEMENT BACKING BOARD,FLOOR/WALL TILES, SHOWER HEAD, CONTROLS AND SOAP HOLDER. PROVIDE NEW SHOWER DOOR PER SPECS.PROVIDE THRESHOLD AS REQUIRED TO PREVENT WATER FROM FLOWING OUT OF SHOWER STALL. PROVIDEREQUIRED SLOPE TO FLOOR DRAIN.4.REMOVE EXISTING TOWEL BAR AND PROVIDE NEW. SEE SPECS.5.DEMOLISH EXISTING LAVATORY COUNTER, FIXTURES AND WALL-MOUNTED BATHROOM ACCESSORIES ASSHOWN. PATCH/REPAIR WALL SURFACES AS REQUIRED. MODIFY/RELOCATE EXISTING PLUMBING FOR NEWLAVATORY PER PARTITION PLAN 2/A-2.0.6.REMOVE AND RELOCATE SWITCHES AS SHOWN IN NEW REFLECTED CEILING PLAN.7.REMOVE AND RELOCATE SWITCHES AS REQUIRED BY INSTALLATION OF NEW PAPER TOWEL/WASTE RECEPTACLE.SEE RELOCATED SWITCHES IN NEW REFLECTED CEILING PLAN.8.REMOVE EXISTING AND PROVIDE/INSTALL NEW ADA COMPLIANT WATER CLOSET TO COMPLY WITHREQUIREMENTS SHOWN IN DETAIL 5/A-2.0.9.REMOVE EXISTING TOILET TISSUE HOLDER AND PROVIDE NEW TOILET TISSUE HOLDER AND SANITARY NAPKINDISPOSAL PER DETAIL 5/A-2.0.10.REMOVE EXISTING TOILET PARTITIONS AND MOUNTED ACCESSORIES. COORDINATE WITH OWNER REGARDINGSALVAGING AND STORING FOR FUTURE REUSE.11.REMOVE EXISTING WATER CLOSET AND TISSUE HOLDER. PATCH/REPAIR WALL AS REQUIRED.12.EXISTING WALL HEATER AND SWITCH SHALL REMAIN.13.PROVIDE 24" DEEP SOLID SURFACE COUNTER WITH 4" SPLASH AND ADA APPROVED LAVATORY AND FAUCETPER DETAIL 6/A-2.0. SEE SPECS. PROVIDE METAL ANGLE SUPPORT BRACKETS AS REQUIRED.14.REMOVE EXISTING MEN'S DOOR SIGN AND PROVIDE NEW ALL-GENDER BATHROOM SIGN ON DOOR AND WALLPER DETAIL 4/A-2.0.15.REMOVE EXISTING WOMEN'S DOOR AND PROVIDE NEW INTERIOR SOLID CORE WOOD DOOR WITH ADAAPPROVED LEVER HARDWARE AND LOCKSET, TO FIT INTO EXISTING FRAME AND TO MATCH EXISTINGDOOR/HARDWARE AT ALL-GENDER ADA BATHROOM 102. REMOVE EXISTING FLOOR HINGE/CLOSER ANDREPAIR FLOOR AS REQUIRED. PROVIDE NEW ALL-GENDER BATHROOM SIGN ON DOOR AND WALL PER DETAIL4/A-2.0. PROVIDE ADA DIRECTIONAL SIGN ON WALL WITH ARROW POINTING TOWARDS ADA-COMPLIANTALL-GENDER BATHROOM.16.REMOVE EXISTING 32" LONG REAR GRAB BAR AND PROVIDE/INSTALL NEW 36" LONG REAR GRAB BAR PERDETAIL 5/A-2.0. MATCH HEIGHT OF EXISTING SIDE GRAB BAR. PROVIDE NEW FURRING WALL AS SHOWN ASREQUIRED TO ACCOMMODATE NEW REAR GRAB BAR INSTALLATION.17.SURVEY EXISTING FLOOR THROUGHOUT BATHROOM TO VERIFY THAT NEW FINISHED FLOOR SHALL HAVE AMAXIMUM SLOPE OF 1:48 IN ANY DIRECTION. REPAIR FLOOR AS NECESSARY. PROVIDE REQUIRED SLOPESTOWARDS FLOOR DRAIN AS NECESSARY AT 1:48 MAXIMUM. SEE GENERAL CONSTRUCTION NOTE 14.18.PROVIDE NEW FLOOR THRESHOLD/TRANSITION PER GENERAL CONSTRUCTION NOTE 15.DEMOLITION (EXISTING) PLANSCALE: 3/8"=1'-0"NEW PARTITION PLANSCALE: 3/8"=1'-0"12OWNERFV ARCHITECTURE LLCAddress: 1655 Oakwood Drive,San Mateo, CA 94403Mobile: 415-370-3367Phone/Fax: 650-513-1307Email: francisco.valdes.arch@gmail.comA-2.0CONSTRUCTION PLANS ANDDETAILSLEGEND: DEMO, PARTITION & ELECTRICALEXISTING CONSTRUCTION TO REMAINEXISTING CONSTRUCTION TO BE REMOVEDNEW CEILING HEIGHT WALL WITH 20 GA. METALSTUDS AT 24" O.C. & GYPSUM BOARD ORCEMENT BOARD PER GENERAL CONSTRUCTIONNOTE 22. PROVIDE ANGLE SUPPORTS ASREQUIREDNEW PLUMBING / FURRING WALLNEW/RELOCATED DUPLEX ELECTRICAL OUTLET.(+) INDICATES MOUNTING HEIGHT.EXISTING DUPLEX ELECTRICAL OUTLETEXISTING CAPPED OUTLETEXISTING WALL-MOUNTED HEATER SWITCHEXISTING FLOOR DRAIN TO REMAINEXISTING FLOOR CLEAN OUT TO REMAINREMOVAL/RELOCATION OF (E)OUTLETS/SWITCH. CAP OR PATCH WALLOPENING AS REQUIRED.KEY TO SHEET NOTES2ELEVATIONS: ACCESSIBLE FIXTURESNOT TO SCALE7ELEVATIONS: ACCESSIBLE FIXTURESNOT TO SCALE540"MAX40" MAX. TO HIGHEST OPERABLE PARTSANITARYNAPKINSTOWELSTOWELS &WASTEALL GENDERALL GENDERDERWALL MOUNTED SIGNAGE TO BELOCATED ON LATCH SIDE OF DOORCLEAR OF DOOR-SWINGHEIGHT OFLETTERING5/8"MIN TO2"MAXLETTERINGRAISED 1/32"CORRESPONDINGGRADE II BRAILLE58" MIN.-60" MAX.UPPERCASELETTERS INSANS SERIFSTYLEWALL SIGNAGEDOOR MOUNTED GEOMETRIC SYMBOLS12"NOTE: PICTOGRAMS ARE NOT REQUIRED ON DOORMOUNTED SYMBOLS. GEOMETRIC SYMBOLS TO BE1/4" THICK, TRIANGLE SHALL BE CONTRASTING WITHTHE CIRCLE; CIRCLE SHALL BE CONTRASTING WITH THEDOOR.DOORMOUNTEDGEOMETRICSYMBOLS48" MIN.TO LOWESTBRAILLECELLS60" MAX.TO BASELINEOF HIGHESTLINE OFRAISEDCHARACTERSCENTEROF SIGNFOR ALL GENDER6" MIN.PICTOGRAMS & FIELD SHALL HAVENON-GLARE FINISH. PICTOGRAMS SHALLCONTRAST WITH THEIR FIELD. TEXTDESCRIPTORS LOCATED DIRECTLY BELOWPICTOGRAM FIELD.3/8"-1/2"3/8" MIN.FINISHFLOOR9" MIN.ALL-GENDER RESTROOM SIGNAGENOT TO SCALE4SCALE: 1/2" = 1'-0"3ELEVATION: TYPICAL STANDARD ROLL-INTYPE ACCESSIBLE SHOWER STALL42"MIN36" GRABBARFLUSHACTIVATORON WIDE SIDE24" MIN.40" MAX.TO HIGHESTOPERABLE PARTOF DISPENSERSGRAB BAR DETAIL1-1/4" TO2" DIA.1-1/2"17"-19"TOILET PAPERDISPENSERSEAT COVERS12"MAX36"MIN33" MIN. 36" MAX. 1-1/2"7"-9"19" MIN. TO OUTLET 24" MIN.12"MIN33" MIN. 36" MAX.17"-18"54" MIN.19" MIN. TO OPENING SANITARY NAPKINDISPOSAL UNITIF PROVIDED1-1/2" MIN.EDGES SHALL BE EASED OR ROUNDED AT 1/16" MINIMUM, OR CHAMFERED AT 1/8"MAXIMUM. VERTICES SHALL BE RADIUSED BETWEEN 1/8" MINIMUM AND 1/4" MAXIMUM.17"-19"9"CLR 8" MIN.29" MIN. 34" MAX (TO RIM) 40"MAX TO BOTTOM OF MIRROR REFLECTING SURFACE INSULATION AT SINKDRAIN & HOT WATERPIPES. NO SHARP ORABRASIVE SURFACESUNDER LAVATORIESLINE OF THE REQUIREDKNEE SPACE CLEARANCELINE OF THE REQUIREDTOE SPACE CLEARANCEMIRRORSINK27" MIN.FAUCET WITH ADAAPPROVED ONE-HANDOPERABLE LEVERCONTROL WHICH SHALLNOT REQUIRE TIGHTGRASPING, PINCHINGOR TWISTING OF THEWRIST11" MIN.6"MAX.SECTION: ACCESSIBLE LAVATORY COUNTERNOT TO SCALE6GENERAL CONSTRUCTION NOTES: CONSTRUCTION FLOOR PLAN1.ALL DIMENSIONS SHOWN ARE CLEAR DIMENSIONS BETWEEN FINISHED WALL SURFACES,UNLESS OTHERWISE NOTED ( ) TO CENTER LINE.2.PATCH & REPAIR ALL SURFACES WHERE REMOVAL OCCURS AS NECESSARY TO MATCHEXISTING ADJACENT SURFACE.3.EXIT DOORS SHALL BE OPENABLE FROM INSIDE WITHOUT USE OF A KEY OR ANY SPECIALKNOWLEDGE OR EFFORT PER CODE.4.OPERABLE PARTS OF ACCESSIBLE HARDWARE SHALL BE 34" MIN. AND 44" MAX. ABOVE THEFINISH FLOOR.5.HAND-ACTIVATED DOOR OPENING HARDWARE, HANDLES, PULLS, LATCHES, LOCKS ANDOTHER OPERATING DEVICES ON ACCESSIBLE DOORS SHALL HAVE A SHAPE THAT IS EASY TOGRASP WITH ONE HAND AND DOES NOT REQUIRE TIGHT GRASPING, TIGHT PINCHING ORTWISTING OF THE WRIST TO OPERATE. LATCHING AND LOCKING DOORS THAT AREHAND-ACTIVATED AND WHICH ARE IN A PATH OF TRAVEL SHALL BE OPERABLE WITH A SINGLEEFFORT BY LEVER-TYPE HARDWARE, PANIC BARS, PUSH-PULL ACTIVATING BARS OR OTHERHARDWARE DESIGNED TO PROVIDE PASSAGE.6.THE BOTTOM 10" OF THE DOOR SHALL HAVE A SMOOTH, UNINTERRUPTED SURFACE TOALLOW THE DOOR TO BE OPENED BY A WHEELCHAIR FOOTREST WITHOUT CREATING A TRAPOR HAZARDOUS CONDITION.7.IF DOOR HAS A CLOSER, THE SWEEP PERIOD OF THE CLOSER SHALL BE ADJUSTED SO THATFROM AN OPENING POSITION OF 90 DEGREES TO 12 DEGREES FROM THE LATCH IS 5SECONDS MINIMUM.8.DOORS AND OPENINGS IN 1-HR CORRIDOR WALLS (E.G. EXISTING ELECTRICAL ROOM) SHALLBE PROTECTED BY TIGHT FITTING SMOKE & DRAFT ASSEMBLIES HAVING A FIRE PROTECTIONRATING OF NOT LESS THAN 20-MINUTE FIRE ASSEMBLY WITH SELF-CLOSER PER CODE. MAX.EFFORT TO OPERATE FIRE RATED DOOR SHALL BE 15 LBS.9.PROVIDE ADA TACTILE EGRESS SIGNAGE AT BUILDING ENTRY/EXIT DOORS IF NOT ALREADYEXISTING, AND AT NEW EXIT ROUTE DOORS.10.ANY PENETRATION TO FIRE RESISTIVE ASSEMBLIES SHALL COMPLY WITH CHAPTER 7 OF 2022C.B.C., INCLUDING BUT NOT LIMITED TO THE FOLLOWING:(a) ELECTRICAL CONDUCTORS SHALL BE IN RIDGED STEEL CONDUIT OR ELECTRICALMETAL TUBING (EMT). ELECTRICAL COMPONENTS SHALL BE UL LISTED AND LABELED.(b) PROVIDE SMOKE/FIRE DAMPERS NOT LESS THAN CLASS II, 250 DEGREEFAHRENHEIT WITH APPROVED RECOGNIZED STANDARDS TO BE ACTUATED BY SMOKEDETECTION SYSTEM CONNECTED TO THE EXISTING BUILDING FIRE ALARM SYSTEM.(c) ALL INTERIOR PLUMBING PIPING TO BE COPPER.(d) SEAL ALL GAPS WITH APPROVED FIRE CAULKING.11.ALL NEW RECEPTACLES SHALL BE MOUNTED MINIMUM 15" A.F.F. (MEASURED FROM THEBOTTOM OF THE OUTLET BOX) PER ELECTRICAL CODE, UNLESS OTHERWISE NOTED.RECEPTACLES INSTALLED WITHIN 6 FEET OF THE OUTSIDE EDGE OF THE SINK SHALL HAVEGROUND-FAULT CIRCUIT-INTERRUPTER PROTECTION FOR PERSONNEL.12.MAXIMUM FORCE TO PUSH OR PULL OPEN INTERIOR AND EXTERIOR DOORS (OTHER THAN FIREDOORS) SHALL BE 5 LBF, AND 15 LBF FOR FIRE DOORS.13.PROVIDE WALL-MOUNTED PORTABLE FIRE EXTINGUISHERS (MIN. 2A-10BC RATING) WITHIN75'-0" OF ANY POINT IN THE BUILDING. LOCATION SHALL BE APPROVED BY FIRE DEPARTMENT.ADDITIONAL MAY BE REQUIRED AS DETERMINED BY THE INSPECTOR. REPOSITION EXISTINGWALL-MOUNTED PORTABLE FIRE EXTINGUISHERS TO ADA ACCESSIBLE HEIGHT AS NEEDED.14.FLOORING CONTRACTOR SHALL CHECK FOR ANY FLOOR LEVELING ISSUES, AND ALLOW FORFLOATING, GRINDING, OR FILLING AS NECESSARY TO PROVIDE LEVELED SUB-FLOOR FOR NEWFLOORING INSTALLATION (1:48 MAX. SLOPE IN ANY DIRECTION).15.THRESHOLDS/TRANSITIONS, IF PROVIDED, SHALL BE 1/2" HIGH MAX. CHANGE IN LEVEL OF1/4" MAX. SHALL BE PERMITTED TO BE VERTICAL. CHANGE IN LEVEL BETWEEN 1/4" AND 1/2"SHALL BE BEVELED WITH 1:2 MAX. SLOPE.16.VERTICAL CLEARANCE SHALL BE 80" HIGH MINIMUM. DOOR CLOSERS AND STOPS SHALL BEPERMITTED TO BE 78" MINIMUM ABOVE THE FINISH FLOOR OR GROUND.17.PROVIDE CONCEALED WALL BACKING SUPPORT/REINFORCEMENT FOR ALL WALL-MOUNTEDACCESSORIES, FIXTURES, ETC. AS REQUIRED PER CODE.18.HIGHEST OPERABLE PART OF ALL CONTROLS, RECEPTACLES AND OTHER OPERABLEEQUIPMENT SHALL NOT BE MORE THAN 48" ABOVE THE FLOOR, AND WITHIN REACH RANGESSPECIFIED IN CBC 11B-308.19.PROVIDE NEW PAINT THROUGHOUT AREA OF WORK. SEE SPECS.20.REMOVE ALL EXISTING WALL AND FLOOR TILES IN EXISTING BATHROOMS AND SHOWERENCLOSURES. PROVIDE NEW PORCELAIN FLOOR TILES & GLAZED CERAMIC WALL TILES(±6'-6"H WAINSCOT) AT BATHROOMS. PROVIDE FLOOR/WALL TILES IN SHOWER ENCLOSURE.ENSURE THAT ALL FLOOR DRAINS AND FLOOR CLEANOUTS ARE FLUSH WITH NEW FINISHEDFLOOR. PROVIDE SOLID SURFACE COUNTERTOPS AT BATHROOMS. SEE FINISH SPECS.21.NOT ALL EXISTING OUTLETS MAY HAVE BEEN INDICATED ON PLAN. VERIFY IN FIELD EXISTINGOUTLETS INDICATED. EXISTING OUTLETS SHALL REMAIN U.O.N. PROVIDE NEW OUTLETS ASSHOWN, OR RELOCATE EXISTING IF WITHIN CLOSE PROXIMITY TO NEW OUTLET SHOWN.VERIFY WITH ARCHITECT AND OWNER PRIOR TO RELOCATING OUTLET.22.PROVIDE 5/8" WATER-RESISTANT GYP. BD. (I.E. GREENBOARD) FOR BATHROOM WALLS.PROVIDE WATERPROOF BOARDS (I.E. CEMENT BOARD) FOR SHOWER ENCLOSURES.23.COORDINATE WITH CLIENT REGARDING HAZARDOUS MATERIAL ABATEMENT INFORMATION ANDPROCEDURES.±8'-0"NOT TO SCALESECTION: CEILING HT. PARTITIONNOTE: FLOOR-CEILING TRACKS, STUDS & JOINTS SHALL BECEMCO STEEL FRAMING, ASTM C645, OR APPROVED EQUAL.EXISTING STRUCTURAL DECKMETAL STUD BRACE TOSTRUCTURE @ 8'-0" O.C.MAX. (45° ANGLE, ALTERNATE)(E) DRYWALL CEILINGTYPICAL WALL CONSTRUCTION W/20 GA. METAL STUDS @ 24" O.C.& 5/8" GYP. BD. ON BOTH SIDESMETAL STUD BOTTOM TRACKANCHORED TO STRUCTUREWITH 1/4" POWDER DRIVENFASTENERS @ 24" O.C.EXISTING STRUCTURAL DECK(2) #10SCREWS8SSSSFDCOSHOWER COMPARTMENT NOTES:PER 2022 CBC SECTION 11B-608.5.2, IN STANDARD ROLL-IN TYPE SHOWER COMPARTMENTS, THE CONTROLS, FAUCETS AND THE SHOWERSPRAY UNIT SHALL BE LOCATED ON THE BACK WALL OF THE COMPARTMENT ADJACENT TO THE SEAT WALL 16 INCHES MINIMUM AND 27 INCHESMAXIMUM FROM THE SEAT WALL; AND SHALL BE LOCATED ABOVE THE GRAB BAR, BUT NO HIGHER THAN 48 INCHES ABOVE THE SHOWER FLOOR.PER 2022 CBC SECTION 11B-608.6, A SHOWER SPRAY UNIT WITH A HOSE 59" LONG MIN. THAT CAN BE USED BOTH AS A FIXED-POSITIONSHOWER HEAD & AS A HANDHELD SHOWER SHALL BE PROVIDED. THE SHOWER SPRAY UNIT SHALL HAVE AN 0N/OFF CONTROL WITH ANON-POSITIVE SHUT-OFF. IF AN ADJUSTABLE-HEIGHT SHOWER HEAD ON A VERTICAL BAR IS USED, THE BAR SHALL BE INSTALLED SO AS NOT TOOBSTRUCT THE USE OF GRAB BARS. THERMOSTATIC VALVE REQUIRED. SHOWER SPRAY UNIT SHALL DELIVER WATER THAT IS 120 DEGREES FMAXIMUM.PER 2022 CBC SECTION 11B-608.3.2, GRAB BARS SHALL BE PROVIDED ON THE BACK WALL AND THE SIDE WALL OPPOSITE THE SEAT. GRABBARS SHALL NOT BE PROVIDED ABOVE THE SEAT. GRAB BARS SHALL BE INSTALLED 6 INCHES (152 MM) MAXIMUM FROM ADJACENT WALLS.PER 2022 CBC SECTION 11B-609.3, THE SPACE BETWEEN THE WALL AND THE GRAB BAR SHALL BE 11/2INCHES. THE SPACE BETWEEN THE GRABBAR AND PROJECTING OBJECTS BELOW AND AT THE ENDS SHALL BE 11/2 INCHES MINIMUM. THE SPACE BETWEEN THE GRAB BARS AND SHOWERCONTROLS/SHOWER FITTINGS ABOVE SHALL BE PERMITTED TO BE 11/2 INCHES MINIMUM.PER 2022 CBC SECTION 11B-608.7, THRESHOLDS IN ROLL-IN TYPE SHOWER COMPARTMENTS SHALL BE 1/2" HIGH (SEE CONSTRUCTION FLOORPLAN GENERAL CONSTRUCTION NOTE 15 ON SHEET A-2.0).PER 2022 CBC SECTION 11B-608.9, FLOOR SURFACES OF SHOWERS SHALL HAVE A SLOPE OF 1:48 UNIFORMLY FROM THE SIDES TOWARDSTHE DRAIN. GRATE OPENINGS AT DRAIN SHALL BE 1/4" MAXIMUM AND FLUSH WITH FLOOR SURFACE.PER 2022 CBC SECTION 11B-307.4, PROVIDE 80" MIN. VERTICAL CLEARANCE AT SHOWER CURTAIN ROD.PER 2022 CBC SECTION 11B-610.3, THE SHOWER SEAT, WHEN FOLDED, SHALL EXTEND 6" MAXIMUM FROM THE MOUNTING WALL.PER 2022 CBC SECTIONS 11B-609.9 & 11B-610.4, ALLOWABLE STRESSES SHALL NOT BE EXCEEDED FOR MATERIALS USED WHEN A VERTICALOR HORIZONTAL FORCE OF 250 POUNDS IS APPLIED AT ANY POINT ON THE SHOWER SEAT OR GRAB BAR, FASTENER, MOUNTING DEVICE ORSUPPORTING STRUCTURE.12345567899161011121TOILET ACCESSORIES SCHEDULE1.WALL-MOUNTED SOAP DISPENSER - BOBRICK B-21112.RECESSED PAPER TOWEL DISPENSER AND WASTERECEPTACLEA.BOBRICK B-3940B.BOBRICK B-39443.TOILET TISSUE DISPENSER - BOBRICK B-69774.TOILET SEAT COVER DISPENSER - BOBRICK B-2215.24"W x 36"H MIRROR - BOBRICK B-1658 24366.SHOWER SEAT - BOBRICK B-51937.GRAB BARS - BOBRICK B-5806A.48" LONGB.36" LONGC.24" LONG8.60" LONG SHOWER CURTAIN ROD (BOBRICK B-207)WITH VINYL SHOWER CURTAIN (BOBRICK B-204-3)9.TOWEL HANGER/HOOK - BOBRICK B-7672710.SANITARY NAPKIN DISPOSAL - BOBRICK B-27011.SOAP DISH - BOBRICK B-438012.TOWEL BAR - BOBRICK B-53013.SHOWER DOOR - CARDINAL SHOWER ENCLOSURES,TRUFIT SERIES, ±6'-8" HIGH (TO BE CONFIRMED)2341313121414141515168151717PLUMBING FIXTURE SPECIFICATIONS:1.LAVATORY - KOHLER "CAXTON" MODEL K-2210-0 19-1/4" OVAL VITREOUS CHINA UNDERMOUNT LAVATORY2.FAUCET - CHICAGO FAUCETS MODEL 420-POE2805ABCP SINGLE HANDLE FAUCET WITH 0.5 GPM NON-AERATING LAMINAR FLOW OUTLET & POP-UP DRAIN3.WALL-HUNG WATER CLOSET - AMERICAN STANDARD GLENWALL VORMAX ELONGATED TOILET, 1.28 GPF, WITH TOILET SEAT4.ADA SHOWER - AMERICAN STANDARD FLOWISE SHOWER SYSTEM WITH SLIDE-GRAB BAR AND HAND SHOWER, 1.5 GPM5.SHOWER - AMERICAN STANDARD FLOWISE SHOWER SYSTEM, 1.5 GPM 18184 444444444BE REPLACED WITH A SIMILAR SYSTEM.CITY NOTES: 1. HAZARDOUS MATERIAL ABATEMENT AND FULL GUT DOMOLITION DOWN TO STUDS OF BOTHBATHROOMS SHALL BE A BID ALTERNATE. CONTRACTOR SHALL ASSUME NEW BATHROOMSCONSTRUCTION WILL BE AFTER DEOMOLITION TO BE COMPLETED BY THE CONTRACTOR OR ASEPERATE CONTRACTOR HIRED BY THE CITY. 2. ADD LVP FLOORING IN HALLWAY AND LOCKER ROOMS. ABATING FLOORING IN HALLWAY ANDLOCKER ROOMS SHALL BE INLCUDED IN THE ABATEMENT BID ALTERNATE. LOCKERS WILL BEREMOVED BY THE CITY PRIOR TO WORK. 3. INCLUDE PATCH WALLS AND PAINT IN THE HALLWAY AND LOCKER ROOMS. SSSSS ALL-GENDERADABATHROOM102ALL-GENDERBATHROOM101LOCKERS100LOCKERS103SSSRRNRR N(E)SKYLIGHT(E)SKYLIGHT(E)SKYLIGHTNNNNSS 102101LOCKERS100LOCKERS103(E)SKYLIGHT(E)SKYLIGHT(E)SKYLIGHTMEN'SBATHROOMWOMEN'SBATHROOMLEGEND: REFLECTED CEILING PLANSREMOVAL OF EXISTING CEILING-MOUNTED LIGHT FIXTURE IN SHOWER ENCLOSUREREMOVAL OF EXISTING DOWNLIGHT FIXTURE IN SHOWER ENCLOSURENEW CEILING-MOUNTED LED LIGHT FIXTUREREMOVAL OF EXISTING WALL-MOUNTED VANITY LIGHT FIXTURENEW WALL-MOUNTED VANITY LIGHT FIXTUREREMOVAL OF EXISTING CEILING-MOUNTED BATHROOM LIGHT FIXTUREEXISTING SENSOR LIGHT SWITCHRELOCATED SENSOR LIGHT SWITCHRELOCATED SWITCHEXISTING EXHAUST FAN TO REMAINEXISTING HVAC SUPPLY AIR WALL FIXTUREEXISTING WALL-MOUNTED SPEAKERKEY TO SHEET NOTES2NOWNERFV ARCHITECTURE LLCAddress: 1655 Oakwood Drive,San Mateo, CA 94403Mobile: 415-370-3367Phone/Fax: 650-513-1307Email: francisco.valdes.arch@gmail.comA-3.0REFLECTED CEILING PLANSAND DETAILSGENERAL CONSTRUCTION NOTES: REFLECTED CEILING1.PROVIDE FOR ALL LIGHT FIXTURES TO BE IN GOOD WORKING ORDER.2.PROVIDE EGRESS ILLUMINATION LEVEL NOT LESS THAN ONE FOOT-CANDLE AT THE WALKINGSURFACE PER 2022 CBC 1008.2. EMERGENCY LIGHTING SHALL BE ARRANGED TO PROVIDEINITIAL ILLUMINATION THAT IS AT LEAST AN AVERAGE OF 1 FOOT-CANDLE AND A MINIMUM ATANY POINT OF 0.1 FOOT-CANDLE MEASURED ALONG THE PATH OF EGRESS AT FLOOR LEVEL,PER 2022 CBC 1008.3.3.PROVIDE NEW OR RELOCATE EXISTING LIGHT SWITCHES AS SHOWN TO BE MOUNTED MIN. 3'-0"A.F.F. TO MAX. 4'-0" A.F.F. MEASURED FROM THE TOP OF THE OUTLET BOX. PROVIDE NEWOCCUPANCY SENSORS AS REQUIRED FOR PROPER LIGHTING CONTROL. REWIRE LIGHT FIXTURESTHROUGHOUT AS REQUIRED FOR PROPER SWITCHING CONTROL. HIGHEST OPERABLE PART OFALL CONTROLS, DISPENSERS, RECEPTACLES AND OTHER OPERABLE EQUIPMENT SHALL NOT BEMORE THAN 48" ABOVE THE FLOOR, AND WITHIN REACH RANGES SPECIFIED IN CBC 11B-308.4.THE HVAC FIXTURE LOCATIONS SHOWN ARE EXISTING LOCATIONS FOR REFERENCE ONLY.CONTRACTOR SHALL VERIFY, ADJUST HVAC FIXTURE LOCATIONS AND REZONE HVAC ASNECESSARY TO COMPLY WITH CODE & REGULATIONS AND SHALL COMFORT BALANCE ENTIREHVAC SYSTEM. CONTRACTOR SHALL ADJUST & RELOCATE THERMOSTATS WHERE APPROPRIATEAND CONFIRM LOCATION WITH LANDLORD & TENANT PRIOR TO INSTALLATION FOR ANYCONFLICT.5.FIRE EXTINGUISHERS, EXIT SIGNS, & EMERGENCY LIGHTING TO COMPLY WITH CURRENT CODE.6.CONTRACTOR TO PROVIDE ALL NECESSARY CEILING HORNS, STROBES, SIGNALING DEVICES,EXIT SIGNS, EMERGENCY LIGHTING, ETC. AS NEEDED AND APPLICABLE TO THE BUILDING PERFIRE/LIFE SAFETY REGULATIONS.7.EXISTING CEILING THROUGHOUT BOTH ALL-GENDER BATHROOMS 101 AND 1O2 SHALL BEREFINISHED / REPAINTED WITH SEMI-GLOSS PAINT PER FINISH SPECS ON SHEET A-4.0. PATCHAND REPAIR CEILING AS REQUIRED.8.COORDINATE WITH CLIENT REGARDING HAZARDOUS MATERIAL ABATEMENT INFORMATION ANDPROCEDURES.CONSTRUCTION SHEET NOTES: REFLECTED CEILING PLAN1.EXISTING ±8'-3" SOFFIT IN SHOWER ENCLOSURE SHALLREMAIN. REMOVE EXISTING TILES AND LIGHT FIXTURE. PATCHAND REPAIR, OR PROVIDE NEW GYP. BD. SHEATHING. PROVIDENEW SEMI-GLOSS PAINT. SEE SPECS.2.PROVIDE NEW SHOWER ENCLOSURE SOFFIT TO MATCH, TIE INAND ALIGN WITH EXISTING. PROVIDE NEW SEMI-GLOSS PAINT.SEE SPECS.3.DEMOLISH EXISTING SOFFIT AT PORTION OF SHOWERENCLOSURE TO BE DEMOLISHED. PROVIDE NEW GYP. BD.CEILING TO MATCH, TIE IN AND ALIGN WITH EXISTINGBATHROOM CEILING. PROVIDE NEW SEMI-GLOSS PAINT. SEESPECS.4.PATCH AND REPAIR SIDE/EDGE OF PORTION OF EXISTINGSHOWER ENCLOSURE SOFFIT TO REMAIN WITH NEW GYP. BD.PROVIDE NEW SEMI-GLOSS PAINT. SEE SPECS.DEMOLITION (EXISTING) REFLECTED CEILING PLANSCALE: 3/8"=1'-0"NEW REFLECTED CEILING PLANSCALE: 3/8"=1'-0"12NSSSSSRR12334LIGHT FIXTURE SCHEDULE (TO BE CONFIRMED):MAXLITE CEILING FIXTURE LED MEDIUM 14" ARCHITECTURAL BRUSHED NICKEL 22W 80CRI 2700K, MODEL #ML2LAMABN22827MAXLITE VANITY BAR LED 25" ARCHITECTURAL BRUSHED NICKEL 30W 80CRI 3000KNN 444 FDFDFDFDFDCOSALL-GENDERADABATHROOM102ALL-GENDERBATHROOM101LOCKERS100LOCKERS103T-1T-1SS-1SS-1T-4T-2T-3P1P1P1P1P1P1P1P1P1P1P1P1P1T-4T-4T-4T-4T-4T-2T-2T-2T-2T-2T-3T-3T-3T-3T-3±4'-5 1/2", TYP.±7'-2", TYP.T-4T-4T-4T-4T-4T-4T-2T-2T-2T-2T-2T-2T-3T-3T-3T-3T-3T-3P1P1P1P1P1P1P1P1P1P1P1P1P1SHOWERDOOROWNERFV ARCHITECTURE LLCAddress: 1655 Oakwood Drive,San Mateo, CA 94403Mobile: 415-370-3367Phone/Fax: 650-513-1307Email: francisco.valdes.arch@gmail.comA-4.0FINISH PLAN/SCHEDULE ANDINTERIOR ELEVATIONSNEW FINISH PLANSCALE: 3/8"=1'-0"1SOUTH ELEVATIONSCALE: 3/8"=1'-0"2WEST ELEVATIONSCALE: 3/8"=1'-0"8FINISHES (ALL FINISHES/SIZES TO BE CONFIRMED):PAINT - DUNN EDWARDS, MUSLIN, DE6227, SEMI-GLOSS FINISH (WALLS)PAINT - DUNN EDWARDS, WHISPER, DEW340, SEMI-GLOSS FINISH (CEILING AND TRIM)DALTILE, VERANDA SOLIDS, ROCK P543, 6 12 x6 12 (TO BE VERIFIED), FLOOR TILES, UNGLAZED/ANTI-SLIP FINISH (BATHROOM AND SHOWER FLOOR)DALTILE, VERANDA SOLIDS, ROCK P543, 6 12 x 20 (TO BE VERIFIED), WALL TILES (BATHROOM AND SHOWER WALLS)DALTILE, VERANDA SOLIDS, ROCK P543, 4 x 13 COVE BASE (TO BE VERIFIED), (BATHROOM AND SHOWER WALLS)DALTILE, VERANDA SOLIDS, ROCK P543, 4 x 20 BULLNOSE (TO BE VERIFIED), (BATHROOM AND SHOWER WALLS)CORIAN, SOLID SURFACE, WILLOW (BATHROOM COUNTERTOP)T-3T-4T-1T-2P2SS-12-WEST ELEVATIONSCALE: 3/8"=1'-0"33-NORTH ELEVATIONSCALE: 3/8"=1'-0"44-5-EAST ELEVATIONSCALE: 3/8"=1'-0"511-8-9-10-NORTH ELEVATIONSCALE: 3/8"=1'-0"9EAST ELEVATIONSCALE: 3/8"=1'-0"10SOUTH ELEVATIONSCALE: 3/8"=1'-0"11P16-7-SOUTH ELEVATIONSCALE: 3/8"=1'-0"6NORTH ELEVATIONSCALE: 3/8"=1'-0"712-SOUTH ELEVATIONSCALE: 3/8"=1'-0"1213-NORTH ELEVATIONSCALE: 3/8"=1'-0"13 44444