addendum 1, april 25, 2018 bid # 18-02-mo 002 · nc sign in sheet . bca project number 18005 nusd...

41
BCA Project Number 18005 NUSD Paint Projects Natomas Charter Addendum 1 Natomas Unified School District Page 1 of 5 BCA Architects partnering with clients to achieve excellence in design san jose | san diego | orange county | los angeles | sacramento www.BCAarchitects.com ADDENDUM 1, April 25, 2018 RE: Natomas Unified School District Natomas Charter Paint Project Bid # 18-02-MO 002 BCA Project Number 18005 From: Bunton Clifford Associates, Inc. dba BCA Architects 980 8 th Street, Suite 2050, Sacramento, CA 95814 To: Prospective Bidders This Addendum forms a part of the Contract Documents and modifies the original bidding documents, as noted below. Acknowledge receipt of this Addendum in the space provided on the Bid Form. Failure to do so may subject Bidder to disqualification. The following changes or clarifications shall be made part of the Bid Documents and shall be taken into consideration when submitting bids. CHANGES TO DIVISION 00 AND 01 SPECIFICATIONS: 1. Specification Requirements: Division 00 and 01 Specifications A. Table of Contents, replace in its entirety. B. Section 3 Contract Bid Forms, Replace Bid Form and Proposal in its entirety. C. Section 4 Agreement, Replace Agreement in its entirety. CHANGES TO DIVISION 02 - 32 SPECIFICATIONS: 2. Specification Requirements: Division 02 through 32 Specifications A. Section 099100 Painting, replace in its entirety. B. Section 099623 Graffitti Resistant Coatings, add in its entirety. CHANGES TO DRAWINGS: 3. CS COVER SHEET A. Add Sheet A4.4 Exterior Elevations (Bldgs T1 & T2) to the Sheet Index. 4. A0.1 Site Plan A. Replace Sheet in its entirety. i. Outdoor covered shade structure has been added to the drawings. ii. Update General Note #1 to read, “Add Alternate #1: All Fencing to be Painted (P-4).” iii. Add General Note #2 to read, “All Exterior Soffits, Gutters, Downspouts, and Fascia to be painted.” iv. Add General Note #3 to read, “All Metal Building Letters to be painted prior to reinstalling.” v. Add General Note #4 to read, “Do Not Paint any galvanized hand rails, drinking rails, etc.” vi. Add General Note #5 to read, “All Railings previously painted are to be painted.”

Upload: lamphuc

Post on 09-Sep-2018

212 views

Category:

Documents


0 download

TRANSCRIPT

BCA Project Number 18005 NUSD Paint Projects – Natomas Charter Addendum 1 Natomas Unified School District Page 1 of 5

BCA Architects partnering with clients to achieve excellence in design san jose | san diego | orange county | los angeles | sacramento

www.BCAarchitects.com

ADDENDUM 1, April 25, 2018 RE: Natomas Unified School District

Natomas Charter Paint Project Bid # 18-02-MO 002 BCA Project Number 18005

From: Bunton Clifford Associates, Inc. dba BCA Architects 980 8th Street, Suite 2050, Sacramento, CA 95814 To: Prospective Bidders This Addendum forms a part of the Contract Documents and modifies the original bidding documents, as noted below. Acknowledge receipt of this Addendum in the space provided on the Bid Form. Failure to do so may subject Bidder to disqualification. The following changes or clarifications shall be made part of the Bid Documents and shall be taken into consideration when submitting bids. CHANGES TO DIVISION 00 AND 01 SPECIFICATIONS: 1. Specification Requirements: Division 00 and 01 Specifications

A. Table of Contents, replace in its entirety. B. Section 3 – Contract Bid Forms, Replace Bid Form and Proposal in its entirety. C. Section 4 – Agreement, Replace Agreement in its entirety.

CHANGES TO DIVISION 02 - 32 SPECIFICATIONS: 2. Specification Requirements: Division 02 through 32 Specifications

A. Section 099100 – Painting, replace in its entirety. B. Section 099623 – Graffitti – Resistant Coatings, add in its entirety.

CHANGES TO DRAWINGS: 3. CS – COVER SHEET

A. Add Sheet A4.4 – Exterior Elevations (Bldgs T1 & T2) to the Sheet Index. 4. A0.1 – Site Plan

A. Replace Sheet in its entirety. i. Outdoor covered shade structure has been added to the drawings. ii. Update General Note #1 to read, “Add Alternate #1: All Fencing to be Painted (P-4).” iii. Add General Note #2 to read, “All Exterior Soffits, Gutters, Downspouts, and Fascia to be

painted.” iv. Add General Note #3 to read, “All Metal Building Letters to be painted prior to reinstalling.” v. Add General Note #4 to read, “Do Not Paint any galvanized hand rails, drinking rails, etc.” vi. Add General Note #5 to read, “All Railings previously painted are to be painted.”

BCA Project Number 18005 NUSD Paint Projects – Natomas Charter Addendum 1 Natomas Unified School District Page 2 of 5

vii. Add General Note #6 to read, “All gutters and downspouts to be cleaned of debris prior to pressure washing, typical all buildings.”

5. A4.1 – Exterior Elevations

A. Replace Sheet in its entirety. i. Add P-1 designation to all elevations. ii. Update General Note #1 to read, “Add Alternate #1: All Fencing to be Painted (P-4).” iii. Add General Note #2 to read, “All Exterior Soffits, Gutters, Downspouts, and Fascia to be

painted.” iv. Add General Note #3 to read, “All Metal Building Letters to be painted prior to reinstalling.”

6. A4.2 – Exterior Elevations

A. Replace Sheet in its entirety. i. Add P-1 designation to all elevations. ii. Update General Note #1 to read, “Add Alternate #1: All Fencing to be Painted (P-4).” iii. Add General Note #2 to read, “All Exterior Soffits, Gutters, Downspouts, and Fascia to be

painted.” iv. Add General Note #3 to read, “All Metal Building Letters to be painted prior to reinstalling.”

7. A4.3 – Exterior Elevations

A. Replace Sheet in its entirety. i. Add P-1 designation to all elevations. ii. Update General Note #1 to read, “Add Alternate #1: All Fencing to be Painted (P-4).” iii. Add General Note #2 to read, “All Exterior Soffits, Gutters, Downspouts, and Fascia to be

painted.” iv. Add General Note #3 to read, “All Metal Building Letters to be painted prior to reinstalling.”

8. A4.4 – Exterior Elevations

A. Add Sheet in its entirety. 9. A4.5 – Exterior Elevations

A. Replace Sheet in its entirety. i. Add P-1 designation to all elevations. ii. Update General Note #1 to read, “Add Alternate #1: All Fencing to be Painted (P-4).” iii. Add General Note #2 to read, “All Exterior Soffits, Gutters, Downspouts, and Fascia to be

painted.” iv. Add General Note #3 to read, “All Metal Building Letters to be painted prior to reinstalling.”

10. A4.6 – Exterior Elevations

A. Replace Sheet in its entirety. i. Add P-1 and P-3 designation to all elevations. ii. Add paint of Mansard roof at Building K. iii. Update General Note #1 to read, “Add Alternate #1: All Fencing to be Painted (P-4).” iv. Add General Note #2 to read, “All Exterior Soffits, Gutters, Downspouts, and Fascia to be

painted.” v. Add General Note #3 to read, “All Metal Building Letters to be painted prior to reinstalling.”

11. A4.7 – Exterior Elevations

A. Replace Sheet in its entirety. i. Add P-3 designation to all elevations. ii. Update General Note #1 to read, “Add Alternate #1: All Fencing to be Painted (P-4).” iii. Add General Note #2 to read, “All Exterior Soffits, Gutters, Downspouts, and Fascia to be

painted.” iv. Add General Note #3 to read, “All Metal Building Letters to be painted prior to reinstalling.”

BCA Project Number 18005 NUSD Paint Projects – Natomas Charter Addendum 1 Natomas Unified School District Page 3 of 5

12. A4.8 – Exterior Elevations A. Replace Sheet in its entirety.

i. Add P-1 designation to all elevations. ii. Update General Note #1 to read, “Add Alternate #1: All Fencing to be Painted (P-4).” iii. Add General Note #2 to read, “All Exterior Soffits, Gutters, Downspouts, and Fascia to be

painted.” iv. Add General Note #3 to read, “All Metal Building Letters to be painted prior to reinstalling.” v. Add General Note #4 to read, “Do Not Remove Bird Netting or Spikes.”

13. A4.9 – Exterior Elevations

A. Replace Sheet in its entirety. i. Remove Building T3 from the scope of work. ii. Add P-1 designation to all elevations. iii. Update General Note #1 to read, “Add Alternate #1: All Fencing to be Painted (P-4).” iv. Add General Note #2 to read, “All Exterior Soffits, Gutters, Downspouts, and Fascia to be

painted.” v. Add General Note #3 to read, “All Metal Building Letters to be painted prior to reinstalling.”

BIDDING AND CONTRACT REQUIREMENTS

A. Question: Is the Painting of the ornamental fencing base bid or an add alternate? Answer: It is now an add alternate. New Bid form and Agreement attached.

B. Question: Do the non-painted galvanized surfaces receive paint.

Answer: No, all non-painted galvanized surface to be untouched.

C. Question: Do the painted galvanized surfaces receive new paint.

Answer: Yes, all painted galvanized surface to be repainted.

D. Question: Do the painted railings and drinking fountain rails get be painted if already

painted.

Answer: Yes, all painted railings and drinking fountain rails get be painted

E. Question: Do the all letters to get painted prior to reinstallation

Answer: Yes, all letters get painted prior to reinstallation

F. Question: Should all gutters and downspouts to be cleared of debris prior to power

washing?

BCA Project Number 18005 NUSD Paint Projects – Natomas Charter Addendum 1 Natomas Unified School District Page 4 of 5

Answer:

Yes, all gutters and downspouts to be cleared of debris prior to power washing.

G. Question: Can we get a copy of the Job Walk sign in form?

Answer: Yes, attached.

H. Question: Can tell us which buildings receive paint and which do not.

Answer: Remove Buildings D8 Field House, Building D, Building M the Music Building, and Building BPAC the theater building. See new site plan attached. See new Exterior elevations attached.

I. Question: The exterior doors and frames are being painted. Are the interior portion of

the door and frame also being painted? Answer: Yes, the interior portion of the door and frame are to be painted?

J. Question: Do the Mansard roofs get repainted as they are visible. Answer: Yes, the Mansard roofs get repainted.

Attachments: Specifications: Bid Form and Proposal, Sheets: CS – Cover Sheet, A01 – Site Plan, A4.1 – Exterior Elevations, A4.2 – Exterior Elevations, A4.3 – Exterior Elevations, A4.4 – Exterior Elevations, A4.5 – Exterior Elevations, A4.6 – Exterior Elevations, A4.7 – Exterior Elevations, A4.8 – Exterior Elevations, A4.9 – Exterior Elevations. NC Sign In Sheet

BCA Project Number 18005 NUSD Paint Projects – Natomas Charter Addendum 1 Natomas Unified School District Page 5 of 5

END OF ADDENDUM 1

Distribution: (1) School District (1) BCA Project File 18005 Note: It is incumbent upon the Prime Bidder to notify his subcontractor and/or materials supplier of the above changes in the Contract Documents. For: Natomas Charter

4600 Blackrock Drive, Sacramento, CA 95835

BCA Architects 980 9th Street, Suite 2050, Sacramento, CA 95814 (916) 254-5600 Brian P. Whitmore, AIA C30345 STATE OF CALIFORNIA – DIVISION OF STATE ARCHITECT

Natomas Unified School District Project #18005

Natomas Charter School - Exterior Paint

Construction Documents

TABLE OF CONTENTS

ADDENDUM 1 1

TABLE OF CONTENTS

Bid and Contract Documents

DIVISION 1 - GENERAL REQUIREMENTS

011000 Summary BCA

012600 Contract Modification Procedures BCA

012900 Payment Procedures BCA

013100 Project Management and Coordination BCA

013200 Construction Progress Documentation BCA

013300 Submittal Procedures BCA

014000 Quality Requirements BCA

014200 References BCA

015000 Temporary Facilities and Controls BCA

016000 Product Requirements BCA

017300 Execution Requirements BCA

017419 Construction Waste Management BCA

017700 Closeout Procedures BCA

DIVISION 9 – FINISHES

099100 Painting BCA

099623 Graffiti-Resistant Coatings BCA

END OF TABLE OF CONTENTS

Natomas Unified School District Project #18005

Natomas Charter School - Exterior Paint

Construction Documents

PAINTING

ADDENDUM 1 099100 - 1

SECTION 099100 - PAINTING

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary

Conditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes the following:

1. Surface Preparation.

2. Field application of paints, stains, varnishes, and other coatings.

B. Related Sections:

1. Division 9 Section “Graffiti-Resistant Coatings” for CMU surfaces.

1.3 SUBMITTALS

A. Product data - Submit product data sheets for each product.

B. Samples:

1. Submit two painted samples, illustrating selected colors and textures for each color and

systems selected with specified coats cascaded.

2. Submit on suitable backing, 8x10 inch size.

1.4 QUALITY ASSURANCE

A. Reference Standards:

1. 2016 California Building Standards Administrative Code, Part 1, Title 24 CBSC.

2. 2016 California Building Code (CBC), Part 2, Title 24 CBSC. (2015 International Building

Code of the International Code Council, with California Amendments).

3. 2016 California Electrical Code (CEC), Part 3, Title 24 CBSC (2014 National Electrical

Code, with California Amendments).

4. 2016 California Mechanical Code (CMC), Part 4, Title 24 CBSC (2015 Uniform

Mechanical Code, with California Amendments).

5. 2016 California Plumbing Code (CPC), Part 5, Title 24, CBSC (2015 Uniform Plumbing

Code, with California Amendments).

6. 2016 California Energy Code, Part 6, Title 24 CBSC.

7. 2016 California Historical Code, Part 8, Title 24 CBSC.

8. 2016 California Fire Code, Part 9, Title 24 CBSC. (2015 International Fire Code, with

California Amendments).

Natomas Unified School District Project #18005

Natomas Charter School - Exterior Paint

Construction Documents

PAINTING

ADDENDUM 1 099100 - 2

9. 2016 California Green Building Standards Code (CALGreen Code), Part 11, Title 24

CBSC.

10. 2016 California Referenced Standards Code, Part 12, Title 24, CBSC.

11. NFPA 13 - Automatic Sprinkler Systems (California Amended), 2016 Edition.

12. NFPA 14 - Standpipe Systems (California Amended), 2013 Edition.

13. NFPA 17 - Dry Chemical Extinguishing Systems, 2013 Edition.

14. NFPA 17A - Wet Chemical Extinguishing Systems, 2013 Edition.

15. NFPA 20 - Stationary Pumps, 2016 Edition.

16. NFPA 24 - Private Fire Service Mains (California Amended), 2016 Edition.

17. NFPA 72 - National Fire Alarm and Signaling Code (California Amended).

18. NFPA 80 - Fire Door and Other Opening Protectives, 2016 Edition.

19. NFPA 253 - Critical Radiant Flux of Floor Covering Systems, 2015 Edition.

20. NFPA 2001 - Clean Agent Fire Extinguishing Systems (California Amended), 2015

Edition.

21. Americans with Disabilities Act (ADA), Title II.

B. Mockups: Apply mockups of each paint system indicated and each color and finish selected to

verify preliminary selections made under Sample submittals and to demonstrate aesthetic effects

and set quality standards for materials and execution.

1. Mockup two (2) area prior to purchasing paint.

2. Mockup size: As indicated on Drawings.

3. Final approval of color selections will be based on mockups.

a. If preliminary color selections are not approved, apply additional mockups of

additional colors selected by Architect at no added cost to Owner.

4. Approval of mockups does not constitute approval of deviations from the Contract

Documents contained in mockups unless Architect specifically approves such deviations

in writing.

5. Subject to compliance with requirements, approved mockups may become part of the

completed Work if undisturbed at time of Substantial Completion.

1.5 DELIVERY, STORAGE, AND PROTECTION

A. Deliver products to site in sealed and labeled containers; inspect to verify acceptability.

B. Container Label: Include manufacturer's name, type of paint, brand name, lot number, brand code,

coverage, surface preparation, drying time, cleanup requirements, color designation, and

instructions for mixing and reducing.

1.6 ENVIRONMENTAL REQUIREMENTS

A. Do not apply materials when surface and ambient temperatures are outside the temperature ranges

required by the paint product manufacturer.

B. Provide lighting level of 80 ft candles measured mid-height at substrate surface.

C. Environment Requirements:

1. Comply with manufacturer's recommendations as to environmental conditions under which

coatings and coating systems can be stored and applied.

Natomas Unified School District Project #18005

Natomas Charter School - Exterior Paint

Construction Documents

PAINTING

ADDENDUM 1 099100 - 3

2. Do not paint when there is a threat of rain within 24 hours or when surface or air

temperatures are at or below 40 degrees.

1.7 WARRANTY

A. Installer Warranty: 1 year.

1.8 EXTRA STOCK

A. Provide following:

1. Minimum 1 gallon each product in original or new 1 gallon cans.

a. Color spot each lid.

b. Identify with formula, location, product and date.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Paints: Subject to compliance with requirements, provide either the named product or an equal

product by one of the other manufacturers specified.

1. Kelly Moore. (District Standard)

2. Dunn-Edwards.

3. Sherwin Williams.

4. Vista Paint.

5. Or equal.

2.2 PAINTS AND COATINGS

A. Ready mixed, except field-catalyzed coatings.

B. Prepare pigments:

1. To a soft paste consistency, capable of being readily and uniformly dispersed to a

homogenous coating.

2. For good flow and brushing properties.

3. Capable of drying or curing free of streaks or sags.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Verify that surfaces are ready to receive Work as instructed by the product manufacturer.

B. Examine surfaces scheduled to be finished prior to commencement of work. Report any condition

that may potentially affect proper application. Do not proceed unless substrate is suitable.

Natomas Unified School District Project #18005

Natomas Charter School - Exterior Paint

Construction Documents

PAINTING

ADDENDUM 1 099100 - 4

C. Test shop-applied primer for compatibility with subsequent cover materials.

D. Measure moisture content of surfaces using an electronic moisture meter. Do not apply finishes

unless moisture content of surfaces are below the following maximums:

1. Plaster and Gypsum Wallboard: 12 percent.

2. Masonry, Concrete, and Concrete Unit Masonry: 12 percent

3. Interior Wood: 15 percent, measured in accordance with ASTMD4442.

4. Exterior Wood: 15 percent, measured in accordance with ASTMD4442.

3.2 PREPARATION OF SURFACE

A. General:

1. Clean all exterior walls and surfaces of loose and scaly paint, dirt, dust, chalk, and other

foreign matter by water-blasting using care not to damage substrate followed by hand

scraping, sanding or wire brushing after surfaces are dry. Mildew must be treated with

household bleach solution and rinsed thoroughly.

2. Patch, caulk, set protruding nails and repair all surfaces and cracks where necessary with

suitable patching materials and smooth off to match adjacent surfaces.

3. Sand Glossy surfaces to dull surface and remove residue.

4. Remove mildew from affected surfaces with a solution of Tri-Sodium Phosphate and

bleach. Rinse with clean water and allow to dry completely.

5. Existing surfaces to be recoated shall be thoroughly cleaned and de-glossed by sanding or

other means prior to priming and painting. Patched and bare areas shall be spot primed

with the same primer as specified for new work.

6. Rusty metal: Scrape, sand or wire wheel, feathering edges to sound coating. Dust surfaces.

Topcoat.

7. Remove soil and body oils completely from surfaces, including handrails, door edges and

posts. Treat with Liquid Sandpaper or Dull-N-Bond.

8. Remove hardware, accessories, plates, fixtures and similar items not to be finished.

Reinstall at completion.

9. Signage and artwork shall be removed and reinstalled.

B. Concrete Surfaces:

1. Concrete surfaces shall be dry, clean and free from efflorescence, encrustations and other

foreign matter. Any glazed surface shall be slightly roughened or etched. Curing

compounds, bond breakers, release agents and other coatings shall be removed with a light

sandblast or high pressure power wash.

C. CMU Surfaces:

1. Remove dirt, loose mortar, scale, powder and other foreign matter from concrete block

surfaces which are to be painted.

2. Unpainted CMU surfaces shall be cleaned with TSP. Rinse thoroughly. Surface shall be

tested for adhesion. Prime as listed in materials section; allow to cure, then perform

adhesion test with duct tape.

D. Galvanized Surfaces: Remove all oils and contamination from galvanized surfaces scheduled to

be painted by washing with a compliant solvent wash.

Natomas Unified School District Project #18005

Natomas Charter School - Exterior Paint

Construction Documents

PAINTING

ADDENDUM 1 099100 - 5

E. Ferrous Metal: Remove grease, rust, scale, dirt and dust from ferrous metal surfaces. Primer coat

shall be applied not less than 30 minutes, nor more than 3 hours after preparation of surface.

F. Primed Metal: Sand and scrape shop primed metal to remove loose primer and rust. Touch-up

bare, abraded and damaged areas with metal primer. Feather edges to make touch-up patches

inconspicuous.

G. Wood Surfaces:

1. Remove dust, grit and foreign matter from wood surfaces. Sand surfaces and dust clean.

Spot prime knots, pitch streaks and sappy sections with a stain blocking primer where

surfaces are to be painted. Fill nail holes, cracks and other defects after priming and spot

prime repairs after patching material has fully cured.

2. Wood surfaces with peeling areas are to have edges of broken paint film sanded to a feather

edge.

3. Back prime wood trim. Paint tops, bottoms, edges and cut-outs of doors.

H. Plaster Surfaces:

1. Plaster surfaces shall be dry and free from efflorescence, encrustations and foreign matter.

Fill cracks, holes and imperfections, smoothing repairs to match adjacent texture. Allow

repairs to fully cure before priming.

2. Prime plaster surfaces with specified primer. Caulk all cracks.

I. Preparation of other surfaces shall be performed following specific recommendations of the

coating manufacturer.

3.3 PREVIOUSLY COATED SURFACES

A. Maintenance painting will frequently not permit or require complete removal of all old coatings

prior to repainting. However, all surface contamination such as oil, grease, loose paint, mill scale

dirt, foreign matter, rust, mold, mildew, mortar, efflorescence, and sealers must be removed to

assure sound bonding to the tightly adhering old paint. Glossy surfaces of old paint films must be

clean and dull before repainting. Thorough washing with an abrasive cleanser will clean and dull

in one operation, or, wash thoroughly and dull by sanding. Spot prime any bare areas with an

appropriate primer. Recognize that any surface preparation short of total removal of the old

coating may compromise the service length of the system. Check for compatibility by applying a

test patch of the recommended coating system, covering at least 2 to 3 square feet. Allow to dry

one week before testing adhesion per ASTM D3359. If the coating system is incompatible,

complete removal is required per ASTM D4259.

3.4 APPLICATION

A. Apply products in accordance with manufacturer's instructions.

B. Where adjacent sealant is to be painted, do not apply finish coats until sealant is applied.

C. Do not apply finishes to surfaces that are not dry. Allow applied coats to dry before next coat is

applied.

Natomas Unified School District Project #18005

Natomas Charter School - Exterior Paint

Construction Documents

PAINTING

ADDENDUM 1 099100 - 6

D. Apply each coat to uniform appearance. Apply each coat of paint slightly darker than preceding

coat unless otherwise approved

E. Sand wood surfaces lightly between coats to achieve required finish.

F. Vacuum clean surfaces of loose particles. Use tack cloth to remove dust particles just prior to

applying next coat.

G. Stipple all edges and corners to conceal brush marks.

H. Paint entire trim element with like color. Painting of faces only is unacceptable. Trim surfaces

must be wrapped with the trim color and not "faced off" or "Hollywooded".

I. Doors: Paint entire door unless otherwise noted, including door top and bottom edge surfaces.

J. Tinting: Tint each primer a lighter shade to facilitate identification of each coat where multiple

coats of the same material are applied. Tint primer to match the color of the finish coat, but

provide sufficient differences in shade of primer to distinguish each separate coat.

3.5 PROTECTION

A. Protect work of other trades and items not intended to receive paint. Install "wet paint" signs to

protect newly painted surfaces.

3.6 CLEANING

A. Protection - Carefully protect areas where work is in progress from damage.

1. Provide and spread clean drop cloths when and where required to provide the necessary

protection.

2. Immediately clean-up all accidental spatter, spillage, misplaced paint and restore the

affected surface to its original condition.

B. Clean-up:

1. Clean up debris daily per OSHA requirements.

2. At completion of work, remove all materials, supplies, debris and rubbish and leave each

area in a clean, acceptable condition.

3. Collect waste material which may constitute a fire hazard, place in closed metal containers,

and remove daily from site.

3.7 SURFACES TO BE FINISHED

A. Paint all existing exterior finishes and areas affected by work, unless notes otherwise.

B. Do not paint or finish the following items:

1. Items fully factory-finished unless specifically noted.

2. Fire rating labels, equipment serial number and capacity labels.

Natomas Unified School District Project #18005

Natomas Charter School - Exterior Paint

Construction Documents

PAINTING

ADDENDUM 1 099100 - 7

C. Mechanical and Electrical: Use paint systems defined for the substrates to be finished.

1. Paint all insulated and exposed pipes occurring in finished areas to match background

surfaces, unless otherwise indicated.

2. Paint shop primed items occurring in finished areas.

3.8 CRACK FILLERS

A. Crack Fillers: elastomeric coating manufacturers recommended, factory-formulated crack fillers

or sealants, including crack filler primers, compatible with substrate and other materials indicated;

VOC content complying with limits of authorities having jurisdiction.

1. Crack Filler for Cracks up to 1/16 Inch:

a. Kelly-Moore; Kel – Seal Smooth or Textured Brush Grade Elastomeric Patching

Compound

2. Crack Filler for Cracks More Than 1/16 Inch:

a. Kelly-Moore; Kel – Seal Smooth or Textured Knife Grade Elastomeric Patching

Compound

B. Primer: Elastomeric coating manufacturer's recommended, factory-formulated, alkali-resistant

primer compatible with substrate and other materials indicated; VOC content complying with

limits of authorities having jurisdiction.

3.9 Concrete Unit Masonry Block Filler: Elastomeric coating manufacturer's recommended, factory-

formulated, high-performance latex block filler compatible with substrate and other materials

indicated; VOC content complying with limits of authorities having jurisdiction.

3.10 ELASTOMERIC FINISH COATINGS - EXTERIOR

A. Note: All (3) three coats shall have slightly different in color to ensure that all coats are being

applied. They can be similar colors, but they will need to be a few shades off to tell the difference.

B. Concrete: Provide the following elastomeric coating systems over exterior concrete surfaces:

1. Smooth Elastomeric Finish: Two coats over a primer.

a. Primer: Factory-formulated alkali-resistant acrylic-latex primer.

1) Kelly-Moore; 247 Acry-Shield 100 Percent Acrylic Masonry Primer.

b. 2 Coats: Smooth, factory-formulated Urethane Modified acrylic elastomeric

coating.

1) Kelly-Moore; 1128 Kel – Seal Urethane Modified Acrylic Elastomeric

Coating Smooth applied at a dry film thickness of not less than 8 mils per

coat.

C. Concrete Unit Masonry: Comply with requirements of Division 9 Section “Graffiti-Resistant

Coatings”.

D. Stucco (Portland Cement Plaster): Provide the following elastomeric coating systems over

exterior stucco surfaces:

1. Smooth Elastomeric Finish: Two finish coats over a primer.

a. Primer: Factory-formulated stucco primer.

Natomas Unified School District Project #18005

Natomas Charter School - Exterior Paint

Construction Documents

PAINTING

ADDENDUM 1 099100 - 8

1) Kelly-Moore; 247 Acry- Shield 100 Percent Acrylic Masonry Primer applied

at a dry film thickness of not less than 1.5 mils.

b. 2 Coats: Smooth, factory-formulated, Urethane Modified Acrylic Elastomeric

coating.

1) Kelly-Moore; 1128 Kel – Seal Urethane Modified Acrylic Elastomeric

Coating Smooth applied at a dry film thickness of not less than 8 mils per

coat.

3.11 PAINT SYSTEMS – EXTERIOR

A. Note: All (3) three coats shall have slightly different in color to ensure that all coats are being

applied. They can be similar colors, but they will need to be a few shades off to tell the difference.

B. Ferrous Metal:

1. Semi-Gloss – Alkyd / 100% Acrylic:

a. First Coat: CV740, Rust – Preventative White Primer.

b. Two Coats: 1250 Acry-Shield 100% Acrylic Exterior Semi-Gloss.

C. Galvanized Metal:

1. Semi-Gloss – Epoxy / 100% Acrylic:

a. Pretreatment: Jasco Metal Etch.

b. First Coat: 5725 DTM Acrylic/Primer Finish.

c. Second Coat: 1250 Acry-Shield 100% Acrylic Exterior Semi-Gloss.

d. Third Coat: 1250 Acry-Shield 100% Acrylic Exterior Semi-Gloss.

D. Wood Substrates-Including architectural woodwork-Latex System and FRP:

1. Semi-Gloss-100% Acrylic:

a. First Coat: KM 287 Kel-Bond adhesion Plus Primer.

b. Second Coat: 1250 Acry-Shield 100% Acrylic Exterior Semi-Gloss Enamel.

c. Third Coat: 1250 Acry-Shield 100% Acrylic Exterior Semi-Gloss Enamel.

3.12 COLORS

A. To be selected by Architect from manufacturer’s full range of colors.

END OF SECTION 099100

Natomas Unified School District Project #18005

Natomas Charter School - Exterior Paint

Construction Documents

GRAFFITI-RESISTANT COATINGS

ADDENUM 1 099623 - 1

SECTION 099623 – GRAFFITI-RESISTANT COATINGS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary

Conditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes:

1. Non-sacrificial, clear anti-graffiti coating system for masonry on exterior surfaces.

2. Graffiti Cleaners.

B. Related Sections include the following:

1. Division 9 Section “Painting” for other coatings.

1.3 SUBMITTALS

A. Product Data: Written product list and description of products to be used with manufacturer's

printed literature for each product.

1.4 QUALITY ASSURANCE

A. Reference Standards:

1. 2016 California Building Standards Administrative Code, Part 1, Title 24 CBSC.

2. 2016 California Building Code (CBC), Part 2, Title 24 CBSC. (2015 International Building

Code of the International Code Council, with California Amendments).

3. 2016 California Electrical Code (CEC), Part 3, Title 24 CBSC (2014 National Electrical

Code, with California Amendments).

4. 2016 California Mechanical Code (CMC), Part 4, Title 24 CBSC (2015 Uniform

Mechanical Code, with California Amendments).

5. 2016 California Plumbing Code (CPC), Part 5, Title 24, CBSC (2015 Uniform Plumbing

Code, with California Amendments).

6. 2016 California Energy Code, Part 6, Title 24 CBSC.

7. 2016 California Historical Code, Part 8, Title 24 CBSC.

8. 2016 California Fire Code, Part 9, Title 24 CBSC. (2015 International Fire Code, with

California Amendments).

9. 2016 California Green Building Standards Code (CALGreen Code), Part 11, Title 24

CBSC.

10. 2016 California Referenced Standards Code, Part 12, Title 24, CBSC.

11. NFPA 13 - Automatic Sprinkler Systems (California Amended), 2016 Edition.

12. NFPA 14 - Standpipe Systems (California Amended), 2013 Edition.

Natomas Unified School District Project #18005

Natomas Charter School - Exterior Paint

Construction Documents

GRAFFITI-RESISTANT COATINGS

ADDENUM 1 099623 - 2

13. NFPA 17 - Dry Chemical Extinguishing Systems, 2013 Edition.

14. NFPA 17A - Wet Chemical Extinguishing Systems, 2013 Edition.

15. NFPA 20 - Stationary Pumps, 2016 Edition.

16. NFPA 24 - Private Fire Service Mains (California Amended), 2016 Edition.

17. NFPA 72 - National Fire Alarm and Signaling Code (California Amended).

18. NFPA 80 - Fire Door and Other Opening Protectives, 2016 Edition.

19. NFPA 253 - Critical Radiant Flux of Floor Covering Systems, 2015 Edition.

20. NFPA 2001 - Clean Agent Fire Extinguishing Systems (California Amended), 2015

Edition.

21. Americans with Disabilities Act (ADA), Title II.

B. Manufacturer Qualifications: Capable of providing field service representation during

installation and who will approve the installer and application method.

C. Installer Qualifications: Installer experienced in performing this type of work and who has

specialized in work similar to the type required for this project.

D. Mock-Up or Test Panels: Before full-scale application, test products to be used on a mock-up or

test panels on the CMU being supplied to the project.

1. Review manufacturer's product data sheets to determine suitability of each product for each

surface.

2. Apply products using manufacturer-approved application methods, determining actual

requirements for surface preparation, coverage rate, number of coats, and application

procedures.

3. After 48 hours, review effectiveness of protection, compatibility with substrates, and

ability to achieve desired results.

4. Obtain approval by Designated Representative and Architect of workmanship, color, and

texture before proceeding with work.

5. Test Panels: Inconspicuous sections of actual construction.

a. Location and number as selected by Designated Representative.

b. Size: 4 feet by 4 feet.

c. Repair unacceptable work to the satisfaction of the Designated Representative.

1.5 DELIVERY, STORAGE, AND HANDLING

A. Deliver products in time to avoid construction delays.

B. Deliver and store products in manufacturer's original packaging with identification labels intact.

C. Store products protected from weather and at temperature and humidity conditions recommended

by manufacturer.

1.6 PROJECT CONDITIONS

A. Do not apply products under conditions outside manufacturer's requirements, which include:

1. Surfaces that are frozen; allow complete thawing prior to installation.

2. Surface and air temperatures below 40 degrees F.

3. Surface and air temperatures above 95 degrees F.

Natomas Unified School District Project #18005

Natomas Charter School - Exterior Paint

Construction Documents

GRAFFITI-RESISTANT COATINGS

ADDENUM 1 099623 - 3

4. When surface or air temperature is not expected to remain above 40 degrees F for at least

8 hours after application.

5. Wind conditions that may blow water repellents onto surfaces not intended to be treated.

6. Less than 24 hours after a rain.

7. When rain is expected less than 6 hours after installation.

1.7 WARRANTY

A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or

replace components of anti-graffiti coating system that fails in materials or workmanship within

specified warranty period.

1. Warranty Period: 2 years.

B. Installer Warranty: 1 year.

1.8 EXTRA STOCK

A. Minimum 1 gallon each product in original or new 1 gallon cans.

1. Color spot each lid.

2. Identify with formula, location, product and date.

B. Minimum 5 gallons of Graffiti Remover.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Anti-Graffiti System: Subject to compliance with requirements, provide either the named product

or an equal product by one of the other manufacturers specified.

1. Monochem. (Basis of Design)

2. Textured Coatings of America (TCA), Inc.

3. American Polymers.

4. Or equal.

2.2 ANTI-GRAFFITI SYSTEM

A. Product: Permashield Premium by Monochem.

1. Description: Non-sacrificial, intended for use on unpainted or painted concrete, masonry,

stucco, prepared metal, EIFS, murals, signs and other surfaces. It creates a clear protective,

UV resistant coating where graffiti tagging can be removed without affecting the

appearance of the substrate.

2. Test Data:

a. Solids by Weight (ASTM D2369): 55% ±2.

b. VOC level (ASTM D3960): Zero.

c. Film appearance, Gloss 60° (ASTM D-523): 90.

Natomas Unified School District Project #18005

Natomas Charter School - Exterior Paint

Construction Documents

GRAFFITI-RESISTANT COATINGS

ADDENUM 1 099623 - 4

d. Film appearance, Matte 60°(ASTM D-523): 4-6.

e. Mixed Viscosity @75°F (ASTM D2369): 85-90 KUs.

f. Tensile strength (ASTM D412-06a): 5950 PSI.

g. Elongation (ASTM D412-06a): 150%.

h. Modulus@100%Elongation: 4190 PSI.

i. Hardness, pencil, 2 weeks (ASTM D-530): 2H.

j. Taber Abrasion Resistance (ASTM D-4060): <45mgloss/1000 Cycles.

k. Impact Resistance (ASTM D-2794) Reverse: 160 In/Lbs.

l. Water Vapor Transmission (ASTM 1653-85): 5.99% perms.

m. Graffiti Resistance (ASTM D6578): Exceeded performance requirement (Level 3)

Using Citrus Clean Super.

n. Outdoor Weathering (ASTM G155-05a): 8000 hours.

o. Cyclic Weathering (AASHTOR-31): No Blistering, Cracking, Checking, Softening

or Delamination. Maximum Change of 10 Gloss Level.

p. Recoat Time: 4-6 Hours.

q. Dry through: 8-12 Hours.

r. Dry hard: 48 Hours.

s. Complete cure and hardness: 5 Days.

B. Coating System:

1. Unpainted (natural) Surfaces:

a. 1 Flood Coat: AQUASEALME12.

b. 2-3 coats: PERMASHIELD BASE COAT.

c. 2-coats: PERMASHIELD PREMIUM.

2. Painted Surfaces: Depending on the surface, apply one to two coats of base coat to create

a pinhole free surface for finish coat.

a. 2-3 coats: PERMASHIELD BASE COAT.

b. 2-coats: PERMASHIELD PREMIUM.

2.3 GRAFFITI REMOVER

A. Product: CITRUS CLEAN SUPER (#9800) by Monochem.

1. Description: A water-miscible, easy to use, concentrated cleaner/remover. It is designed to

remove and clean graffiti from surfaces that are protected with Permashield Premium.

2. Spray directly on the graffiti and allow 2 minutes of dwell time. Do not allow the cleaner

to dry. Gently agitate with a stiff bristle nylon brush or nylon scour pad working the cleaner

into the graffiti. Spray more cleaning solution to maintain a wet surface and to remove the

dissolved graffiti. When graffiti removal is complete and all graffiti is dissolved, flush the

surface thoroughly with water to remove all residue. If the removal is incomplete, allow

the water on the surface to fully dry and repeat above steps.

3. Do not allow remover to dry on the surface.

4. CITRUS CLEAN SUPER is the required graffiti remover for Permashield Premium. Do

not use solvents or other chemicals such as MEK, lacquer thinners, etc.

Natomas Unified School District Project #18005

Natomas Charter School - Exterior Paint

Construction Documents

GRAFFITI-RESISTANT COATINGS

ADDENUM 1 099623 - 5

PART 3 - EXECUTION

3.1 EXAMINATION

A. Verify that substrates are acceptable for product installation; do not begin until substrates meet

manufacturer's requirements.

1. Masonry, including mortar and concrete plaster, must cure a minimum of 28 days prior to

applying anti-graffiti coating system.

B. Do not begin until mock-up/test panels have been approved by Architect.

3.2 SURFACE PREPARATION

A. Protect adjacent surfaces not to be treated prior to beginning application.

B. Repair, patch and fill cracks, voids, defects, and damaged areas to satisfaction of manufacturer.

Allow repair materials to cure completely.

C. Ensure that the surface is free of graffiti and contaminants such as dust, dirt, form oil, grease,

wax, curing compounds, grime and loose paint. Clean the surface by any of the following

methods, as approved by anti-graffiti coating system manufacturer:

1. Water blasting: Use water at a minimum pressure of 2,000 psi.

2. Steam cleaning: Use high, medium or low pressure depending on the condition of the

surface.

3. Sandblasting: As required for a clean surface, remove sand with water rinse.

4. Cleaning solution: Scrub with a low residue, easily rinsed solution to remove all grease and

wax build-up.

5. Sand paper or wire wool: Lightly etch surface, then remove all residue.

6. Acid etch: Rinse with appropriate acid, then neutralize and rinse surface thoroughly. Allow

the surface to dry thoroughly for a minimum of 24 to 48 hours after rinsing.

3.3 INSTALLATION

A. Install in accordance with manufacturer's instructions and recommendations, product data, and

container label instructions.

B. Mix materials in strict accordance with manufacturer's instructions; do not dilute unless permitted

by manufacturer.

C. Prevent overspray, wind drift, and splash onto surfaces not to be treated.

D. Provide the services of the manufacturer's authorized field representative to verify that installed

products comply with manufacturer's requirements and with the standard established by approved

mock-up/test panels.

Natomas Unified School District Project #18005

Natomas Charter School - Exterior Paint

Construction Documents

GRAFFITI-RESISTANT COATINGS

ADDENUM 1 099623 - 6

3.4 CLEANING AND PROTECTION

A. At completion of work, remove protective coverings.

B. If surfaces that should have been protected from damage by this work have been damaged, clean,

repair or replace to the satisfaction of Architect.

C. Repair or replace damaged treated surfaces.

D. Protect completed work from damage during construction.

END OF SECTION 099623

BID FORM AND PROPOSAL

To: Governing Board of the Natomas Unified School District ("District")

From: (Insert Proper Name of Bidder)

The undersigned declares that the Contract Documents including, without limitation, the Notice to Contractors Calling for Bids and the Information for Bidders have been read and agrees and proposes to furnish all necessary labor, materials, and equipment to perform and furnish all work in accordance with the terms and conditions of the Contract Documents, including, without limitation, the Drawings and Specifications of the Natomas Charter School Blackrock Exterior Paint Bid # 18-02-MO 002 ("Project" or "Contract") and will accept in full payment for that Work the following total lump sum amount, all taxes included:

BASE BID: Item A. TOTAL CASH PRICE IN WORDS & NUMBERS:

$ , , .

Dollars

(In Words-Printed or Typed)

Item B. Owner controlled allowance-Dry Rot or Change Orders CASH PRICE IN WORDS & NUMBERS:

$ , 3 0 , 0 0 0 . 0 0

Thirty Thousand Dollars

(In Words-Printed or Typed)

BASE COMBINED BID Amount: Item A and Item B Combined. Item A and B Combined: TOTAL CASH PRICE IN WORDS & NUMBERS:

$ , , .

Dollars

(in Words-Printed or Typed)

Add Alternate #1: For Painting the Ornamental Fencing

Item 1. TOTAL CASH PRICE IN WORDS & NUMBERS:

$ , , .

Dollars

(in Words-Printed or Typed)

BASIS for AWARD: Will be a combination of alternative (if accepted) and base combined bid.

Base Combined Bid plus selected alternates: TOTAL CASH PRICE IN WORDS & NUMBERS:

$ , , .

Contractor to leave this one blank Dollars

(in Words-Printed or Typed)

Descriptions of alternates are primarily scope definitions and do not necessarily detail the full range of materials and processes needed to complete the construction.

1. Unit Prices. The Bidder's Base Bid includes the following unit prices, which the Bidder must provide and the District may, at its discretion, utilize in valuing additive and/or deductive change orders: N/A

2. The undersigned has reviewed the Work outlined in the Contract Documents and fully understands the scope of Work required in this Proposal, understands the construction and project management function(s) described in the Contract Documents, and that each Bidder who is awarded a Contract shall be in fact a prime contractor, not a subcontractor, to the District, and agrees that its Proposal, if accepted by the District, will be the basis for the Bidder to enter into a Contract with the District in accordance with the intent of the Contract Documents.

3. The undersigned has notified the District in writing of any discrepancies or omissions or of any doubt, questions, or ambiguities about the meaning of any of the Contract Documents, and has contacted the District before the bid opening date to verify the issuance of any clarifying Addenda.

4. The undersigned agrees to commence work under this Contract on the date established in the Contract Documents and to complete all work within the time specified in the Contract Documents.

5. The liquidated damages clause of the General Conditions and Special Conditions is hereby acknowledged.

6. It is understood that the District reserves the right to reject this bid and that the bid shall remain open to acceptance and is irrevocable for a period of ninety (90) days.

7. The following documents are attached hereto:

Bid Bond on the District's form or other security

Designated Subcontractors List

Non-Collusion Affidavit

Project Warranty

8. Receipt and acceptance of the following Addenda is hereby acknowledged:

Addendum No. 1 ________ Dated: __________

Addendum No. 2 ________ Dated: __________

Addendum No. 3 ________ Dated: __________

9. The Bidder represents that it is competent, knowledgeable, and has special skills with respect to the nature, extent, and inherent conditions of the Work to be performed.

10. Bidder expressly acknowledges that it is aware that if a false claim is knowingly submitted (as the terms "claim" and "knowingly" are defined in the California False Claims Act, Cal. Gov. Code, §12650 et seq.), the District will be entitled to civil remedies set forth in the California False Claim Act. It may also be considered fraud and the Contractor may be subject to criminal prosecution.

11. The undersigned Bidder certifies that it is, at the time of bidding, and shall be throughout the period of the contract, licensed by the State of California to do the type of work required under the terms of the Contract Documents. Bidder further certifies that it is regularly engaged in the general class and type of work called for in the Contract Documents.

Furthermore, Bidder hereby certifies to the District that all representations, certifications, and

statements made by Bidder, as set forth in this bid form, are true and correct and are made under

penalty of perjury.

Dated this day of , 2018

Name of Bidder

Type of Organization

Signature

Signed by

Title of Signer

Address of Bidder

Bidder’s Taxpayer Identification No.

Telephone Number

Fax Number

E-mail Website

Contractor’s License No(s): No.: Class: Expiration Date:

No.: Class: Expiration Date:

No.: Class: Expiration Date:

If Bidder is a corporation, affix corporate seal.

Name of Corporation:

President:

Secretary:

Treasurer:

Manager:

AGREEMENT THIS AGREEMENT is made this , 2018 in the County of Sacramento, State of California, by and between the Natomas Unified School District (the “District”) and _____________________ (the “Contractor”). The District and Contractor may be referred to herein individually as a “Party” and collectively as the “Parties.”

RECITALS A. District is contracting for Natomas Charter School Blackrock Exterior Paint Bid # 18-02

MO 002 (“Project”). B. Contractor has been selected as the lowest responsible and responsive bidder for the

Project. C. District desires that the Contractor complete the Project in accordance with the terms and

conditions set forth in this Agreement and all Contract Documents incorporated herein. NOW, THEREFORE, in consideration of the mutual agreements and covenants contained in this Agreement, and other valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the Parties agree as follows: ARTICLE 1 - SCOPE OF WORK. The Contractor shall perform within the time stipulated the contract as herein defined, and shall provide all labor, materials, tools, utility services, and transportation to complete in a workmanlike manner all of the work required in connection with the following titled project:

Natomas Charter School Blackrock Exterior Paint Bid # 18-02-MO 002

The project will include, but is not limited to, exterior painting of Natomas Charter School Blackrock Exterior. Scope will include all buildings as specified in BCA Architecture’s plans and specifications. In strict compliance with the Contract Documents as specified in Article 4 below, which shall be free from any and all liens and claims from mechanics, material suppliers, subcontractors, artisans, machinists, teamsters, freight carriers, and laborers required for the Project. ARTICLE 2 - TIME FOR COMPLETION. The Contractor shall mobilize and commence work on the Project at the direction of District staff. Time is of the essence for this Contract and the Contractor shall complete the Project within the period specified in the Special Conditions and in accordance with the schedule for the Project developed by the District and the Construction Manager, if applicable. Any additional projects will be coordinated between the District and Contractor. In entering into this Agreement, Contractor acknowledges and agrees that the duration stipulated herein is adequate and reasonable for the size and scope of the Project. ARTICLE 3 - CONTRACT PRICE. The District shall pay to the Contractor as full consideration for the faithful performance of the Contract. Payment and performance bonds are to be issued each in the amount of one hundred percent (100%) of the total amount payment under the Contract. Contractor shall adjust the payment and performance bonds if outstanding work exceeds the original amount of the bonds.

BASE BID: Item A. TOTAL CASH PRICE IN WORDS & NUMBERS:

$ , , .

Dollars

(In Words-Printed or Typed)

Item B. Owner controlled allowance-Dry Rot or Change Orders CASH PRICE IN WORDS & NUMBERS:

$ , 3 0 , 0 0 0 . 0 0

Thirty Thousand Dollars

(In Words-Printed or Typed)

BASE COMBINED BID Amount: Item A and Item B Combined. Item A and B Combined: TOTAL CASH PRICE IN WORDS & NUMBERS:

$ , , .

Dollars

(in Words-Printed or Typed)

Add Alternate #1: For Painting the Ornamental Fencing

Item 1. TOTAL CASH PRICE IN WORDS & NUMBERS:

$ , , .

Dollars

(in Words-Printed or Typed)

BASIS for AWARD: Will be a combination of alternative (if accepted) and base combined bid.

Base Combined Bid plus selected alternates: TOTAL CASH PRICE IN WORDS & NUMBERS:

$ , , .

Contractor to leave this one blank Dollars

(in Words-Printed or Typed)

The Contract Price is subject to increases or decreases as provided in the Contract Documents. The District shall pay the Contract Price to the Contractor in accordance with the General Conditions. ARTICLE 4 - COMPONENT PARTS OF THE CONTRACT. The Contract entered into by this Agreement consists of the following Contract Documents, all of which are component parts of the Contract as if herein set out in full or attached hereto:

Notice to Contractors Calling for Bids Information for Bidders Bid Form and Proposal, as accepted Bid Bond Designated Subcontractors List Non-Collusion Affidavit Project Warranty Agreement Workers' Compensation Certification Performance Bond Payment Bond Contractor Fingerprinting Certification Asbestos-Free Materials Certification Drug-Free Workplace Certification Bidder’s Acknowledgement of Project Schedule Certificate Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion General Conditions Special Conditions Drawings and Specifications Addenda Nos. , , , as issued

All of the above-named Contract Documents are intended to be complementary. Work required by one of the above-named Contract Documents and not by others shall be done as if required by all. This Agreement shall supersede any prior agreement of the Parties. ARTICLE 5 – CONTRACTOR’S LICENSE. The Contractor must possess throughout the Project the legally-required contractor’s license classification for this Project, issued by the State of California, which must be current and in good standing. ARTICLE 6 – ENTIRE AGREEMENT. The Contract, which consists of all of the documents listed in Article 4 above, constitutes the entire agreement between the Parties relating to the Project, and supersedes any prior or contemporaneous agreement between the Parties, oral or written, including the District's award of the Project to Contractor, unless such agreement is expressly incorporated herein. The District makes no representations or warranties, express or implied, not specified in the Contract. The Contract is intended as the complete and exclusive statement of the Parties’ agreement pursuant to Code of Civil Procedure section 1856. ARTICLE 7 – EXECUTION OF OTHER DOCUMENTS. The Parties to this Agreement shall cooperate fully in the execution of any and all other documents and in the completion of any additional actions that may be necessary or appropriate to give full force and effect to the terms and intent of the Contract.

ARTICLE 8 – EXECUTION IN COUNTERPARTS. This Agreement may be executed in counterparts such that the signatures may appear on separate signature pages. A copy, or an original, with all signatures appended together, shall be deemed a fully executed Agreement. ARTICLE 9 – BINDING EFFECT. Contractor, by execution of this Agreement, acknowledges that Contractor has read this Agreement and the other Contract Documents, understands them, and agrees to be bound by their terms and conditions. The Contract shall inure to the benefit of and shall be binding upon the Contractor and the District and their respective successors and assigns. ARTICLE 10 – SEVERABILITY; GOVERNING LAW; CHOICE OF FORUM. If any provision of the Contract shall be held invalid or unenforceable by a court of competent jurisdiction, such holding shall not invalidate or render unenforceable any other provision hereof. The Contract shall be governed by the laws of the State of California. Any action or proceeding seeking any relief under or with respect to this Agreement shall be brought solely in the Superior Court of the State of California for the County of Sacramento, subject to transfer of venue under applicable State law. ARTICLE 11 – AMENDMENTS. The terms of the Contract shall not be waived, altered, modified, supplemented or amended in any manner whatsoever except by written agreement signed by the Parties and approved or ratified by the Governing Board. ARTICLE 12 – ASSIGNMENT OF CONTRACT. The Contractor shall not assign or transfer by operation of law or otherwise any or all of its rights, burdens, duties or obligations without the prior written consent of the surety on the payment bond, the surety on the performance bond, and the District. ARTICLE 13 – WRITTEN NOTICE. Written notice shall be deemed to have been duly served if delivered in person to the individual or member of the firm or to an officer of the corporation for whom it was intended, or if delivered at or sent by registered or certified or overnight mail to the last business address known to the person who gives the notice. ARTICLE 14 – PROVISIONS REQUIRED BY LAW. Each and every provision of law and clause required to be inserted in this contract shall be deemed to be inserted herein, and this Contract shall be read and enforced as though it were included herein, and if through mistake or otherwise any such provision is not inserted or is not inserted correctly, then upon application of either Party the Contract shall forthwith be physically amended to make such insertion or correction. ARTICLE 15 – AUTHORITY TO EXECUTE. The individual(s) executing this Agreement on behalf of the Contractor is/are duly and fully authorized to execute this Agreement on behalf of Contractor and to bind the Contractor to each and every term, condition and covenant of the Contract Documents.

[Remainder of Page Intentionally Left Blank]

IN WITNESS WHEREOF, this Agreement has been duly executed by the above-named parties, on the day and year first above written. To the extent that there exists any conflicts or inconsistencies between this Agreement and the General Conditions, the provisions contained in the General Conditions shall govern. CONTRACTOR: DISTRICT: Natomas Unified School District License No. By Javetta Cleveland Deputy Superintendent By Title

Governing Board Date , 2018 (Corporate Seal) Agenda Item No.

[END OF DOCUMENT]

.TOMAS CHARTER SCHOOLEXTERIOR PAINT4600 BLACKROCK DR.

SACRAMENTO. CA 95835

BC A/

architecture

p I a n n i n g

i n t e r i o r s

BCA Architects

505 S. Market St.San Jose, California 95113

[T] 408.588.3800

[ F ] 408.588.3805

www.BCAarchitects.com

)

CA GREEN CODEGENERAL NOTES SHEET INDEXARCHITECT ENGINEER

1. PRIOR TO SUBMITTING BIDS. BIDDER SHALL EXAMINE CONSTRUCTION DRAWINGS AND SPECIFICATIONS AND SHALL HAVE VISITED THE CONSTRUCTION SITE. HE/SHE SHALL BE FAMILIAR WITH THE CONDITIONS UNDER WHICH HE/SHE WILL HAVE TO OPERATE AND WHICH WILL IN ANY WAY AFFECT THE WORK UNDER THIS CONTRACT. THE GENERAL CONTRACTOR SHALL NOT DISPUTE, COMPLAIN OR ASSERT THAT THERE IS ANY MISUNDERSTANDING IN REGARDS TO LOCATION, EXTENT, NATURE OR AMOUNT OF WORK TO BE PERFORMED UNDER THIS CONTRACT DUE TO THE CONTRACTOR’S FAILURE TO INSPECT THE SITE. BIDDERS SHALL NOTIFY THE ARCHITECT OF ANY CONDITIONS, REQUIRING WORK, WHICH ARE NOT COVERED IN THE CONTRACT DOCUMENTS.

5.504.4 FINISH MATERIALS POLLUTANT CONTROL. FINISH MATERIALS SHALL COMPLY WITH SECTION 5.504.4.1 THROUGH 5.504.4.6

11. THE CONTRACTOR SHALL BE RESPONSIBLE FOR REMOVING ALL LEFT-OVER MATERIALS, DEBRIS, TOOLS AND EQUIPMENT INVOLVED IN HIS/HER OPERATIONS AT THE CONCLUSION OF THE INSTALLATION. HE/SHE SHALL LEAVE ALL AREAS CLEAN AND FREE FROM DUST.

ARCHITECTURALPROTECT AREAS FROM DAMAGE WHICH MAY OCCUR DUE TO TEMPERATURES, WIND, DUST, WATER, ETC., PROVIDE AND MAINTAIN TEMPORARY BARRICADES, CLOSURE WALLS, ETC., AS REQUIRED DURING CONSTRUCTION.

24.CS COVER SHEET

SITE PLAN (REFERENCE ONLY)

EXTERIOR ELEVATIONS (BLDGS A, B, & C)

EXTERIOR ELEVATIONS (BLDG3S D, E, & E)

EXTERIOR ELEVATIONS (BLDGS F, F, & G)

NOT USED

EXTERIOR ELEVATIONS (BLDG BLDG H)

EXTERIOR ELEVATIONS (BLDGS J1, J2, & K) EXTERIOR ELEVATIONS (BLDGS M, & MP) EXTERIOR ELEVATIONS (BLDGS D1, & PA) EXTERIOR ELEVATIONS (BLDGS T3, & T4)

5.504.4.1 ADHESIVES. SEALANTS. CAULKS. ADHESIVES AND SEALANTS USED ON THE PROJECT SHALL MEET THE REQUIREMENTS OF THE FOLLOWING STANDARDS.

1. ADHESIVES, ADHESIVE BONDING PRIMERS, ADHESIVE PRIMERS, SEALANTS, SEALANT PRIMERS AND CAULKS SHALL COMPLY WITH LOCAL OR REGIONAL AIR POLLUTION CONTROL OR AIR QUALITY MANAGEMENT DISTRICT RULES WHERE APPLICABLE OR SCAQMD RULE 1168 VOC LIMITS, AS SHOWN IN TABLES 5.504.4.1 AND 5.504.4.2.

2. AEROSOL ADHESIVES AND SMALLER UNIT SIZES OF ADHESIVES AND SEALANT OR CAULKING COMPOUNDS (IN UNITS OF PRODUCT, LESS PACKAGING, WHICH DO NOT WEIGH MORE THAN ONE POUND AND DO NOT CONSIST OF MORE THAN 16 FLUID OUNCES) SHALL COMPLY WITH STATEWIDE VOC STANDARDS AND OTHER REQUIREMENTS, INCLUDING PROHIBITIONS ON USE OF CERTAIN TOXIC COMPOUNDS, OF CALIFORNIA CODE OF REGULATIONS, TITLE 17 COMMENCING WITH SECTION 94507.

A0.1

A4.1HAZARDOUS MATERIALS: THE ARCHITECT AND THE ARCHITECT’S CONSULTANTS SHALL HAVE NO RESPONSIBILITY FOR THE DISCOVERY, PRESENCE, HANDLING, REMOVAL, OR DISPOSAL OF OR EXPOSURE OF PERSONS TO ASBESTOS OR HAZARDOUS OR TOXIC SUBSTANCES IN ANY FORM AT THE PROJECT SITE. PROFESSIONAL SERVICES RELATED OR IN ANY CONNECTED WITH THE INVESTIGATION, DETECTION, ABATEMENT, REPLACEMENT, USE, SPECIFICATION, OR REMOVAL OF PRODUCTS, MATERIALS, OR PROCESSES CONTAINING ASBESTOS OR HAZARDOUS OR TOXIC MATERIALS ARE BEYOND THE SCOPE OF THIS AGREEMENT.

12. 25. MAINTAIN EXISTING PEDESTRIAN ACCESS ALONG EXISTING ADJACENT STREETS AND CAMPUS PATHWAYS.

A4.2

A4.3ALL PUBLIC IMPROVEMENTS SHALL BE MADE IN ACCORDANCE WITH THE LATEST ADOPTED CITY/ COUNTY STANDARDS.

26. A4.4

A4.5

A4.627. ALL TYPICAL DETAILS SHALL APPLY UNLESS NOTED OTHERWISE.2. THERE WILL BE NO SUBSTITUTIONS FOR SPECIFIED ITEMS WITHOUT PRIOR APPROVAL UNLESS OTHERWISE NOTED. REQUESTS FOR SUBSTITUTIONS SHALL BE MADE IN ACCORDANCE WITH SPECIAL CONDITIONS AND DIVISION 1.

A4.7 1. This sheet is part of a set and is not to be used alone.2. This sheet is not to be used for construction unless the architect's

stamp and signature appear on the drawings and the status box indicates drawings have been released for construction.

< 3. These plans and prints thereof, as instruments of service,- are owned by the architect and are for use on this project

only. Reproduction and/or distribution without the prior written consent of the architect is forbidden.

4. Copyright Bunton Clifford Associates, 2011

28. NOTIFY THE ARCHITECT IN WRITING AND SEEK CLARIFICATION IF ANY DISCREPANCIES OR OMISSIONS ARE FOUND. CONTRACTOR SHALL BE RESPONSIBLE FOR REMEDIAL WORK IF RELATED WORK IS CONTINUED AFTER A DISCREPANCY IS IDENTIFIED.

A4.8 co

A4.95.504.4.3 PAINTS AND COATINGS. ARCHITECTURAL PAINTS AND COATINGS SHALL COMPLY WITH TABLE 5.504.4.3 UNLESS MORE STRINGENT LOCAL LIMEITS APPLY.

o13. THE GENERAL CONTRACTOR & SUBCONTRACTORS ARE RESPONSIBLE FOR LOCATING & VERIFYING ALL EXISTING UNDERGROUND UTILITIES IN ALL AREAS OF WORK PRIOR TO COMMENCEMENT OF EXCAVATION. EXISTING UTILITIES SHOWN THE DRAWING ARE APPROXIMATE ROUTING LOCATION AS BEST DETERMINED FROM EXISTING DRAWINGS AND THE CITY SCHOOL DISTRICT, BUT SHOULD NOT BE CONSTRUED TO REPRESENT REPRESENT ALL EXISTING UNDERGROUND UTILITIES.

3. THE FINAL LOCATION OF ALL ELECTRICAL AND SIGNAL EQUIPMENT, PANEL BOARDS, FIXTURES, ETC., SHALL BE APPROVED BY OWNER PRIOR TO INSTALLATION. NEW FINISHES AND CONSTRUCTION SHALL BE PROTECTED BY THE

CONTRACTOR FROM POTENTIAL DAMAGED CAUSED BY CONSTRUCTION ACTIVITY. DAMAGE TO FINISHES OR CONSTRUCTION SHALL BE REPAIRED OR REPLACED (OWNER’S DECISION) BY THE CONTRACTOR WITH IDENTICAL MATERIAL AND/OR FINISHES. CONTRACTOR SHALL MAKE AND MAINTAIN A PHOTOGRAPHIC RECORD NOTEBOOK WITH DATED/INDEXED PHOTOGRAPHS.

29.5.504.4.3.1 AEROSOL PAINTS AND COATINGS. AEROSOL PAINTS AND COATINGS SHALL MEET THE PRODUCT-WEIGHTED MIR LIMITS FOR ROC IN SECTION 94522(A)(3) AND OTHER REQUIREMENTS, INCLUDING PROHIBITIONS ON USE OF CERTAIN TOXIC COMPOUNDS AND OZONE DEPLETING SUBSTANCES (CCR, TITLE 17, SECTION 94520 ET SEQ).

o4. DEFINITIONS:

’TYPICAL’ MEANS IDENTICAL FOR ALL CONDITIONS, UNLESS OTHERWISE NOTED

A.

NO. REMARKS DATE14. ALL TEMPORARY WORK SHALL BE CONSIDERED A PART OF THIS CONTRACT AND NO EXTRA CHARGES WILL BE ALLOWED. THIS SHALL INCLUDE MINOR ITEMS OF MATERIAL OR EQUIPMENT NECESSARY TO MEET THE REQUIREMENTS AND INTENT OF THE PROJECT.

5.504.4.3.2 VERIFICATION. VERIFICATION OF COMPLIANCE WITH THIS SECTION SHALL BE PROVIDED AT THE REQUEST OF THE ENFORCING AGENCY.’SIMILAR’ MEANS COMPARABLE CHARACTERISTICS FOR THE CONDITION

NOTED. VERIFY DIMENSIONS AND OREINTATIONS.B. >-

PATCH AND REPAIR ALL SURFACES ADJACENT TO AREAS AFFECTED BY MODERNIZATION TO MATCH EXISTING, U.O.N.

30. QTO

5.504.4.4 CARPET SYSTEMS. ALL CARPET INSTALLED IN THE BUILDING INTERIOR SHALL MEET THE TESTING AND PRODUCT REQUIREMENTS OF ONE OF THE STANDARDS LISTED IN SECTION 5.504.4.4

CO

C. ’PROVIDE’ MEANS TO FURNISH AND INSTALL 15. ALL WALL PENETRATIONS TO EXTERIOR WALLS SHALL BE SEALED AIR/WATER TIGHT. ALL INTERIOR PENETRATIONS SHALL BE SEALED TO PROVIDE A PROFESSIONAL AND FINISHED APPEARANCE.

31. SEE MECHANICAL k PLUMBING DRAWINGS FOR INFORMATION RELATED TO PLUMBING, HEATING, VENTILATION AND AIR CONDITIONING EQUIPMENT. SEE ARCHITECTURAL PLANS, REFLECTED CEILING PLANS AND ELEVATIONS FOR COORDINATED EQUIPMENT LOCATIONS. IE NOT SHOWN, CONTACT THE ARCHITECT FOR REVIEW AND DECISION.

oCO

’FURNISH’ MEANS TO FURNISH AND OTHERS WILL INSTALLD. >5.504.4.4.1 CARPET CUSHION. ALL CARPET CUSHION INSTALLED IN THE BUILDING INTERIOR SHALL MEET THE REQUIREMENTS OF THE CARPET AND RUG INSTITUTE GREEN LABEL PROGRAM.

□r6. DIMENSIONING RULES: 16. THE DRAWINGS AND SPECIFICATIONS DO NOT UNDERTAKE TO SHOW OR

LIST EVERY ITEM TO BE PROVIDED, BUT RATHER TO DEFINE THE REQUIREMENTS FOR A FULL AND WORKING SYSTEM FROM THE STANDPOINT OF THE END USER. FOR THIS REASON, WHEN AN ITEM NOT SHOWN OR LISTED IS CLEARLY NECESSARY FOR PROPER USE CONTROL/OPERATION OF EQUIPMENT WHICH IS SHOWN OR LISTED, PROVIDE ALL ITEMS WHICH WILL ALLOW THE SYSTEM TO FUNCTION PROPERLY AT NO INCREASE IN CONTRACT PRICE OR TIME.

A. ALL HORIZONTAL DIMENSIONS SHALL BE FACE OF STUD OR COLUMN GRID LINE, U.O.N. SEE ELECTRICAL DRAWINGS FOR INFORMATION RELATED TO

TELECOMMUNICATION EQUIPMENT, POWER AND LIGHTING FIXTURES AND EQUIPMENT. SEE ARCHITECTURAL PLANS, REFLECTED CEILING PLAN AND INTERIOR ELEVATIONS FOR COORDINATED EQUIPMENT LOCATIONS. IF NOT SHOWN, CONTACT THE ARCHITECT FOR REVIEW AND DECISION.

32. 5.504.4.4.2 CARPET ADHESIVE. ALL CARPET ADHESIVE SHALL MEET THE REQUIREMENTS OF TABLE 5.504.4.1

DIMENSIONS NOTED ’CLEAR’, ’CLR’ OR ’MINIMUM’ MUST BE PRECISELY MAINTAINED.

B.5.504.4.5 COMPOSITE WOOD PRODUCTS. HARDWOOD. PLYWOOD, PARTICLE BOARD AND MEDIUM DENSITY FIBERBOARD COMPOSITE WOOD PRODUCTS USED ON THE INTERIOR OR EXTERIOR OF THE BUILDING SHALL MEET THE REQUIREMENTS FOR FORMALDEHYDE AS SPECIFIED IN ARB’s AIR TOXICS CONTROL MEASURE (ATCM) FOR COMPOSITE WOOD (17 CCR 93120 ET SEQ.) THOSE MATERIALS NOT EXEMPTED UNDER THE ATCM MUST MEET THE SPECIFIED EMISSION LIMITS, AS SHOWN IN TABLE 5.504.4.5

C. DIMENSIONS CAN NOT BE MODIFIED WITHOUT APPROVAL OF THE ARCHITECT UNLESS OTHERWISE NOTED. 33. PROVIDE ACCESS DOORS REQUIRED FOR ACCESS TO CONCEALED

MECHANICAL, PLUMBING AND ELECTRICAL EQUIPMENT.17. THE DETAILS REFLECT THE DESIGN INTENT FOR TYPICAL CONDITIONS. THE CONTRACTOR SHALL VERIFY ALL FIELD CONDITIONS AND SHALL INCLUDE, IN HIS/HER SCOPE, THE COST FOR COMPLETE FINISHED INSTALLATIONS, INCLUDING ANOMALIES, OF ALL TRADES.

D. VERTICAL DIMENSIONS ARE FROM TOP OF FLOOR SLAB UNLESS OTHERWISE NOTED. 34. ALL NOTED WORK IS UNDERSTOOD TO BE NEW UNLESS LABELED AS

’(E)’ OR ’EXISTING’. 5.504.4.5.2 DOCUMENTATION. CONTRACTOR TO PROVIDE WRITTEN CERTIFICATION THAT CODE COMPLYING PRODUCTS WERE USED IN CONSTRUCTION TO THE CITY INSPECTOR PRIOR TO FINALING THE PROJECT.

E. DO NOT SCALE DRAWINGS. IF ANY ITEM OF WORK CANNOT BE LOCATED, SO NOT PROCEED WITH THE WORK WITHOUT THE ARCHITECT’S APPROVAL.

ALL WORK SHALL CONFORM TO CALIFORNIA CODES, TRADE STANDARDS WHICH GOVERN EACH PHASE OF THE PROJECT, AND ALL APPLICABLE LOCAL CODES AND AUTHORITIES HAVING JURISDICTION.

35. CONTRACTOR IS RESPONSIBLE TO PROTECT ALL EXISTING STRUCTURE AND LANDSCAPE OUTSIDE THE PROJECT AREA OF WORK. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL DAMAGE AND COSTS ATTRIBUTED TO THESE AREAS.

5.504.4.6 RESILIENT FLOORING SYSTEMS. COMPLY WITH THE VOC-EMISSIONS LIMITS DEFINED IN THE 2009 CHPS CRITERIA AND LISTED ON ITS LOW-EMITTING MATERIALS LIST (OR PRODUCT REGISTRY) OR CERTIFIED UNDER THE FLOOR SCORE PROGRAM OF THE RESILIENT FLOOR COVERING INSTITUTE.

DIMENSIONS MARKED ’V.I.F.’ OR ’VERIFY’ SHALL BE VERIFIED BY THE CONTRACTOR PRIOR TO THE START OF CONSTRUCTION.

F. THIS DRAWING SET SHALL BE USED IN CONJUNCTION WITH THE CSI FORMAT PROJECT MANUAL PUBLISHED IN BOOK FORM. COMBINED, THEY ARE THE ’CONTRACT DOCUMENTS’.

19.

G. VERIFY ALL ROUGH OPENING DIMENSIONS FOR FABRICATED ITEMS WITH THE MANUFACTURER PRIOR TO PROCEEDING WITH CONSTRUCTION. 5.504.4.6.1 VERIFICATION OF COMPLIANCE. DOCUMENTATION SHALL BE PROVIDED VERIFYING

THAT RESILIENT FLOORING MATERIALS MET THE POLLUTANT EMISSIONS LIMITS.NO WORK SHALL COMMENCE WITH UNAPPROVED MATERIALS. ANY WORK DONE WITH UNAPPROVED MATERIALS AND EQUIPMENT IS AT THE CONTRACTOR’S RISK. SEE SPECIFICATIONS FOR SUBMITTAL AND SUBSTITUTION REQUIREMENTS.

20.

DOOR AND WINDOW OPENINGS SHALL BE LOCATED ADJACENT TO PERPENDICULAR WALL UNLESS DIMENSIONED OTHERWISE.

H.5.504.5.3 FILTERS. IN MECHANICALLY VENTILATED BUILDINGS, PROVIDE REGULARLY OCCUPIED AREAS OF THE BUILDING WITH AIR FILTRATION MEDIA FOR OUTSIDE AND RETURN AIR THAT PROVIDES AT LEAST A MINIMUM EFFICIENCY REPORTING VALUE (MERV) OF 8. MERV 8 FILTERS SHALL BE INSTALLED PRIOR TO OCCUPANCY, AND RECOMMENDATIONS FOR MAINTENANCE WITH FILTERS OF THE SAME VALUE SHALL BE INCLUDED IN THE OPERATION AND MAINTENANCE MANUAL.

EXCEPTIONS:

7. PROVIDE REQUIRED BACKING, BLOCKING, AND BRACING FOR ALL WALL-MOUNTED FIXTURES, ACCESSORIES AND EQUIPMENT. 21. CONSTRUCTION MATERIAL STORED ON THE SITE SHALL BE PROPERLY

STACKED AND PROTECTED TO PREVENT DAMAGE OR DETERIORATION. FAILURE IN THIS REGARD MAY BE CAUSE FOR REJECTION OF MATERIAL AND/OR WORK. SECURITY OF MATERIALS ARE THE SOLE RESPONSIBILITY OF GENERAL CONTRACTOR.

VERIFY AND COORDINATE WALLS THAT MAY REQUIRE NON-TYPICAL THICKNESS OR FRAMING DUE TO ELECTRICAL, MECHANICAL, PLUMBING, STRUCTURAL AND/OR EQUIPMENT REQUIREMENTS.

8.

1. AN ASHRAE 10-PERCENT TO 15-PERCENT EFFICIENCY FILTER SHALL BE PERMITTED FOR AN HVAC UNIT MEETING THE 2013 CALIFORNIA ENERGY CODE HAVING 60,000 BTU/H OR LESS CAPACITY PER FAN COIL, IF THE ENERGY USE OF THE AIR DELIVERY SYSTEM IS 0.4 W/CFM OR LESS AT DESIGN AIR FLOW.

2. EXISTING MECHANICAL EQUIPMENT. 5.504.5.3.1 LABELING. INSTALLED FILTERS SHALL BE CLEARLY LABELED BY THE MANUFACTURER INDICATING THE MERV RATING.

5.504.5.3.1 LABELING. INSTALLED FILTERS SHALL BE CLEARLY LABELED BY THE MANUFACTURER INDICATING THE MERV RATING.

ALL EQUIPMENT/CABINETS SHALL BE FABRICATED FROM FIELD VERIFIED DIMENSIONS AND APPROVED SHOP DRAWINGS. COORDINATE MECHANICAL, PLUMBING AND ELECTRICAL EQUIPMENT WITH THIS WORK.

22.9. ALL GLAZING SHALL CONFORM TO FEDERAL GLAZING REGULATIONS AND CHAPTER 24, UBC.

VICINITY MAP10. ALL CONTRACTORS SHALL REMOVE TRASH AND DEBRIS STEMMING FROM THEIR WORK ON A DAILY BASIS. PROJECT SITE SHALL BE MAINTAINED IN A CLEAN AND ORDERLY CONDITION.

23. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL DAMAGE AND COSTS ATTRIBUTED TO RAIN WATER DAMAGE DURING THE DURATION OF THIS PROJECT. Hr'I ! rilJK

Charter Schoo

ter Schoolike

nW P; Hart*! Raficih

Park SiteNorth Natoma: Regional Park

W N3tomas Charter School

PROJECT

N 3iDhd Wichool - tar Academy

WV-S

NATOMAS CHARTER

SCHOOL4600 BLACKROCK DR.

SACRAMENTO, CA 95835

Jr

Natomas High $ _ L_ ,I I

I ierra Ji h School

imy oi\ yrts and Scie School"> to­

ll c,

Jk j

PROJECT DIRECTORY CODES AND REGULATIONS PROJECT DATAAPPLICABLE STATE CODES AND REGULATIONS WITH LATEST AMENDMENTS AND SUPPLEMENTS:ARCHITECT SHEET NAMEBunton Clifford Associates

505 South Market St.San Jose, CA 95113 [T] (408) 588-3800 [F] (408) 588-3805 Contact: MICHELE GARGANO PROJECT MANAGER [D] (916) 254-5609 [email protected]

CONSTRUCTION TYPE: OCCUPANCY GROUP :2016 BUILDING STANDARDS ADMINISTRATIVE CODE, PART 1, TITLE 24CBSC FULLY SPRINKLERED: DESCRIPTION OF USE:

2016 CALIFORNIA BUILDING CODE (CBC), PART 2, TITLE 24 CBSC

2016 CALIFORNIA ELECTRICAL CODE (CEC), PART 3, TITLE 24 CBSC

2016 CALIFORNIA MECHANICAL CODE (CMC), PART 4, TITLE 24 CBSC

2016 CALIFORNIA PLUMBING CODE (CPC), PART 5, TITLE 24 CBSC

2. TOTAL OCCUPANCY:NUMBER OF FLOORS:

COVER SHEET3. AREA OF WORK:

(by ARCHITECT’S GRAPHIC ESTIMATE)4.

5.

6. 2016 CALIFORNIA ENERGY CODE, PART 6, TITLE 24 CBSC

Date Drawing Number2016 CALIFORNIA HISTORICAL BUILDING CODE, PART 8, TITLE 24 CBSC7.04-06-18

8. 2016 CALIFORNIA FIRE CODE, PART 9, TITLE 24 CBSC PROJECT SUMMARY AND SCOPE OF WORK AND BUSINESS DESCRIPTION ScaleAS NOTED CS9. 2016 CALIFORNIA REFERENCED STANDARDS, PART 12, TITLE 24 CBSC

10, 2016 CALIFORNIA GREEN BUILDING STANDARDS CODE PART 2, TITLE 24. SCOPE OF WORK TO INCLUDE NEW EXTERIOR PAINT ONLY THROUGHOUT AREA OF WORK. Project Number18005

EXTERIOR ELEVATIONS (BLDGS E, F, & G)

EXTERIOR ELEVATIONS (BLDGS A, B, & C)

EXTERIOR ELEVATIONS (BLDGS H, I & MPR)

EXTERIOR ELEVATIONS (BLDGS N1 & N2)

SITE PLAN (REFERENCE ONLY)

COVER SHEET

EXTERIOR ELEVATIONS (BLDG K)

EXTERIOR ELEVATIONS (BLDGS SS, L & J)

EXTERIOR ELEVATIONS (BLDGS M & GYM)

EXTERIOR ELEVATIONS (BLDGS E1 & BPAC)

EXTERIOR ELEVATIONS (BLDGS D & FILED HOUSE)

SITE PLAN(REFERENCE ONLY)

A0.1SITE PLAN (REFERENCE ONLY) 1

CONSTRUCTION TYPE: V N-HREXISTING AREA: 6,400 SF

BUILDING J-2DSA #02-101645

CONS

TRUC

TION

TYPE

: V N

-HR

EXIST

ING

AREA

: 4,80

0 SF

BUILD

ING

J-1DS

A #02

-1016

45

CONS

TRUC

TION

TYPE

: V N

-HR

EXIST

ING

AREA

: 11,5

32 SF

BUILD

ING

HDS

A #02

-1016

45

CONSTRUCTION TYPE: IIEXISTING AREA: 12,887 SF

BUILDING PADSA #02-107110

CONSTRUCTION TYPE: V N-HREXISTING AREA: 4,800 SF

BUILDING ADSA #02-101645

CONSTRUCTION TYPE: V 1-HREXISTING AREA: 6,000 SF

BUILDING GDSA #02-101645

CONS

TRUC

TION

TYPE

: V N

-HR

EXIST

ING

AREA

: 3,00

8 SF

BUILD

ING

BDS

A #02

-1016

45

CONS

TRUC

TION

TYPE

: V N

-HR

EXIST

ING

AREA

: 7,68

0 SF

BUILD

ING

EDS

A #02

-1016

45

CONS

TRUC

TION

TYPE

: V N

-HR

BUILD

ING

EDS

A #02

-1016

45

CONS

TRUC

TION

TYPE

: V N

-HR

EXIST

ING

AREA

: 8,64

0 SF

BUILD

ING

FDS

A #02

-1016

45

CONS

TRUC

TION

TYPE

: V N

-HR

BUILD

ING

FDS

A #02

-1016

45

CONSTRUCTION TYPE: V N-HREXISTING AREA: 4,400 SF

BUILDING CDSA #02-101645 CONSTRUCTION TYPE: V N-HR

EXISTING AREA: 5,760 SF

BUILDING DDSA #02-101645 BUILDING D1

DSA #02-103116

BUILDING MPDSA #02-108105

BUILDING T1DSA #02-110105

BUILDING T2DSA #02-101487

BUILDING KDSA #02-106104

CONS

TRUC

TION

TYPE

: VB

EXIST

ING

AREA

: 6,18

3 SF

BUILD

ING

MDS

A #02

-1146

62

BUILDING T3DSA #02-114679

CONSTRUCTION TYPE: VBEXISTING AREA: 5,680 SF

BUILD

ING

T4DS

A #02

-1146

79CO

NSTR

UCTIO

N TY

PE: V

BEX

ISTIN

G AR

EA: 3

,200 S

F

10'-0

"

10'-0"

10'-0

"

15'-0"

N

ENTIREOUTDOORCOVEREDSHADESTRUCTURETO BE PAINTED

GENERAL NOTES

1. ADD ALTERNATE #1: ALL FENCING TO BE PAINTED (P-4)2. ALL EXTERIOR SOFFITS, GUTTERS, DOWNSPOUTS, AND FASCIA TO BE PAINTED.3. ALL METAL BUILDING LETTERS TO BE PAINTED PRIOR TO REINSTALLING.4. DO NOT PAINT ANY GALVANIZED HAND RAILS, DRINKING FOUNTAIN RAILS, ETC.5. ALL RAILINGS PREVIOUSLY PAINTED ARE TO BE PAINTED.6. ALL GUTTERS AND DOWNSPOUTS ARE TO BE CLEANED OF DEBRIS PRIOR TO PRESSURE WASHING, TYPICAL ALL BUILDINGS.

1 ADDENDUM 1 04/25/18

1

GYM

BUILDING N2 BUILDING N1

BUILDING D FIE

LD H

OU

SE

BUILDING C BUILDING E

BUILDING E1

BU

ILD

ING

B

MPR

BUILDING A

BU

ILD

ING

F

BU

ILD

ING

G

BU

ILD

ING

H

BU

ILD

ING

I

BPAC

BU

ILD

ING

K

1

BUILDING J

BU

ILD

ING

M

BU

ILD

ING

SS

BUILDING L

NORTH

SOUTH

BUILDING A 1

EAST

WEST

BUILDING B 2

NORTH

SOUTH

EAST

WEST

EXTERIORELEVATIONS

A4.1BUILDING C 3

NORTH

SOUTH

EAST

WEST

FINISH SCHEDULE

PAINT

P-1 MANUFACTURER: KELLY MOORE STYLE / FINISH: EGGSHELL COLOR: TBD NOTE: FIELD

P-2 MANUFACTURER: KELLY MOORE STYLE / FINISH: EGGSHELL COLOR: TBD NOTE: ACCENT

P-3 MANUFACTURER: KELLY MOORE STYLE / FINISH: EGGSHELL COLOR: TBD NOTE: DOOR, FRAME, AND WINDOW FRAME

P-4 MANUFACTURER: KELLY MOORE STYLE / FINISH: EGGSHELL COLOR: TBD NOTE: FENCE

(E) ROOF COLOR TO REMAIN, TYP.

P-2

P-2

P-2P-3, TYP.

P-3, TYP.P-3, TYP.

P-3, TYP.

P-3, TYP. P-3, TYP. P-2

P-3, TYP.

P-2 P-3, TYP.P-3, TYP.

(E) ROOF COLOR TO REMAIN, TYP.

P-2 P-2 P-3, TYP.

P-2 P-2P-3, TYP.

(E) ROOF COLOR TO REMAIN, TYP.

P-3, TYP. P-3, TYP.

P-2P-3, TYP.P-3, TYP. P-2 P-3, TYP.

GENERAL NOTES

1. ADD ALTERNATE #1: ALL FENCING TO BE PAINTED (P-4)2. ALL EXTERIOR SOFFITS, GUTTERS, DOWNSPOUTS, AND FASCIA TO BE PAINTED.3. ALL METAL BUILDING LETTERS TO BE PAINTED PRIOR TO REINSTALLING.

P-1, TYP.1

1 ADDENDUM 1 04/25/18

P-1, TYP.

1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

1

1. ADD ALTERNATE #1: ALL FENCING TO BE PAINTED (P-4)2. ALL EXTERIOR SOFFITS, GUTTERS, DOWNSPOUTS, AND FASCIA TO BE PAINTED.3. ALL METAL BUILDING LETTERS TO BE PAINTED PRIOR TO REINSTALLING.

NORTH

SOUTH

BUILDING E 1

EAST

WEST

2

NORTH

SOUTH

EAST

WEST

EXTERIORELEVATIONS

A4.2BUILDING G 3

BUILDING F

SOUTH WEST

NORTH EAST

P-2P-3, TYP.

(E) ROOF COLOR TO REMAIN, TYP.

P-2

P-2P-3, TYP. P-2

(E) ROOF COLOR TO REMAIN, TYP.

P-2 P-2

P-2 P-2 P-3, TYP.

P-3, TYP.

P-2 P-2 P-3, TYP.

P-2 P-2 P-3, TYP.

(E) ROOF COLOR TO REMAIN, TYP.

FINISH SCHEDULE

PAINT

P-1 MANUFACTURER: KELLY MOORE STYLE / FINISH: EGGSHELL COLOR: TBD NOTE: FIELD

P-2 MANUFACTURER: KELLY MOORE STYLE / FINISH: EGGSHELL COLOR: TBD NOTE: ACCENT

P-3 MANUFACTURER: KELLY MOORE STYLE / FINISH: EGGSHELL COLOR: TBD NOTE: DOOR, FRAME, AND WINDOW FRAME

P-4 MANUFACTURER: KELLY MOORE STYLE / FINISH: EGGSHELL COLOR: TBD NOTE: FENCE

GENERAL NOTES

1 ADDENDUM 1 04/25/18

P-1, TYP.1

1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

NORTH

SOUTH

BUILDING H 1

EAST

WEST

2

NORTH

SOUTH

EAST

WEST

EXTERIORELEVATIONS

A4.3MPR 3

BUILDING I

SOUTH WEST

NORTH EAST

(E) ROOF COLOR TO REMAIN, TYP.

P-2

P-2

P-3, TYP.

P-3, TYP.P-3, TYP.P-2

P-2

P-2P-3, TYP.

(E) ROOF COLOR TO REMAIN, TYP.

P-2

P-2 P-2P-3, TYP.

(E) ROOF COLOR TO REMAIN, TYP.

P-3, TYP. P-3, TYP.P-2 P-2

P-2 P-3, TYP.P-3, TYP. P-3, TYP. P-2

P-3, TYP.

FINISH SCHEDULE

PAINT

P-1 MANUFACTURER: KELLY MOORE STYLE / FINISH: EGGSHELL COLOR: TBD NOTE: FIELD

P-2 MANUFACTURER: KELLY MOORE STYLE / FINISH: EGGSHELL COLOR: TBD NOTE: ACCENT

P-3 MANUFACTURER: KELLY MOORE STYLE / FINISH: EGGSHELL COLOR: TBD NOTE: DOOR, FRAME, AND WINDOW FRAME

P-4 MANUFACTURER: KELLY MOORE STYLE / FINISH: EGGSHELL COLOR: TBD NOTE: FENCE

GENERAL NOTES

1. ADD ALTERNATE #1: ALL FENCING TO BE PAINTED (P-4)2. ALL EXTERIOR SOFFITS, GUTTERS, DOWNSPOUTS, AND FASCIA TO BE PAINTED.3. ALL METAL BUILDING LETTERS TO BE PAINTED PRIOR TO REINSTALLING.

1 ADDENDUM 1 04/25/18

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

1

EXTERIORELEVATIONS

A4.4

FINISH SCHEDULE

PAINT

P-1 MANUFACTURER: KELLY MOORE STYLE / FINISH: EGGSHELL COLOR: TBD NOTE: FIELD

P-2 MANUFACTURER: KELLY MOORE STYLE / FINISH: EGGSHELL COLOR: TBD NOTE: ACCENT

P-3 MANUFACTURER: KELLY MOORE STYLE / FINISH: EGGSHELL COLOR: TBD NOTE: DOOR, FRAME, AND WINDOW FRAME

P-4 MANUFACTURER: KELLY MOORE STYLE / FINISH: EGGSHELL COLOR: TBD NOTE: FENCE

GENERAL NOTES

1. ADD ALTERNATE #1: ALL FENCING TO BE PAINTED (P-4)2. ALL EXTERIOR SOFFITS, GUTTERS, DOWNSPOUTS, AND FASCIA TO BE PAINTED.3. ALL METAL BUILDING LETTERS TO BE PAINTED PRIOR TO REINSTALLING.

1 ADDENDUM 1 04/25/18

1

BUILDING N2 3

EAST

SOUTH WEST

(E) ROOF TO BE PAINTED, TYP.

P-2

P-2

(E) ROOF TO BE PAINTED, TYP.

(E) ROOF TO BE PAINTED, TYP.

P-1, TYP.

P-1, TYP.

BUILDING N1 2

SOUTH WEST

NORTH EAST

P-2 P-1, TYP.

(E) ROOF TO BE PAINTED, TYP.(E) ROOF TO BE PAINTED, TYP.

P-3, TYP. P-2 P-1, TYP.

(E) ROOF TO BE PAINTED, TYP.

P-3, TYP. P-2 P-1, TYP. P-2 P-1, TYP.

NORTH

(E) ROOF TO BE PAINTED, TYP.

P-3, TYP.

P-3, TYP.P-3, TYP. P-2 P-1, TYP.

P-2 P-1, TYP. P-3, TYP.

1. ADD ALTERNATE #1: ALL FENCING TO BE PAINTED (P-4)2. ALL EXTERIOR SOFFITS, GUTTERS, DOWNSPOUTS, AND FASCIA TO BE PAINTED.3. ALL METAL BUILDING LETTERS TO BE PAINTED PRIOR TO REINSTALLING.

NORTH

BUILDING K 1

SOUTH

EAST

EXTERIORELEVATIONS

A4.5

WEST

INTERIOR LOOKING WEST

INTERIOR LOOKING EAST

P-2P-3, TYP. P-2 P-3, TYP.

(E) ROOF COLOR TO REMAIN, TYP.

(E) ROOF COLOR TO REMAIN, TYP.

P-2P-3, TYP. P-3, TYP.

P-2P-3, TYP. P-3, TYP.

P-2 P-3, TYP.

P-2 P-3, TYP.

FINISH SCHEDULE

PAINT

P-1 MANUFACTURER: KELLY MOORE STYLE / FINISH: EGGSHELL COLOR: TBD NOTE: FIELD

P-2 MANUFACTURER: KELLY MOORE STYLE / FINISH: EGGSHELL COLOR: TBD NOTE: ACCENT

P-3 MANUFACTURER: KELLY MOORE STYLE / FINISH: EGGSHELL COLOR: TBD NOTE: DOOR, FRAME, AND WINDOW FRAME

P-4 MANUFACTURER: KELLY MOORE STYLE / FINISH: EGGSHELL COLOR: TBD NOTE: FENCE

GENERAL NOTES

1 ADDENDUM 1 04/25/18

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

1

1. ADD ALTERNATE #1: ALL FENCING TO BE PAINTED (P-4)2. ALL EXTERIOR SOFFITS, GUTTERS, DOWNSPOUTS, AND FASCIA TO BE PAINTED.3. ALL METAL BUILDING LETTERS TO BE PAINTED PRIOR TO REINSTALLING.

NORTH

SOUTH

BUILDING SS 1

EAST

WEST

2

NORTH

SOUTH

EAST

WEST

EXTERIORELEVATIONS

A4.6BUILDING J 3

BUILDING L

SOUTH WEST

NORTH EAST

P-2P-3, TYP.

(E) ROOF COLOR TO REMAIN, TYP.

P-2 P-3, TYP.P-3, TYP.

P-2 P-2 P-3, TYP.P-3, TYP.

FINISH SCHEDULE

PAINT

P-1 MANUFACTURER: KELLY MOORE STYLE / FINISH: EGGSHELL COLOR: TBD NOTE: FIELD

P-2 MANUFACTURER: KELLY MOORE STYLE / FINISH: EGGSHELL COLOR: TBD NOTE: ACCENT

P-3 MANUFACTURER: KELLY MOORE STYLE / FINISH: EGGSHELL COLOR: TBD NOTE: DOOR, FRAME, AND WINDOW FRAME

P-4 MANUFACTURER: KELLY MOORE STYLE / FINISH: EGGSHELL COLOR: TBD NOTE: FENCE

GENERAL NOTES

(E) ROOF COLOR TO REMAIN, TYP.

P-2 P-3, TYP.P-3, TYP. P-2

P-2 P-3, TYP. P-2 P-3, TYP.

(E) ROOF TO BE PAINTED, TYP.

P-2 P-3, TYP.P-2

P-2P-2 P-3, TYP. P-3, TYP.

1 ADDENDUM 1 04/25/18

P-1, TYP.1

1

(E) ROOF TO BE PAINTED, TYP.1

(E) ROOF TO BE PAINTED, TYP.1

(E) ROOF TO BE PAINTED, TYP.1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

1

1. ADD ALTERNATE #1: ALL FENCING TO BE PAINTED (P-4)2. ALL EXTERIOR SOFFITS, GUTTERS, DOWNSPOUTS, AND FASCIA TO BE PAINTED.3. ALL METAL BUILDING LETTERS TO BE PAINTED PRIOR TO REINSTALLING.

NORTH

SOUTH

BUILDING M 1

EAST

WEST

2

NORTH

SOUTH

EAST

WEST

EXTERIORELEVATIONS

A4.7GYM

FINISH SCHEDULE

PAINT

P-1 MANUFACTURER: KELLY MOORE STYLE / FINISH: EGGSHELL COLOR: TBD NOTE: FIELD

P-2 MANUFACTURER: KELLY MOORE STYLE / FINISH: EGGSHELL COLOR: TBD NOTE: ACCENT

P-3 MANUFACTURER: KELLY MOORE STYLE / FINISH: EGGSHELL COLOR: TBD NOTE: DOOR, FRAME, AND WINDOW FRAME

P-4 MANUFACTURER: KELLY MOORE STYLE / FINISH: EGGSHELL COLOR: TBD NOTE: FENCE

GENERAL NOTES

(E) METAL SIDING COLOR TO REMAIN, TYP.

(E) ROOF COLOR TO REMAIN, TYP.

P-2 P-3, TYP. P-2 P-3, TYP.

P-2 P-3, TYP.P-3, TYP. P-2 P-3, TYP.

(E) ROOF COLOR TO REMAIN, TYP.

P-1P-1 P-3, TYP.

P-3, TYP.

P-3, TYP. P-3, TYP.

P-3, TYP. P-1

1 ADDENDUM 1 04/25/18

P-3, TYP.1

1

P-3, TYP.1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

1

1. ADD ALTERNATE #1: ALL FENCING TO BE PAINTED (P-4)2. ALL EXTERIOR SOFFITS, GUTTERS, DOWNSPOUTS, AND FASCIA TO BE PAINTED.3. ALL METAL BUILDING LETTERS TO BE PAINTED PRIOR TO REINSTALLING.4. DO NOT REMOVE BIRD NETTING OR SPIKES.

NORTH

EAST

BPAC 2

NORTHWEST

WEST

EXTERIORELEVATIONS

A4.8

SOUTHEAST SOUTHWEST

BUILDING E1 1

NORTH

SOUTH

EAST

WEST

FINISH SCHEDULE

PAINT

P-1 MANUFACTURER: KELLY MOORE STYLE / FINISH: EGGSHELL COLOR: TBD NOTE: FIELD

P-2 MANUFACTURER: KELLY MOORE STYLE / FINISH: EGGSHELL COLOR: TBD NOTE: ACCENT

P-3 MANUFACTURER: KELLY MOORE STYLE / FINISH: EGGSHELL COLOR: TBD NOTE: DOOR, FRAME, AND WINDOW FRAME

P-4 MANUFACTURER: KELLY MOORE STYLE / FINISH: EGGSHELL COLOR: TBD NOTE: FENCE

P-5 STYLE / FINISH: SEALER COLOR: NONE NOTE: CMU

GENERAL NOTES

(E) ROOF COLOR TO REMAIN, TYP.

P-2P-3, TYP.

P-2P-3, TYP. P-2

P-2

(E) ROOF COLOR TO REMAIN, TYP.

(E) METAL SIDING COLOR TO REMAIN, TYP.

P-5P-5

P-5P-5P-3, TYP.P-3, TYP.

P-5P-5 P-3, TYP.P-1P-3, TYP.

P-5P-5 P-1P-3, TYP. P-3, TYP. P-3, TYP. P-5

P-3, TYP.

P-5 P-3, TYP.

P-3, TYP.

1 ADDENDUM 1 04/25/18

P-1, TYP.1

1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

P-3, TYP.1

1

1

1

11

P-3, TYP.1

P-3, TYP.1

P-3, TYP.1

1

1. ADD ALTERNATE #1: ALL FENCING TO BE PAINTED (P-4)2. ALL EXTERIOR SOFFITS, GUTTERS, DOWNSPOUTS, AND FASCIA TO BE PAINTED.3. ALL METAL BUILDING LETTERS TO BE PAINTED PRIOR TO REINSTALLING.

SOUTH

BUILDING D 1

EXTERIORELEVATIONS

A4.9

NORTH

EAST WEST

FIELD HOUSE 2

NORTH

SOUTH

EAST

WEST

FINISH SCHEDULE

PAINT

P-1 MANUFACTURER: KELLY MOORE STYLE / FINISH: EGGSHELL COLOR: TBD NOTE: FIELD

P-2 MANUFACTURER: KELLY MOORE STYLE / FINISH: EGGSHELL COLOR: TBD NOTE: ACCENT

P-3 MANUFACTURER: KELLY MOORE STYLE / FINISH: EGGSHELL COLOR: TBD NOTE: DOOR, FRAME, AND WINDOW FRAME

P-4 MANUFACTURER: KELLY MOORE STYLE / FINISH: EGGSHELL COLOR: TBD NOTE: FENCE

GENERAL NOTES

(E) ROOF COLOR TO REMAIN, TYP.

P-2 P-3, TYP. P-3, TYP.

P-3, TYP.P-3, TYP. P-2

P-2 P-2 P-3, TYP.

P-2P-3, TYP.P-2

P-2 P-3, TYP. P-2 P-3, TYP.P-3, TYP.

(E) ROOF COLOR TO REMAIN, TYP.

1 ADDENDUM 1 04/25/18

P-1, TYP.1

1

1

P-1, TYP.1

P-1, TYP.1

P-1, TYP.1

1