Loading...
HomeMy WebLinkAboutC-8135-1 - Central and Mariners Libraries Restrooms Rehabilitation ProjectSeptember 12, 2018 New Dynasty Construction Co. Attn: Sherwin Chegini 3002 Dow Avenue, Suite 218 Tustin. CA 92780 CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039 Fax newportbeachca.gov Subject: Central and Mariners Libraries Restrooms Rehabilitation — C-8135-1 Dear Mr. Chegini: On September 12, 2017, the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on September 13, 2017 Reference No. 2017000389036. The Surety for the contract is Developers Surety and Indemnity Company and the bond number is 390995P. Enclosed is the Faithful Performance Bond. Sincerely, �' VVYV� �t Leilani I. Brown, MMC City Clerk Enclosure CENTRAL & MARINERS LIBRARIES RESTROOMS REHABILITATION PROJECT CONTRACT NO. 8135-1 EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 390995P roremmm charged is for the contact term and is auhlect to adjustments based on contact price. FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 7,447.00* , being at the rate of $25.00/$15.00 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to New Dynasty Construction Co. hereinafter designated as the "Principal," a contract for: removing and disposing of the existing improvements; providing portable toilets; constructing the improvements shown on the plans and the Standard Special Provisions; conducting bi-weekly progress meetings with City staff; providing uninstalled equipment for maintenance purposes ("attic stock"); obtaining final City building permit; and completing incidental items of work to make the buildings complete, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and ------------------------------------------------------------- Develooers Surety and Indemnity Comoany , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Four Hundred Twenty Nine Thousand Eight Hundred Ten Dollars and 00/100 ($429,810.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by City, only in the New Dynasty Construction Co. Page B-1 event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 7th day of December ,2016 . New Dynasty Construction Co. Name of Contractor (Principal) Developers Surety and Indemnity Company Name of Surety 17771 Cowan, Suite 100, Irvine, CA 92614 Address of Surety 714-784-5632 Telephone APPROVED AS TO FORM: CITY ATTORN Y'S OFFICE Date: Aaron C. Harp City Attorney By: Authorized Slgnature%fltle - Sherwin Chegini - President By: - DEC 07 2016 Authorized Agent Signature Edward N. Hackett, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED New Dynasty Construction Co. Page B-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange } ss. On December 7 , 2016 before me, C. Maestas Notary Public, personally appeared Edward N. Hackett who proved to me on the basis of satisfactory evidence to be the person(s} whose name(* is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/hw/their signatures(s} on the instrument the person(s), or the entity upon behalf of which the persons} acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. �( j n ,tib Q\'• �!;' �C MAESTAS' Commission # 2117336 z Notary Pu611c - C21uorma z Orange County •j iy Comm Expires 24 2019 , _Jul (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of OR01746 ) ss. On Lky--mW iy 20 Ib before me, )V UY 10U 4- / 9ce Notary Public, personally appeared Ther -w-10 cliefini proved to me on the basis of satisfactory evidence to be the person(g+) whose name(,sa is/Aw subscribed to the within instrument and acknowledged to me that heAslaO&W executed the same in hisAwr0 oir authorized capacity(A*, and that by hisA signatures(v) on the instrument the person(,v), or the entity upon behalf of which the person(r) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. 01' RAIUA.ACEWITNzESS my hand and official seal COMM.M 2082861 �pNOi4RYANGE COUNTY PNU V!ORANGE COUNTY (HCl'• MY COAX EEr. SER. 22, 2018" Signature seal) New Dynasty Construction Co. Page B-3 POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725, IRVINE, CA 92623 (949) 263-3300 KNOWALL BYTHESE PRESENTS that except as expressly limited, DEVELOPERS SURETYAND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do each hereby make, constitute and appoint: ""Christine M. Maestas, Edward N. Hackett, jointly or severally** as their hue and lawful Aftomey(s}in-Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations, as sureties, bonds, undertakings and contracts of suretyship giving and granting unto said Attomey(s)-in-Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporations could do, but reserving to each of said carporalions full power of substitution and revocation, and all of the acts or said Aftornsy(s)in-Fact, pursuant to these presents, are hereby ratified and confirmed, This Power of Aaorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of January 1st, 2008. RESOLVED, that a combination of any two of the Chairman of the Board, the President, Executive Vice -President, Senior Vice -President or any Vice President of the corporations be, and that each of them hereby is, authorized to execute this Power of Attorney, qualifying the aftomey(s) named in the Power of Attorney to execute, on behalf of the corporations, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of either of the corporations be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached, IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by their respective officers and attested by their respective Secretary or Assistant Secretary this January 29, 2015. AND By: ;:y��`oAP RgFy: (,,O,�,P PpO0Daniel Young, Senior Mce-President,By Oto OCT.'51936,o- 1967 Mark Lansdon, Vice -President .2 A notary public or other officer completing this certificate verifies only the identity of the Individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document State of California County of Orenge On _ January 29 2015 before me, Lucille Ra mond Nota Public eab Here InxrlNmeand nae of Ne 0a r personally appeared Daniel Youn and Mark Lansdon LUCILLE RAYMOND Commission N 2081945 Z ;`� Notary Public - California a Orange county MY Comm. Ea ires Oct 13, 2018 + Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be. the pereon(s) whose name(s) is/are subscribed - to the within instrument and acknowledged to me that he/she/they executed the same in hisrherAheir authorized capacity(ies), and that by hismerflheir signature(s) on the instrument the person(s), or the entity upon behalf of which the pereon(s) acted, executed the instrument I certify under PENALTY OF PERJURY under the laws of the State of Calihmia that the foregoing paragraph is true and corect. WITNESS my hand and official seal. Signature Lucill9byihond, Notary Public CERTIFICATE The undersigned, a Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY a INDEMNITY COMPANY OF CALIFORNIA, does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked and, furthermore, that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney are in tome as of the date of this Certificate. This Certificate is executed in the City of Irvine, California, this day of DEC 07 2016 Cassie J. msford, Assistant Se Lary ID-1380(Rev.01/15) N° 6895 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Certificate of Authority Tms Is To Canaan, That, pursuant to the Insurance Code of the State of California, Developers Surety and Indemnity Company Of West Des Moines, Iowa ,organized under the laws of Iowa subject to its Articles of Incorporation or other fundamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certificate, the following classes of insurance: Surety as such classes are now or may hereafter be defined in the Insurance Laws of the State of California, Tms CERTincATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. IN WiTNFM WMMEOF, effective as of the 30th day of August , 19 99 , I have hereunto set my hand and caused my official seal to be affixed this 30th _ day of August 119-2-9— By g99 By )f State most be accomplished is r ' ed- mu Co ons Co e promptly after issuance of this Certificate of Authority. Failure to do so will be a violation of Ins. Code of and will be grounds for revoldng this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. FOR. M3 f t i i November 17, 2017 New Dynasty Construction Co. Attn: Sherwin Chegini 3002 Dow Avenue, Suite 218 Tustin, CA 92780 CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1949-644-3039 FAx Subject: Central and Mariners Libraries Restrooms Rehabilitation C- $'/3S Dear Mr. Chegini: newportbeachca.gov On September 12, 2017 the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on September 13, 2017, Reference No. 2017000389036. The Surety for the bond is Developers Surety and Indemnity Company and the bond number is 390995P. Enclosed is the Labor & Materials Payment Bond. Sincerely, Leilani I. Brown, MMC City Clerk Enclosure CENTRAL & MARINERS LIBRARIES RESTROOMS REHABILITATION PROJECT CONTRACT NO. 8135-1 EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 390995P Premium included in charge for Performance Bond LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to New Dynasty Construction Co. hereinafter designated as the "Principal," a contract for: removing and disposing of the existing improvements; providing portable toilets; constructing the improvements shown on the plans and the Standard Special Provisions; conducting bi-weekly progress meetings with City staff; providing uninstalled equipment for maintenance purposes ("attic stock"); obtaining final City building permit; and completing incidental items of work to make the buildings complete, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Developers Surety and lndemnityCompany duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Four Hundred Twenty Nine Thousand Eight Hundred Ten Dollars and 00/100 ($429,810.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. New Dynasty Construction Co. Page A-1 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 7th day of December , 2016 . New Dynasty Construction Co. Name of Contractor (Principal) Developers Surety and Indemnity Company Name of Surety 17771 Cowan, Suite 100, Irvine CA 92614 Address of Surety 714-784-5632 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: L Aaron C. Harp City Attorney By: Authorized Signature/Title-Sherwin Chegini - President DEC 0 7 2016 uthorized Agent Signature Edward N. Hackett, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED New Dynasty Construction Co. Page A-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange ) ss. On December 7 2016 before me, C. Maestas Notary Public, personally appeared Edward N. Hackett who proved to me on the basis of satisfactory evidence to be the person(s) whose name(.} is/am subscribed to the within instrument and acknowledged to me that he/shefthey executed the same in his/hef/their authorized capacity(ies}, and that by his/her/#weir signatures(s_}-0n the instrument the person(s), or the entity upon behalf of which the person(.) -acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. C. MAESTAS WITNESS my hand and official seal.4�ON" Commission # 2117336 z Notary Public - California Orange County My Comm. Expires Jul 24, 2019 (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of t)RAn ss. On @Ceyn )CI l`l 2014 before me, Rani lou A-AAce Notary Public, personally appeared Aer iyiaPGIr9I proved to me on the basis of satisfactory evidence to be the erson(A whose name(g) ishil subscribed to the within instrument and acknowledged to me that he/4h&%4 y executed the same in hisASmer*# * authorized capacity(*, and that by his/hwohek, signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(&) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. RANI LOU A. ARCE WIT SS my hand and official seal. s _, COMM. Ii 2082861 ,n N q NOTARYPUSUC•CAPFORNA N s / ORANGE COUNTY.2 /✓.` aw_W. Comm.COON. . EP U./ 201A' Signature (seal) New Dynasty Construction Co. Page A-3 POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725, IRVINE, CA 92623 (949) 263,3300 KNOWALL BY THESE PRESENTS that except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do each hereby make, constitute and appoint: "*'Christine M. Maestas, Edward N. Hackett, jointly or severally'*` as their true and lawful Attomey(s)-in-Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations, as sureties, bonds, undertakings and contracts of suretyship giving and granting unto saidAttomey(s)-in-fact full power and authority to do and to perform every act necessary requisite or proper to be done in connection herewith as each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of the acts of said Aftorney(s)-in-Fact, pursuant to these presents, are hereby ratified and confirmed. This Power ofAborney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of January 1st, 2008, RESOLVED, that a combination of any two of the Chairman of the Board, the President, Executive Vice -President, Senior Vice -President a any Vice President of the corporations be, and that each of them hereby is, authorized to execute this Power of Attorney, qualifying the attorney(s) named in the Power of Attorney to execute, on behalf of the corporations, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of either of the corporations be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond, undertaking OF contract of suretyship to which it is attached. IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by their respective officers and attested by their respective Secretary or Assistant Secretary this January 29, 2915. By: l Gf 07.1 ,�t�° .... o•.,• MPANV Daniel Young, Senior Mce-Pmsident ;°yJ`F: �pP ORgr �`Oa�%z �G OPpogq C By. Of- OCT OCT.S c T 1936 ro-' w 1967 0 Mark Lansdon, Vice -President A notary public or other officer completing this certificate verifies only the Identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracv. or validity of that dn,,,r .m State of California county of Orange On January 29 2015 before me, Lucille Ra mond Nofa Public oab Hera IueaNvne aM Tab Oft of i.r personally appeared Daniel Young and Mark Lansdon who proved to me an the basis of satisfactory evidence to be the person(s) whose Female) is/are subscribed - to the within instrument and acknowledged to me that he/sheAhey executed the same in his/her/their authorized capacity(ies), and that by hislherAheir signature(s) on the instrument the person(s), or the entity upon behalf of LUCILLE RAYMOND which the person(s) acted, executed the instrument Commission N 2051945 ;`� Notary Public - California Orange County a MY Comm. Expires Oct 13 2019' Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is (we and correct. WITNESS my hand and official seal, f Signature Lucill y ond, Notary Public r CERTIFICATE The undersigned, as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY OF CALIFORNIA, does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked and, furthermore, that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney are in force as of the date of this Certificate. // w� �Thiis Certificate is executed in the City of Irvine, California, this DEC 07 dL U 1 u By: LJ✓v�"- CassieJ. rrisford, Assistant Se Lary ID-1380(Rev01/15) Document -3948725 -Page-1 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Page 1 of 1 Recorded in Oficial Records, Orange County Hugh Nguyen, Clerk -Recorder 111111IIIIIIIIII11111111111111111111111111111111111II1111111111I111111 NO FEE *$ R 0 0 0 9 5 5 B 1 3 6$+ 2017000389036 2:34 pm 09113117 90 SC5 N12. 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and New Dynasty Construction, Tustin; California, as Contractor, entered into a Contract on November 22, 2016. Said Contract set forth certain improvements, as follows: Central and Mariners Libraries Restrooms Rehabilitation C-81351 Work on said Contract was completed, and was found to be acceptable on September 12. 2017 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Developers Surety and Indemnity Company. BY S Pu Icorks Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on CU ) �Xlq at Newport Beach, California. BY "d City Clerk about:blank 09/13/2017 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and New Dynasty Construction, Tustin, California, as Contractor, entered into a Contract on November 22, 2016. Said Contract set forth certain improvements, as follows: Central and Mariners Libraries Restrooms Rehabilitation C-8135-1 Work on said Contract was completed, and was found to be acceptable on September 12, 2017 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Developers Surety and Indemnity Company. BY % a P is Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on UY/1 ��YVwJ�f at Newport Beach, California. BY 1A44i--,-D4 LMM—A� City Clerk CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids shall be submitted electronically via PlanetBids to the office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 By 10:00 AM on the 1st day of November, 2016, at which time such bids shall be opened and read for CENTRAL AND MARINERS LIBRARIES RESTROOMS REHABILITATION PROJECT Title of Project Contract No. 8135-1 $ 650,000 Engineer's Estimate Approved by ark Vukojevic City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: http:/Iwww.planetbids.com/portal/portal.cfm?CompanylD=22078 Hard copy plans are available through Santa Ana Blue Print 2372 Morse Avenue, Irvine, CA 92614 (949)756-1001 Contractor License Classification required for this project: `B" For further information, call Fong Tse, Project Manager at (949) 644-3321 City of Newport Beach CENTRAL AND MARINERS LIBRARIES RESTROOMS REHABILITATION PROJECT Contract No. 8135-1 TABLE OF CONTENTS ��°,r'TiNCiDS.........._..............................................................................Cover INSTRUCTIONS TO BIDDERS...................................................................................... 3 BIDDER'S BOND............................................................................................................5 DESIGNATION OF SUBCONTRACTOR(S)...................................................................8 TECHNICAL ABILITY AND EXPERIENCE REFERENCES............................................9 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD....................................................15 ACKNOWLEDGEMENT OF ADDENDA.......................................................................17 INFORMATION REQUIRED OF BIDDER.....................................................................18 NOTICE TO SUCCESSFUL BIDDER...........................................................................21 ................................................... Error! Bookmark not defined. L PAYMENT BOND ............................................. Exhibit A FAITHFUL PERFORMANCE BOND........................................................... Exhibit B INSURANCE REQUIREMENTS.................................................................Exhibit C PROPOSAL.............................................................................................................. PR -1 SPECIAL PROVISIONS............................................................................................ SP -1 2 City of Newport Beach $ AND MARINERS LIBRARIES RESTROOMS REHABILITATION PROJECT Contract No. 8135-1 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed, uploaded and received by the City Clerk via PlanetBids in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office) DESIGNATION OF SUBCONTRACTORS (Contractor shall also submit info via PlanetBids) CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any; Contractorshall confirm via PlanetBids) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL (LINE ITEMS to be completed via PlanetBids) The City Clerk's Office will open and read the bid results from PlanetBids immediately following the Bid Opening Date (Bid Due Date.) The Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date (Bid Due Date). Members of the public who would like to attend this reading may go to Bay E, 2nd Floor of J_rCivic Center (Located at 100 Civic Center Dr.) 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. Original copies must be submitted to the City Clerk's Office. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. Original copies must be submitted to the City Clerk's Office by the Bid Opening Date. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 5. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code – including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 11. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 12. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. the signature shall be of the owner. /57 s TI)e gnatur below represents that the above has been reviewed. / ��— 971321 A & B Contractor's License No. & Classification 1000004807 - 06/30/2017 DIR Reference Number & Expiration Date New Dynasty Construction Co. Bidder Sherwin Chegini - President Authorized Signature/Title November 1 2016 Date City of Newport Beach CENTRAL AND MARINERS LIBRARIES RESTROOMS REHABILITATION PROJECT Contract No. 8135-1 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, In the principal SUM Of TEN PERCENT (10%) of the Total Amount Bid ------- ---------------------------De lws-($--------------- -} to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of CENTRAL AND MARINERS LIBRARIES RESTROOMS REHABILITATION PROJECT , Contract No. 8135-1 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 26th day of October 016, New Dynasty Construction Co. By: Name of Contractor (Principal) Authorized Signaturelfitle Sherwin Chegini - President Developers Surety and Indemnity Company B�G,-=� OCT 26 2016 Name of Surety Authorized Agent Signature 17771 Cowan, Suite 100, Irvine, CA 92614 _Edward N. Hackett, Attorney -in -Fact Address of Surety Print Name and Title 714-784-5632 Telephone (Notary acknowledgment of Principal & Surety must be attached) 5 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of orange On October 31, 2015 before me, Rani Lou A. Arce, Notary Public (Fere macro name and title of the officer) personally appeared Sherwin Chegini who proved to me on the basis of satisfactory evidence to be the person(s) whose name(m) is/= subscribed to the within instrument and acknowledged to me that helshehkeg executed the same in his/h=*heilt authorized capacity(ios), and that by his/hwMwir signatures) on the instrument the person(R)i, or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California teat the foregoing paragraph is truce and correct. ARCE Wl SS m hand and official seal. ^. RANI LOU 08A. 861 Y N s COaM.M 2082861 '�pp NOTARY PUBLIC CO -CALIFORNIA V1 .. w ORANGE OOP 2 f...+..... , Mr Comm, Er. $Rv. 2, 2018 F 8aftdoary Public (Notary Sea)) 11f........................... ADDITIONAL OF MNAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT City of Newport Beach (Tale or description of amacled dmusnem) Central and Mariners Libraries Restroom Rehabilitai Pro ect (Tule ot description of washed docuuw u c,N,,urd) Nttrnber of Pages 1 of Docwnew Date 10.26.16 Bidder's Bond (Additional inti rmation) CAPACITY CLABIED BY THE SIGNER ❑ tadivi@Nal (9) ❑ Corporate officer (Tale) ❑ Panner(s) ❑ Aticxney-in-Fact ❑ Trustee(s) ❑ Outlet nag Verson UAPA x12.10.07900-873-9865 www.NdaryClasses.mm INSTRUCTIONS FOR COMPLETM TINS FORM Airy ace—kd8nen' <nwpkwd - CWori is must cwrwirr rerbiW era cal' as appews abmr in the a secom w a upwmte acbmokdgmsn fern east he proper!}cawkied wd nWi*d m that doctAmew The Gaily esceg w, is (l a dormww As i be recorded maids of California in arch jvAo a. any drermAre ac*r Ardgmem rerbirge as way be prwAed w such a daeteaenr as long ar the wrbasge does no, regdre Me m wy to do someaMng alum a dksw fur a ndwy in Cahfarda (I. e. cers{fyiog Are auAhori_ed cgoactly of die rgmr). Please check Are docimew cwefdly jw proper nola•id wading a daaach fhusJoon ifmgwmd • suite err) County 11duti him most be she Sink and County where the dmumem "Parts) P--,Ny WP -0 before the rotary Public for ack—Aedvactit • Dale of mlariraaon mRaN he Be dee Nam the wgna(s)Pnsawlly appesed whirls moat also be the same die the &dgiowedg,,,AY a naiphtnd. • The nary Public must pros lus or her nese W it appears within his or her mraoission followed by a comma and then yen elle (rosy public) • Prow Be hat a(s) of doaiam swets) who Peraragy appear a the tune of rotrbwian. • bdicak the correct stptNar or Plural forms by aosea; off uearict farms (te, hdahtMW,1, is /se) or circling to correct forma. Fa isle w Correctly udiwk bis w0bitmtien Way lead Ao rjactio t Mdoeueem acolding. • rhe adry seal 911PIINIM011 � be clew and pholographicWty repmducble. lmpresmn a" or cover tut or Ices. If sal mpressiao saWges, reseal if a sdrelea area Peiais, mtamwise conipere a di4Trmt admowkd&m form. • Sip st re of the hoary Fames mut rnaaeli the sig ohm Cn file with tate once of the eoumy Clerk. ♦ Addtirld iMNINUMNan a not reap and Biel could help to mere bui acknowledgment is not amused or aided to a differs dM am•at. ♦ ladwMicWe or type ofadwW doctlmeW, number of Pages and date. IF lodicre the Capacity elaiWM by the sips. If the claimed cap" is a ewroaRe offices, indicate the title (i e. CEO, CFO, smmtmy). • securely wall this dorlmem to the signed domred ***Please see attached*** ACKNOWLEDGMENT r ww rrr rwrw rrrrrrwwrrw wwrr rwwrrrwrrrrwwrrrrrrwrrrrrrrw ii 4 F.r proved to me on the basis of satisfactory evidence to be the pe ions) whose nwrWs) Ware subscribed to the within instrument and admowladged to ma that hNahe" examuked the same in hiaNwIthsir authorized eapecMies). and OW by NaMerVisir algn irea(a) an the instrument the Penwn(s). or the entity upon behall' of which the pason(a) acted, execuWd toe thsburnent. I MW under PENALTY OF PERJURY under the laws d On State of California that the foregoing paragraph is true and correct. WITNESS my hand and of iciai seal. wrwwwrrrrwrrrr rwwrrrwwrrrwwrrrrwwrrwwwwrrwrrwr rwwwrww [•.ie ";': nom"' � T:"�Fi'�^7 i#"TI.^'r *•S'I Type or Tifle of Document Mmftw of Papas in Domm mA Document in a Foreign Lenguepe Type of Satisfactory Evidence: PeespWy Known with Paper Identilicotion _ Papa iGwAlkgtion _ Cradidie Witness(es) Ttunbprint of finer Capacity d Ste. p no IvATAWW Tmm� orKk w. a _ fe4p P4 Power of Attorney is SVSN s. CEO/CFO/COO President i vice -President / seastery / Treasurer Ogier k#exmaaori: C� CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California A notary public or other officer completing this certificate verified only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. Countyof _ Orange _ On OCT 2 6 2016 1 before nie, C. Maestas, Notary Public I I Jew insert name amu link or dw oaicerl personally appeared Edward N. Hackett who proved to me on the basis of satisfactory evidence to be the persoil(s) whose nanlc(s� is tee subscribed to the within instillment and acknowledged to me that hefshe/i}tey executed the same in hiti41W4+Wij authorized capacity(les), and that by his{het-/ttieia-signatore(y) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the insn-ument- I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is tate and correct. WITNESS my hand and official seal. i••ttuluNo atary PuUlic G MAEST;IS Commission #l 17336 �s Notary Public - California z z °• Orange County n My Comm. Expires Jul 24, 2019 ADDITIONAL OP'T'IONAL INFORMATION DESC RIFFION OF TI IE ATFAC'IIED DOCUMENT City of Newport Beach Bid Bond (Title ordescription of altaclied documtnn (lite or dewnptiotj nl'nnched doeunteit continued) Number of Pages _ 1 Document Date OCT 26 ck4dilional inrarmalionI CAPACITY CLAIMED BY TI IE SIGNER. Irl Individual (s) 0 Corporate Officer (Pude, Partner(s) Attorney -in -Fact '1'rustee(s) Other NOS Ven4on C'APA ,12, I0,07 900-S?3--9565 "tt a.NutaryClasscs.eont INSTRUCT'ION'S I Olt COMPLETING TI IIS F0121b1 .Irn ardnou lcdgn....I nnnpkrr/ in Ceh/iae8+ nate+ enuloir+ rorhir(ge m'ucr[r u. <glpeucc,rbme' In rh, nnrurr'ecnon orvr wpawl',,4, 'IvlgmOur /invm m"sr tnywr[r .oagdcred t I "a"hed or rhe, daorn++au. Th. .n+h' if dory a I ... I is m he rcraux&d onofdr ui Caiilirrn.'u. la mr'/r iu,N,uaxx.... h olrerw,rrh r ueknun'led errrcw of N' n,,' I +roil Lr p, h01•J nn x11,[1 a d,ruorrni v, lmrg ir. th. nerbh+gv lone nor rclnhr Ihv noLvt n+ h. romerhiu" rhm ii lflrg,+l /.n' n nnnnt !n Culr/iannr ri. r. regi%r'in, rhr rrr++hurlrcd rrvlrrrritr of dr.• 0mfr1 PA""' b"cArh. Jrr'unnari rortfd(r lint p,vmer nahnt:+/ +rnrdlµ_ nnr[nnnrh rhi.r Tor'm i/ required • State andCounty inlin'ntalion most he III, State and i i'may "Imre dle docnntent .rignv(51 pcaonally :gtpeanA befine Ih¢ notary puhlic lilr wkuoe Icdlpiern. • Date of notal i,atimr naw he the date that the sipocrlsl PC,sonally appcurcd ts'hich mtut also he the same date the acku,ni cement is cao likted. • The nntaq• public must print his or her name as it appears within his or Iter Commission fello,ed by a cuminaand then your titlt lnuuin' publico. • Print the nanx(sl of doeunnnl signed sl wim personally nppcarll dIc tiiuc of nolat'woovn. • Indicate the correct singular or plural forms by crossing off incmmcet fronts (i.e. 4xrsheihn— isritoe I ur circling the entrees li), ins. Failure n, correctly indicate This iitlornKniau miry lead nr rejection of duCunnlll ICCordinc. • The notary seal impression must be dear and pholographicillY reproducible. Impression must not cover text ar lines. It sad impression snludges, re -seal ii a std'licient area permits. other, ise contplac a dill'ervnt nukunn tal.:meut 161111. Signxuue nr the nomm putils: must match the signature on file whit the orrice of Ila eounty clerk. tat Additional infonnNien is Ilan ic'J ilixI In't Could IIelp to cosine this aeknoe'Icdsmtcul is not misted or auadtcd to a diM3Cnt dncunlent. [N Indicnnc title nNype nC111achcd dncnmem, nacho of pages and dale. M Indicate the espseity claimed by Ilie siper. It [lie claimed rapacity is corporate officer, indican do tide (i.e. CF.O. ('1'O. secrdara. Sectutly attach this dm nienl to die signed document ***Please see attached*** ACKNOWLEDGMENT r••w•wrr•••w•wr•r•wwwwrr•w•rwrrrw•wwrr••wrrrwr•r•wwrr State of California County of as. On before me, Public, personally appeared ,who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/ore subscribed to the within instrument and ackrwMwVed to me that he/shetthey executed the same in his/her/their authorized capadty(ies), and that by his/herttheir signatures(s) on the Instrument the pemon(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature r•wwrw rrrr•-w---rrwwwr rrrr•rrrrrr•wrrrrrwwwrwwrrw r•rr OPTIONAL WOOMAI OM Data of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper kkntification _ Paper Identification _ Credible Wftness(es) Capacity of Signer: _ Trustee _ Power of Attomey _ CEO / CFO / COO _ President / Vice -President / Secretary / Treasurer Other: Other Information: Thumbprint of Signer 0 016a hem if no thumbprint is svaa". POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725, IRVINE, CA 92623 (949) 263.3300 KNOWALL BY THESE PRESENTS that except as expressly limited, DEVELOPERS SURETYAND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do each hereby make, constitute and appoint: —Christine M. Maestas, Edward N. Hackett, jointly or severally"* as their true and lawful Aftomey(s)-in-Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations, as sureties, bonds, undertakings and contracts of suretyship giving and granting unto said Attomey(s)-in-Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of the acts of said Attomey(s)-imFact, pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of January 1st, 2008. RESOLVED, that a combination of any two of the Chairman of the Board, the President, Executive Vice -President, Senior Vica-President or any Vice President of the corporations be, and that each of mem hereby is, authorized to execute this Power of Attorney, qualifying the attorneys) named in the Power of Attorney to execute, an behalf of the corporations, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of either of the corporations be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF, DEVELOPERS SURETYAND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by their respective officere and attested by their respective Secretary or Assistant Secretary this January 29, 2015. By:AND ./,y0"'.. 01 AN Daniel Young, Senior trite -President J ?.?ORP GO pp // OCT :<c 2 F By: 'o • 10 :�_ W 0 O 1930 roc w 1967967 Mark Lansdon, Vice -President `; :'.n3 �_ C' .a 2 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached and not the truthfulness accuracy, or validity of that document State of California County of Orange On January 29 2015 before me, Lucille Ra mond'ata Public cola Hxe lir eRW me and Ltle al Na Olgoar personally appeared Daniel Young and Mark Lansdon Name(s) Maigner(s) _ .._..___ .. who, proved to me on the basis of sattsfoclory evidence to be the person(s) whose name(s) is/are sudsaibed- to the within instrument and acknowledged to me that helshe/they executed the same in his/herftheirauthorized capacity(ies), and that by hismentheir signature(s) on the instrument the person(s), or the entity upon behalf of LUCILLE RAYMOND which the persons) acted, executed the instrument. Commission N 2001945 Z z om 9 9 p raNotary Public - California I certify under PENALTY OF PERJURY under the laws of the State of California that the fore ar h is Orange County= true and correc t. p Comm. Ex ires Oct 13, 2018 WITNESS my hand and official seal. Place Notary Seal Above Signature / Lucill P6ytrMond, Notary Public y CERTIFICATE The undersigned, as Secretary or Assistant Secretary of DEVELOPERS SURETYAND INDEMNITY COMPANYor INDEMNITY COMPANY OF CALIFORNIA, does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked and, furthermore, that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney are in force as of the date of this Certificate. This Certificate is executed in the City of Irvine, California, this day of By: � A�� ocr 2s zoos Cassie J. Mond, Assistant Se tary ID-1380(Rev.01/15) City of Newport Beach CENTRAL AND MARINERS LIBRARIES RESTROOMS REHABILITATION PROJECT Contract No. 8135-1 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed.) Subcontractor's Information Bid Item Description of Work %of Number Total Bid Name: MERIT BUILDING SPECIALTIES Address: 33821 CALLE CONEJO 4-10 TOILET PARTITIONS AND SAN JUAN CAPISTRANO, CA 92675 Phone: (949) 588-0700 ACCESSORIES 10% State License Number: 693648 DIR Reference: 1000009352 Email Address: INFO@MERITSPECIALTIES.CO Name: COMBS COMPANY PLUMBING Address: 29224 OBSIDIAN COURT NUEVO, CA 92567 4-10 PLUMBING 20% Phone: (951)847-1112 State License Number: 517012 DIR Reference: 1000027354 Email Address: HCOMBS1955@AOL.COM Name: J N J TILE CO INC Address: 9713 ORANGE TERR PICO RIVERA, CA 90660 Phone: (562) 942-0519 4-10 CERAMIC TILE 25% State License Number: 665139 DIR Reference: 1000006128 Email Address JULIO@JNJTILE.COM New Dynasty Construction Co. Sherwin Chegini - President r �,,✓" Bidder Authorized Signaturelfitle — City of Newport Beach CENTRAL AND MARINERS LIBRARIES RESTROOMS REHABILITATION PROJECT Contract No. 8135-1 DESIGNATION OF SUBCONTRACTORM State law requires the listing of all subcontractors who will perform work in an amount in excess of one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed.) Subcontractor's Information Bid Item Description of Work % of Number Total Bid Name: NIPA INC Address: 2110 E FIRST STREET #109 4-10 ELECTRICAL 3% SANTA ANA, CA 92705 Phone: (714) 953-5100 State License Number; 556240 DIR Reference: 1000002939 Email Address: fredg@nipainc.com Name: Address: Phone: State License Number: DIR Reference: Email Address: Name: Address: Phone: State License Number: DIR Reference: Email Address New Dynasty Construction Co. Sherwin Chegini - President " Bidder Authorized Signature(fitle City of Newport Beach CENTRAL AND MARINERS LIBRARIES RESTROOMS REHABILITATION PROJECT Contract No. 8135-1 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this formM Please print or type. Bidder's Name New Dynasty Construction Co. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the �t ? veprs ir, excess of $500,000, provide the following information: No. 1 Project Name/Number Whittier High School Gymnasium Bldg T" HVAC Upgrade (WHS-P) Project Description Remove existing (6) roof top units & install (6) new HVAC units Approximate Construction Dates: From March 20t6 To: September 2016 Agency Name Whittier Union High School District Contact Person Reyes Mendoza Telephone (562 ) 698.8121 ext, 1535 Original Contract Amount $ 756,500.00 Final Contract Amount $ 847,523.65 If final amount is different from original, please explain (change orders, extra work, etc.) Change Orders and extra work Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. No. 0 No. 2 Project Name/Number PC Dental Program Modernization (#01-1516) Project Description Interior improvements of dental assisting instructional area Approximate Construction Dates: From September 2015 Agency Name Contact Person Citta College Fred Diamond To: January 2016 Telephone ( 626) 914_8691 Original Contract Amount $ 582,427.00 Final Contract Amount $ 587,32095 If final amount is different from original, please explain (change orders, extra work, etc.) Chance Orders and extra work Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 3 Project Name/Number Project Description La Sema High School Building "G' HVAC Upgrade Remove and install HVAC Units & roofing Approximate Construction Dates: From May 2015 Agency Name Whittier Union High School District Contact Person Reyes Mendoza Telephone ( 562 ) November 2015 698.8121 co. 1535 Original Contract Amount $1,184,429.00 Final Contract Amount $ 1307,041.20 If final amount is different from original, please explain (change orders, extra work, etc.) Change Orders and extra work Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No No 10 ,yrs { ��16i;1 i0e,r Orange Square Customer Service Payment & 311 Call Center interior tentant improvements of existing public lobby, customer service area, offices, printer / r'�ojec Lsescrlption copy room, data/ TT. room, and hallway Approximate Construction Dates: From January 2015 To. May 2015 Agency Name City of Riverside Contact Person Jorge Villanueva Telephone ( 951) 826,2426 Original Contract Amount $ 806,209.00 Final Contract Amount $ 913,725.00 If final amount is different from original, please explain (change orders, extra work, etc.) Chance Orders and extra work Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. No. No. 5 Project Name/Number Family Resource Center Renovation �.cr.rade/ & addition to an existing bldgthe project includes renovations to the interior including �..,, tmons. fixtures & finishes. windows &doors will be replaced. landscaping & ytliryy k mr site work from Front hack side n(the hnildine Approximate Construction Dates: From May 2014 Agency Name City of Westminster Contact Person Tuan Pham Telephone ( 714) October 2014 548.3456 Original Contract Amount $ 894,075.00 Final Contract Amount $ 988,766.12 If final amount is different from original, please explain (change orders, extra work, etc.) Change Orders and extra work Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. No. 11 No. 6 Project Name/Number North Net Fire Training Center Admin Bldg Renovation New Construction: interior restrooms, offices and classroom modification of existing building, Project Description ADA modifications Approximate Construction Dates: From May 2015 Agency Name North Net Training Authority Contact Person Kelli Tunnicliff June 2015 Telephone ( 714) 765.5100 ext.5711 Original Contract Amount $ 557,950.00 Final Contract Amount $ 584,450.00 If final amount is different from original, please explain (change orders, extra work, etc.) Change Orders and extra work Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. No. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current fj>aancial conditions. S�e Tfew Dynasty Constnlction Co. Sherwin Cheeini - President Authorized Signature/Title 12 FERNANDO DUARTE 11529 Mina Ave. Whittier CA 90605 323.385.1740 fernando.duarte69@yahoo.com With an overall successful construction experience of twenty (20) years, I have been directly involved in numerous multi -units residential, commercial, public, and tenant improvement projects spread out throughout Southern California, ranging from $50,000 to multimillion dollars in project contracts. Current duties as a Project Superintendent range from estimating, bidding, scheduling, submittals, record keeping, supervision of subcontractors, as well as interfacing with owners, architects, construction management groups, and other local & state agencies. Qualifications and Experience ■ Managing Multiple Projects ■ Exemplary management skills in the coordination of multi -task responsibilities ■ Hands-on, people -oriented management style ■ Successful team building and leadership skills ■ Projects Currently Underway • Mission Viejo Animal Service Administration Building Expansion — City of Mission Viejo ■ Overall project completion, as listed below: • Whittier High School Gymnasium Building "F" HVAC Upgrade • La Serna High School Gymnasium Bldg "G" HVAC Upgrade — Whittier Union High School District • Nath Net Administration Building — City of Anaheim • General Contracting Services for Removal of Platform and Structures — EI Monte Union High School District • Remove and Replace Gun Range Acoustics — City of Anaheim • North Net Fire Training Facility Burn Fire Tower Improvements — City of Garden Grove • UCLA Boyer Hall Level 5 Collaboratory Remodel — Regents of CA • Brea Police Records Department Ballistic Shields Level 3 — City of Brea • 5337 S. Arlington Ave., Los Angeles, CA — Habitat for Humanity • 1421 E. 41st R., Los Angeles, CA — Habitat for Humanity • 652 E 90" St., Los Angeles, CA — Habitat for Humanity • UCLA School of Dentistry Endodontics Clinic Renovation — Regents of CA • 10600 Pescadero Ave., South gate, CA — Habitat for Humanity • Corona del Mar HS Modernization- Newport Mesa USD • Newport ES Modernization — Newport Mesa USD • California ES Modernization — Newport Mesa USD 0 Adams Elementary School Modernization — Newport Mesa USD FERNANDO DUARTE 11529 Mina Ave. Whittier CA 90605 323.385.1740 fernando.duarte69@yahoo.com • Alameda Elementary School - Downey USD. • Colin Powell (Phase ll) Gymnasium - Long Beach USD • Sonora Elementary School Modernization - Newport Mesa USD • Category E -Wave 4 / Group 2, Valencia Park, Orangethorpe, & Laguna Road Elementary Schools - Fullerton USD • Will Rogers Elementary School, Woodrow Wilson Elementary School - Lynwood USD • Ascot Branch Library - City of Los Angeles • Newport -Coast Elementary School — Newport Mesa USD • Mark Twain Branch Library — City of Los Angeles • Juarez Elementary School, Whitney High School — ABC USD • Anaheim Police Department East Station — City of Anaheim • Hyperion Treatment Plant, 2' through 5" Floors — City of Los Angeles • Victoria Regional Park — Los Angeles County Dept Parks & Recreation Job History ■ New Dynasty Construction Co Supervisor: AI Chegini 20 Morgan Ste 100 Irvine, CA 92618 From: May 2012 - Present ■ Chegini Enterprises Inc dba SMC Construction Co Supervisor: Al Chegini 12 Mauchly, Unit D Irvine, CA 92618 From: June 1999 — October 2011 ■ Custom Pacific Construction Supervisor: Gary Cox Alhambra, CA From: August 1992 — May 1999 City of Newport Beach CENTRAL AND MARINERS LIBRARIES RESTROOMS 7` HABILITATION PROJECT Contract No. 8135-1 NON -COLLUSION AFFIDAVIT State of California ) ss. County of Orange ) Sherwin Chegini being first duly sworn, deposes and says that he m ahe is President of New Dynasty Construction Co. , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation, that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the foregoin" true d cor ct. New Dynasty Construction Co. Sherwin Che ini - President Bidder Authorized Signature/Title Subscribed and sworn to (or affirmed) before me on this 31st day of October , 2016 by Sherwin Chegini , proved to me on the basis of satisfactory evidence to be the person(g) who appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Rani Lou A. Arce, Notary Public f j ]. La—I RANI LOU A. ARCE Notary Public Comm.# 2082861 q (SEAL] � e NOTARY PUBLIC-CAUfORNIA ORANGE COTY MY CBNN UP. SEn t$ BB18-' My Commission Expires: September 22, 2018 13 City of Newport Beach CENTRAL AND MARINERS LIBRARIES RESTROOMS REHABILITATION PROJECT Contract No. 8135-1 DESIGNATION OF SURETIES Bidder's name New Dynasty Construction Co. Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): Broker: Hackett Bonds and Insurance Services 9070 Irvine Center Drive, Suite 115, Irvine CA 92618 Office #: 949-825-6498 Surety: Developers Surety and Indemnity Company 17771 Cowan, Ste. '00, Irvine, CA 92614 Office #: 714.784.5632 14 City of Newport Beach CENTRAL AND MARINERS LIBRARIES RESTROOMS REHABILITATION PROJECT Contract No. 8135-1 R'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name New Dynasty Construction Co. Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 15 Current Record Record Record Record Record Year of for for for for for Record 2015 2014 2013 2012 2011 Total 2016 No. of contracts 4 4 4 5 6 0 26 Total dollar Amount of Contracts (in Thousands of $) $4.300,489.65 $2,466,697.50 $2,677,805.51 $703,830.90 $904,104.06 $0.00 $11,052,927.62 No. of fatalities 0 0 0 0 0 0 0 No. of lost Workday Cases 0 0 0 0 0 0 0 No. of lost workday cases nvolving permanent 0 0 0 0 0 0 0 transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 15 Legal Business Name of Bidder Neal Dynasty Construction Co. Business Address: 3002 Dow Ave., Ste. 218, Tustin, CA 92780 Business Tel. No.: 949.502.6400 State Contractor's License No. and Classification: 971321 A&B Title President The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those rec< /� 7\�,/ Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. "'n7`kPyr 1117stNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI 16 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of Orange On _November 1, 2016 beforeme, Rani Lou A. Arce, Notary Public , (Here insert name and title of the officer) personally appeared Sherwin Chegini and Michelle Chegini who proved to me on the basis of satisfactory evidence to he the person(s) whose name(s) Ware subscribed to the within instrument and acknowledged to me that heisba/they executed the same in hxs6hori6their authorized capacity(ies), and that by lhis6her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ..,. RANI LOU A. ARCE W SS my hand and official seal. p ��lam. Comm, # 2082861 1�pp N € mom a NOTARY PUBLIC-CAANCE TYW NIA V1 , mr Comm. Elf SEPCOUNTY 2. 1p r lh Signet nre ofNotary Public (Nasty Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT City of Newport Beach (Title or description of attached document) Central and Mariners Libraries Restroom Rehabilitation Project (Title or description of attached document continued) Number of Pages 2 DHs Docunrent Dale 11.01.16 (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2008 Version CAPA vl2.10.07 800.873-9865 www.NcmryClasses.com INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California most commit terbiage erectly as appears above in lire notary section m- a separate acknowledgment form mast be Properly completed and attached to thm document. The only exception is if a dorvmem is An be recorded outside of Cal forma. In such inssiai arty a terrwtive txktowfedgmem Verbiage as may be printed on such a document m long ar the verbiage does not require the erotary ro do somethurg Char is illegal for a rotary in Cabloma (i.e. cerrifying the amhod ed capaciy of the signer). Please check Na document emwfuI6, for proper torm'iolV a'ding and attach this form ,f rquired • State and Comfy information most be the State and County where the document sianer(s) personalty appeared before the notary public for acknowledgment. • Date of notarization most be act doe that the signma) persmalky appeared which MW also be the same date the acknowledgment is completed. • The notary Public must print his m her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the names) of document signer(s) who Personalty appear m the time of rrotarvation. • Indicate the correct singular or plural forms by crossing off incorrect forms (i e. Wsle/BKy, is /re ) or circling the correct forms. Failure to coaeetly indicate this mformetion may lead to miacton ofdocameM recording. • The notary seal impression must be clear and phomimphicdly teproducible. Impression must rot cover text or lines. H sed impression smudges, re -sed if a suffeient mea Permim. otherwise complete a different orkunowkedgment Bonn. • Signature of the rotary public must match the signature on file with the once of the county clerk. 4 Additional iMomation is not required bra could help to ensure this ackmwledgm is not misused or attached to a different documem. 4 Indicate title or type of attached document, number of pages and date. 4 Indicate the capacity claimed by the signer If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this documental the signed document City of Newport Beach Contract No. 8135-1 ACKNOWLEDGEMENT OF ADDENDA Bidders name New Dynasty Construction Co. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: // Not Applicable - No Addendum Issued O�/// 17 City of Newport Beach CENTRAL AND MARINERS LIBRARIES RESTROOMS REHABILITATION PROJECT Contract No. 8135-1 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: New Dynasty Construction co. Business Address. 3002 Dow Ave.. Ste. 218, Tustin, CA 92780 Telephone and Fax Number: Tel: 949.502.6400 Fax: 949.502.6404 California State Contractor's License No. and Class: 971321 A& s (REQUIRED AT TIME OF AWARD) Original Date Issued: 03/24/2012 Expiration Date: 03/31/2018 n rra:+ alnd title/position of the person(s) who inspected for your firm the site of t!- work proposed in these contract documents: Mason Nikneiad - Project Engineer The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone Sherwin Chegini President 3002 Dow Ave., Ste. 218, Tustin, CA 92780 949.502.6400 Michelle Chegini Secretary 3002 Dow Ave., Ste. 218, Tustin, CA 92780 949.502 6400 Corporation organized under the laws of the State of Califomia The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: N/A All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: N/A For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: addresses and telephone numbers of the parties; N/A Briefly summarize the parties' claims and defenses; N/A Have you ever had a contract terminated by the owner/agency? If so, explain. No. Have you ever failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)?Yes No 19 Are any claims or actions unresolved or outstanding? Yes / N If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a comp to and accurate manner may be considered non-responsive. Sherwin Chegini (Print name of Owner or President of Corporation/Compan>y New Dynasty Construction Co. Sherwin Chegini - President "Z t',.— Bidder Authorized Signature/Title President Title November 1, 2016 Date On November 1. 2016 before me, Rani Lou A. Arce Notary Public, personally appeared Sherwin Chegini who proved to me on the basis of satisfactory evidence to be the person(* whose namem is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized r =r hatrxsignature(o on the instrument the person(*, or the entity upon person(* acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and officia sea . (SEAL) Notary Public in and for said Sta e My Commission Expires: September 22 2018 Q11 ^` RANI l0U A. ARCE r COMMA 2082861 1 p N :8 NOTARY PUNUC-CAUFORNIA N ORANGE COUNT MY COMM. ESP, SEP. 22, 2018IF " City of Newport Beach CENTRAL AND MARINERS LIBRARIES RESTROOMS REHABILITATION PROJECT Contract No. 8135-1 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Docurnents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Ratinq Guide: Property -Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 21 City of Newport Beach CENTRAL AND MARINERS LIBRARIES RESTROOMS REHABILITATION PROJECT Contract No. 8135-1 SAMPLE CITY CONTRACT 22 CENTRAL AND MARINERS LIBRARIES RESTROOMS REHABILITATION CONTRACT NO. 8135-1 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 22nd day of November, 2016 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and New Dynasty Construction Co., a California corporation ("Contractor'), whose address is 3002 Dow Avenue, Suite 218, Tustin, California 92780, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: The work necessary for the completion of this Contract consists of removing and disposing of the existing improvements; providing portable toilets; constructing the improvements shown on the plans and the Standard Special Provisions; conducting bi-weekly progress meetings with City staff; providing uninstalled equipment for maintenance purposes ("attic stock"); obtaining final City building permit; and completing incidental items of work to make the buildings complete (the "Project" or "Work"). C. Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A), Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 8135-1, Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively, the "Contract Documents"), all of which are incorporated herein by reference. The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. 2. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project. All of the Work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 3. COMPENSATION 3.1 As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Four Hundred Twenty Nine Thousand Eight Hundred Ten Dollars and 00/100 ($429,810.00). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 Any expense incurred as a result of any suspension or discontinuance of the Work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and which loss or expense occurs prior to acceptance of the Work by City. 4. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the term of the Contract. Contractor has designated Fernando Duarte to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. New Dynasty Construction Co. Page 2 6. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first- class mail, addressed as hereinafter provided. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Public Works Director City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Sherwin Chegini New Dynasty Construction Co. 3002 Dow Avenue, Suite 218 Tustin, CA 92780 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the New Dynasty Construction Co. Page 3 Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -Casualty. 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 10. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Contractor on the Project. 11. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the New Dynasty Construction Co. Page 4 Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or New Dynasty Construction Co. Page 5 death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project and/or Services by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 16.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project and/or Services, or the Work of any subcontractor or supplier selected by Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees, and volunteers (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 16.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. New Dynasty Construction Co. Page 6 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days prior written notice to Contractor. In the event of termination under this New Dynasty Construction Co. Page 7 Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Contract and any other attachments attached hereto, the terms of this Contract shall govern. 20.5 Interpretation.. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, New Dynasty Construction Co. Page 8 ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 20.10 No Attorney's Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project site, has become familiar with the local conditions under which the Work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 22. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 23. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] New Dynasty Construction Co. Page 9 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY' OFFICE Date: � D By: I; Aaron C. Harp uN iau�iu City Attorney ATTEST: Date: . �7 By: 41A , Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a Californi municipal corp or tion Date: L gy;��/' KEVIN MULDOON MAYOR CONTRACTOR: New Dynasty Construction Co., a California corporation Signed in Counterpart By: Sherwin Chegini President Date: Signed in Counterpart By: Michelle Chegini Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B - Faithful Performance Bond Exhibit C — Insurance Requirements New Dynasty Construction Co. Page 10 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTAR !OY' OFFICE Date: l( By: Aaron C. Harp 1nm kl1wi u City Attorney ATTEST: Date: 0 Leilani 1. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Diane B. Dixon Mayor CONTRACTOR: New Dynasty Construction Co., a California corporation Date: 12/14/2016 By: Sherwin Chegini President 12/14/2016 Michelle Chegini Secretary [END OF SIGNATURES) Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements New Dynasty Construction Co. Page 10 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of orange On December 14, 2016 before me, Rani Lou A. Arce, Notary Public , (Here insert time and title of the officer) personally appeared Sherwin Chegini and Michelle Chegini who proved to me on the basis of satisfactory evidence to be the persons) whose names) is/are subscribed to the within instrument and acknowledged to me that hrlshs/they executed the same in himShioritheir authorized capacity(ies), and that by Nsrflter/their signature(s) on the instrument the persorl or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. W17� E my hand and official seal. RANI LOU A. ARCE `/ r_�l CommA 2082861 1�pp o NOTARY PUBLIC CO MIIFORNIA VI Signator o Notary Public (Notary Seal) `^,.,o a" • Mr CONN. EXP. SEP. yl�1 B ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT City of Newport Beach (Title or deuription of aaached document) Central and Mariners Libraries Restrooms Rehabilitation (Title or description of mashed document continued) Number of Pagesl0 R&SDocument Date 12.14.16 - Contract No. 8135-1 (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Tmstee(s) ❑ Other time version CAPA v11. H) U7800-873-9865 www.NoIaryCImsei,crn INSTRUCTIONS FOR COMPLETING TI IIS FORM Any acknowledgment complered in Cahlorma mr, ,uuain srrblage eracdy as appears abose in the rorty Mellor, m a separale acknowledgment form mrsl be properly completed and mmched to thin document. The ooh escepfiou is OF a docamenl is m be recorded outside of Calfomia In such instances, arty alternative acknowledgment verbiage as may be yrinred on sad a document m long as rhe verbiage does not require the notary to do something that is illegal for a rotary in Cal fm'nia fi.ecertifying the aalhorird capacih of the signer). Please check the document carefully for proper nmtarlal wording ardmrach this form if required • State and County information most be the State and County where the document winar(s) personally appeared before the notary public for acknowledgment. • Dote of notarization must be the date that the sigocr(si personally appeared which most also be the same date the acknowledgment is complet_^d. • The notary public must prim his or her Mune ffi it appears within his or her commission followed by a comma and then your title (notary public). • Prim the morels) of document signer(s) who personally appear al the time of mtarvatiort • Indicate the correct singular or plural forms In crossing off incorrect forms (i e. M/shdthry; is /ere) of circling the correct forms. Failure to correctly indicate this information may lead to rejection ofdocument recoding. • The notary seal impression must be clear and photographically reproducible, Impression must nut cover tract Our lines. If sal impression smudges, re -seal if a sufficient area, permits, otherwise completea different acknowledgment fora. • signature of the rotary public must match the signature on file with the office of the county clerk. O Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. O Indicffie title or type ofarmched document number of pages and date. O Indicate the capacity claimed by the signer If the claimed capacity is a corporate officer, indicate the title (ic. CEO. CFO, secretary) • Securely attach this document to the signed document CENTRAL & MARINERS LIBRARIES RESTROOMS REHABILITATION PROJECT CONTRACT NO. 5135-1 EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 390995P Premium included in charge for Perf umance Bond LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to New Dynasty Construction Co. hereinafter designated as the "Principal," a contract for: removing and disposing of the existing improvements; providing portable toilets; constructing the improvements shown on the plans and the Standard Special Provisions; conducting bi-weekly progress meetings with City staff; providing uninstalled equipment for maintenance purposes ("attic stock"); obtaining final City building permit; and completing incidental items of work to make the buildings complete, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Developers Surety and Indemnity Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Four Hundred Twenty Nine Thousand Eight Hundred Ten Dollars and 001100 ($429,810.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. New Dynasty Construction Co. Page A-1 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 7th day of December , 2016 New Dynasty Construction Co. Name of Contractor (Principal) Developers Surety and Indemnity Company Name of Surety 17771 Cowan. Suite 100, Irvine CA 92614 Address of Surety 714-784-5632 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: By: Aaron C. Harp City Attorney By: Authorized Signature/Title- Sherwin Chegini -President DEC 07 2018 uthorized Agent Signature Edward N. Hackett, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED New Dynasty Construction Co. Page A-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange } Ss. On December 7 , 2016 before me, C. Maestas Notary Public, personally appeared Edward N. Hackett who proved to me on the basis of satisfactory evidence to be the person(s) whose name(&} is/are subscribed to the within instrument and acknowledged to me that he/she" -executed the same in his/her/their authorized capacityoes}, and that by his/her:444eir signatures(&} -on the instrument the person(s), or the entity upon behalf of which the person(&) -acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of t)I?gyIAC ) ss. �p"-� n On Decembplz /y 20 Ib before me, 'vAi1I lou A AaCe Notary Public, personally appeared Aerwirn deqim proved to me on the basis of satisfactory evidence to be the erson(A whose name(t) isbw subscribed to the within instrument and acknowledged to me that he/tha they executed the same in hisAs&rM*k authorized capacity(i*-*, and that by his/hWm"ic signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(o acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. >� RANI LOU A. ARCS WIT SS my hand and official seal ' CON+N+.z 2082861 rp Ny o NOTARY P6000,CAUFORNIA N �. �. ORANGE COMY /✓.\ aA./ _ 1�`��R�.+�^Mr Comm. E3. 5[P. 7t, 20 Signature (seal) New Dynasty Construction Co. Page A-3 .� C. MAESTAS Commission # 2117336 i Notary Public - California > Orange County My Comm. Expires Jul 24, 2019 . ...-gy=m (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of t)I?gyIAC ) ss. �p"-� n On Decembplz /y 20 Ib before me, 'vAi1I lou A AaCe Notary Public, personally appeared Aerwirn deqim proved to me on the basis of satisfactory evidence to be the erson(A whose name(t) isbw subscribed to the within instrument and acknowledged to me that he/tha they executed the same in hisAs&rM*k authorized capacity(i*-*, and that by his/hWm"ic signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(o acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. >� RANI LOU A. ARCS WIT SS my hand and official seal ' CON+N+.z 2082861 rp Ny o NOTARY P6000,CAUFORNIA N �. �. ORANGE COMY /✓.\ aA./ _ 1�`��R�.+�^Mr Comm. E3. 5[P. 7t, 20 Signature (seal) New Dynasty Construction Co. Page A-3 POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725, IRVINE, CA 92623 (949) 263J300 KNOWALL BY THESE PRESENTS that except as expressly limited, DEVELOPERS SURETYAND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do each hereby make, constitute and appoint: ***Christine M. Maestas, Edward N. Hackett, jointly or severally*** as their true and lawful Aftomey(s)-in-Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations, as sureties, bonds, undertakings and contracts of suretyship giving and granting unto said Attomey(s)-in-Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection Herewith as each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of the acts of said Attomey(s)-in-Fact, pursuant to these presents, are hereby rafified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of January 1st, 2008, RESOLVED, that a combination of any two of the Chairman of the Board, the President, Executive Vice -President, Senior Vice -President w any Vice President of the corporations be, and that each of them hereby is, authorized to execute this Power of Attorney, qualifying the aftorney(s) named in the Power of Attorney to execute, on behalf of the corporations, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of either of the corporations be, and each of them hereby u, authorized to attest the execution of any such Power of Attomey; RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by their respectve officers and attested by their respective Secretary or Assistant Secretary this January 29, 2015. By:l OT,L �POrtV..AND.j%"­ D niel O", Daniel Young, Senior Vica-President ( <yJ•-, `pPPORglF F�iti �G Op,POgq OCT.0cn•- GOCT.S FQ r By: // L5.� ?oma; 1 9 3 6 •:•3 wp 7967 Mark Landon, Vice -President 1 r,,,,,, ,_ A notary public or other officer completing this certificate verifies only the identity of the individual who signed the tlocument to which this certificate is attached and not the truthfulness accuracy, or validity of that document State of California County of Orange On January 29 2015 before me, _ Lucille Raymond NotaryPublic Hale Here 11-1 erne and liaa of Na Oacar personally appeared Daniel Young and Mark Landon who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed- - to the within instrument and acknowledged to me that he/she/they executed the same in hisrherrmair authorized capacily(les), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of LUCILLE RAYMOND which the person(s) acted, executed the instrument. Commission as 2081945 Notary Public • Callfomla i I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing h is Z Orange County = true and correct. g 9 p aro ra9 P M Comm. Ex tree Oct 13, 2019 WITNESS my hand and official seal. Place Notary Seal Above Signature LucillpyMand, Notary Public CERTIFICATE The undersigned, as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY w INDEMNITY COMPANY OF CALIFORNIA, does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked and, furthermore, that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney are in tome as of the date of this Certificate. This Certificate is executed in the City of Irvine, California, this 07'7616 7daygt 6 By: 1..k�/�(�%DECL U L U 1 Cassie 1.7 . nisford, Assistantsectetary ID-1380(Rev01/15) CENTRAL & MARINERS LIBRARIES RESTROOMS REHABILITATION PROJECT CONTRACT NO. 8135-1 EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 390995P 'Premium charged is for the contract term and is subject to adjustments based ed contact price. FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 7,447.00* , being at the rate of $25.00/$15.00 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to New Dynasty Construction Co. hereinafter designated as the "Principal," a contract for: removing and disposing of the existing improvements; providing portable toilets; constructing the improvements shown on the plans and the Standard Special Provisions; conducting bi-weekly progress meetings with City staff; providing uninstalled equipment for maintenance purposes ("attic stock"); obtaining final City building permit; and completing incidental items of work to make the buildings complete, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and ----------------------------- ------------------------------- -- Developers Surety and Indemnity Company , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Four Hundred Twenty Nine Thousand Eight Hundred Ten Dollars and 001100 ($429,810.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by City, only in the New Dynasty Construction Co. Page B-1 event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 7th day of December ,2016 . New Dvnastv Construction Co. Name of Contractor (Principal) Developers Surety and Indemnity Company Name of Surety 17771 Cowan, Suite 100, Irvine, CA 92614 Address of Surety 714-784-5632 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: By: Aaron C. Harp City Attorney By: /6 - Authorized Signature/Title - Sherwin Chegini - President By, DEC 07 2016 _ Authorized Agent Signature Edward N. Hackett, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED New Dynasty Construction Co. Page B-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange } ss. On December 7 2016 before me, C. Maestas Notary Public, personally appeared Edward N. Hackett who proved to me on the basis of satisfactory evidence to be the persons} whose name(st is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hisfherlttieir authorized capacity(ies), and that by his/her/their signatures(s}on the instrument the person(s), or the entity upon behalf of which the persons} acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. C NAESTAS WITNESS my hand and official seal. commission 2117396 Notary Public- Callio I Ia Orange County - a hrly Conor. Expires Jul 24, 2019 (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ORUngit -)ss. p� On Deeeynb P 14 20 lb before me, liaN1 10(4 ff f1Rce Notary Public, personally appeared Thorw)a CheOihi proved to me on the basis of satisfactory evidence to be the person(;m) whose name(,scj is)law subscribed to the within instrument and acknowledged to me that he6%4e14kyey executed the same in hish7eT&NlAr authorized capacity6h*, and that by hisA36DUllek signatures(v) on the instrument the person(p), or the entity upon behalf of which the person(c) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. W. RANI LOU A. ARCE WITIN SS my hand and official seal. ^ COMM.# 1082861 � NOTARY PUBLIC -CALIFORNIA N Y ORANGE COUNT MY Co MN. GP, SBP. TY2 20{6' Signature seal) New Dynasty Construction Co. Page B-3 POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725, IRVINE, CA 92623 (949) 263-3300 KNOW ALL BY THESE PRESENTS that except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do each hereby make, constitute and appoint: ***Christine M. Maestas, Edward N. Hackett, jointly or severally*** as their true and lawful Attorney(s)-in-Fact, to make, execute, deliver and acknowledge. for and on behalf of said corporations, as sureties, bonds, undertakings and contracts of suretyship giving and granting unto said Attomey(s)-in-Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of the acts of said Attorney(s)-in-Fact, pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of January 1st, 2008. RESOLVED, that a combination of any two of the Chairman of the Board, the President, Executive Vice -President, Senior Vice -President a any Vice President of Use corporations be, and that each of them hereby is, authorized to execute this Power of Attorney, qualifying the attorney(s) named in the Power of Attorney to execute, on behalf of the corporations, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of either of the corporations be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate nesting thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond, undertaking or contract of. suretyship to which it is attached. IN WITNESS WHEREOF, DEVELOPERS SURETYAND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by their respective officers and attested by their respective Secretary or Assistant Secretary this January 29, 2015. By \ ! O -L4 ••.,�tv„AND.IhQ'�<, pNPANYO Daniel Young, Senior Vice -President 3yJ�`�oaP ORgl OCT. ': =w 10T itE By: o':, 1936 ,+33 oro 1967 Mark Lansdon,Vice-President `:�'.,'•.. �..,.,*-:•,P,= Z. ,P .. A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Califomia County of Orange On January 29 2015 before me, Lucille Raymond Notary Public gsa n«o MsenNama aM rata orMe om�ar personally appeared Daniel Young and Mark Lansdon _ LUCILLE FAYMONO Commission as 2091945 i +_ Notary Public - California i z Orange County M Comm. Expires Oct 13.2019+ Place Notary Seal Above who proved to me on the basis of satisfactory evidence to bethe person(s) whose name(s) is/are subscribed - to the within instrument and acknowledged to me that he/she/they executed the same in hislherneir authorized capacity(ies), and that by his/herRheir signatum(s) an the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing Paragraph is true and correct. /( WITNESS my hand and official seal. Signature Lucavyehond, Notary Public CERTIFICATE The undersigned, as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY w INDEMNITY COMPANY OF CALIFORNIA, does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked and, furthermore, that the pmaisions of the resolubons of the respective Boards of Directors of said corporations set forth in the Power of Attorney an in force as of the date of this Certificate. This Certificate is executed in the City of Irvine, California, this day of /9��� Q� DEC Qi 2016 By. (— ' � Cassie lel . msford, Assistant Se tary ID-1380(Rev.01115) N° 6895 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Certificate of Authority Trus Is To CEnTnrP, That, pursuant to the Insurance Code of the State of California, Developers Surety and Indemnity Company Of West Des Moines, Iowa , organized under the laws of Iowa , subject to its Articles of Incorporation or other fundamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certificate, the following classes of insurance: Surety as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. Trus CERTmcATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. IN WMaSS WwmeoF, effective as of the 30 th__day Of- August 19_9 I have hereunto set my hand and caused my official seal to be affixed this 30th _ day pf August 119-2-9— Z 19 99 Z A State must be accomplished is promptly after issuance of this Certificate of Authority. Failure to i and will be grounds for revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. Fft. G 3 W '1M EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees, and volunteers. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its elected or appointed officers, agents, officials, employees and volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate and two million dollars ($2,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an New Dynasty Construction Co. Page C-1 insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees, and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials, employees, and volunteers shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance andfor the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees, and volunteers. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed New Dynasty Construction Co. Page C-2 documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self - insure its obligations to City. If Contractor's existing coverage includes a New Dynasty Construction Co. Page C-3 self-insured retention, the self-insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self-insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. New Dynasty Construction Co. Page C-4 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 1/27/17 Dept./Contact Received From: _ Raymund Date Completed: 1/27/17 Sent to: Raymund By: Alicia Company/Person required to have certificate: New Dynasty Construction Type of contract: Public Works I. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 10/14/16-10/14/17 A. INSURANCE COMPANY: Preferred Contractors Ins Co B. AM BEST RATING (A-: VII or greater): Not Rated C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ❑ Yes E No D. LIMITS (Must be $1 M or greater): What is limit provided? 1M/2M E. ADDITIONAL INSURED ENDORSEMENT—please attach ® Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must (What is limits provided?) include): Is it included? (completed Operations status does F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste not apply to Waste Haulers or Recreation) ® Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND G. HIRED AND NON -OWNED AUTO ONLY: COMPLETED OPERATIONS ENDORSEMENT (completed H. NOTICE OF CANCELLATION: Operations status does not apply to Waste Haulers) E Yes ❑ No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? E Yes ❑ No I. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? E Yes ❑ No J. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence' wording? ❑ Yes E No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): E N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A E Yes ❑ No II. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 7/27/16-7/27/17 A. INSURANCE COMPANY: Ohio Security Ins Co B. AM BEST RATING (A-: VII or greater) A: XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? E Yes ❑ No D. LIMITS - If Employees (Must be $1M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? 1M E LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste Haulers only): E N/A ❑ Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A ❑ Yes E No H. NOTICE OF CANCELLATION: 0 N/A E Yes ❑ No WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 6/11/16-6/11/17 A. INSURANCE COMPANY: State Compensation Insurance Fund B. AM BEST RATING (A-: VII or greater): N/A C. ADMITTED Company (Must be California Admitted): D. WORKERS' COMPENSATION LIMIT: Statutory E. EMPLOYERS' LIABILITY LIMIT (Must be $1 M or greater) F. WAIVER OF SUBROGATION (To include): Is it included? G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: H. NOTICE OF CANCELLATION: ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED W. PROFESSIONAL LIABILITY V POLLUTION LIABILITY V BUILDERS RISK HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF N0, WHICH ITEMS NEED TO BE COMPLETED? Approved: a4?r5 Agent of Alliant Insurance Services Broker of record for the City of Newport Beach 1/27/17 Date ❑ Yes ❑ No ® Yes ❑ No 1M ® Yes ❑ No ® N/A ❑ Yes ❑ No ❑ N/A ® Yes ❑ No ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® Yes ❑ No RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _ Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No Reason for Risk Management approval/exception/waiver: Risk Management approval needed due to GL carrier is a Risk Retention Group. Sheri Approved 12/14/16. Approved: Risk Management * Subject to the terms of the contract. Date �%f Newport Beach CENTRAL AND MARINERS LIBRARIES RESTROOMS REHABILITATION PROJECT Contract No. 8135-1 PROPOSAL (Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids. Contractor shall sign the below acknowledgement) To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 8135-1 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: November 1, 2016 Date Tel: 949.502.6400 Fax: 949.502.6404 Bidder's Telephone and Fax Numbers 971321 A& B Bidder's License No(s). and Classification(s) New Dynasty Construction Co. Bidder Sherwin Chegini- President Bidder's Authorized Signature and Title 3002 Dow Ave., Ste. 218, Tustin, CA 92780 Bidder's Address Bidder's email address: achegini@new-ao.com PR -1 City of Newport Beach CENTRAL AND MARINERS LIBRARIES RESTROOMS REHABILITATION (C-8135-1), bidding on November 1, 2016 10:00 Bid Results BID SUBMITTAL C-8135-1 New Dynasty Construction Bidder Details New Dynasty Construction Vendor Name New Dynasty Construction Co. Address 3002 Dow Ave., Ste. 218 Tustin, CA 92780 NDCC - Bid Bond.pdf United States Respondee Sherwin Cheg in! Respondee Title President Phone 949-502-6400 Ext. Email rarce@new-dc.com Vendor Type CADIR License # 971321 CA DIR 1 Mobilization and Demobilization Bid Detail Bid Format Electronic Submitted November 1, 2016 9:57:42 AM (Pacific) Delivery Method 2 Traffic Controls Bid Responsive Bid Status Submitted Confirmation # 91843 Ranking 0 Respondee Comment Buyer Comment Attachments $10,000.00 Page 1 File Title File Name File Type BID SUBMITTAL C-8135-1 New Dynasty Construction Co. BID SUBMITTAL C-8135-1 New Dynasty Construction General Attachment Co.pdf NDCC - Bid Bond NDCC - Bid Bond.pdf Bid Bond Line Items Type Item Code UOM qty Unit Price Line Total Comment Section 1 1 Mobilization and Demobilization Lump Sum 1 $91,000.00 $91,000.00 2 Traffic Controls Lump Sum 1 $1,000.00 $1,000.00 3 Building Interior Paths of Travel Lump Sum 1 $10,000.00 $10,000.00 4 Central Library Children Restroom Lump Sum 1 $19,495.00 $19,495.00 5 Central Library Downstairs Men Restroom Lump Sum 1 $62,357.00 $62,357.00 Ploratfi3ids, i�.e_ City of Newport Beach CENTRAL AND MARINERS LIBRARIES RESTROOMS REHABILITATION (C-8135-1), bidding on November 1, 2016 10:00 Bid Results Type Item Code LOM Qty Unit Price Line Total Comment 6 Central Library Downstairs Women Restroom Lump Sum 1 $65,615.00 $65,615.00 7 Central Library Staff Restroom Lump Sum 1 $72,716.00 $72,716.00 8 Mariners Library Existing Restroom Doors Lump Sum 1 $1,100.00 $1,100.00 9 Mariners Library Men Restroom Lump Sum 1 $45,453.00 $45,453.00 10 Mariners Library Women Restroom Lump Sum 1 $60,074.00 $60,074.00 11 As -Built Plans Lump Sum 1 $1,000.00 $1,000.00 Subcontractors Name 8 Address Description MERIT BUILDING TOILET PARTITIONS & ACCESSORIES SPECIALTIES 33821 CALLE CONEJO SAN JUAN CAPISTRANO, CA 92675 United States COMBS COMPANY PLUMBING PLUMBING 29224 OBSIDIAN COURT NUEVO, CA 92567 United States Nips !no ELECTRICAL 2110 E, First St sante Ana, CA 92705 United Stales J N J TILE CO INC CERAMIC TILE 9713 ORANGE TERR PICO RIVERA, CA 90660 United States Plenetaida, I':c. Subtotal $429,810.00 Total $429,810.00 License Num Amount Type 693648 $44,780.00 517012 $82,000.00 556240 $8,000.00 665139 $94,500.00 Page 2 CITY OF NEWPORT BEACH No. PUBLIC WORKS DEPARTMENT fi SPECIAL PROVISIONS CONTRACT NO. 8135-1 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. B -5259-S); (3) Building Permit(s), (4) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (2014 Edition), including Supplements; (5) Standard Specifications for Public Works Construction (2009 Edition), including supplements; and (6) applicable Codes (Current Editions). Copies of the City's Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications for Public Works Construction may be purchased from www.binibooks.com. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 0 — EXISTING PROJECT CONDITIONS 0-1 JOB SITE VISIT Contractors wishing to review the existing Central Library Children and Staff restrooms job site conditions should make arrangements for such visit with Ms Melissa Kelly at telephone number (949) 717-3852 or at mkellV(?�newportbeachca.gov SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents Add to this Section, "if there is a conflict within any one specific Contract Document, the more stringent requirement as determined by the Engineer shall control." Page 1 of 10 2-6 WORK TO BE DONE Add to this Section, "The work necessary for the completion of this contract consists of removing and disposing of the existing improvements; providing porti-potties; constructing the improvements shown on the plans and these Special Provisoins; conducting bi-weekly progress meetings with City staff; providing attic stock; obtaining Building Permit Final; and completing incidental items of work to make the buildings complete." SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup Replace this Section with the following: "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............................................ 15 2) Materials ....................................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, one (1) percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractor's actual cost (prior to any markups) of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements Page 2 of 10 4-1.3.4 Inspection and Testing All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 - hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor." SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6-1.1 Construction Schedule Add to this Section, "No work shall begin until a "Notice to Proceed" has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the original schedule and has demonstrated their ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job." 6-2 PROSECUTION OF THE WORK 6-2.2 Sequence of Work Add to this Section, "The Contractor shall complete the work in the following order: 1. Central Library Children Restroom 2. Central Library Men Restroom 3. Central Library Women Restroom 4. Central Library Staff Restroom 5. Mariners Library Page 3 of 10 The Contractor shall complete all of the work required at one restroom location before starting work at the next work location." 6-7 TIME OF COMPLETION 6-7.1 General Add to this Section, "The Contractor shall complete all work under Contract upon the Notice To Proceed as follows: • Central Library: Seventy-five (75) consecutive working days. • Mariners Library: Twenty-five (25) consecutive working days. • Total number of consecutive working days allowed: One hundred (100). The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work. 6-7.2 Working Days Revise 3) to read: "any City holiday, defined as January 1st (New Year's Day), the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24th, (Christmas Eve), December 25th (Christmas), and December 31St (New Year's Eve). If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday." 6-7.4 Working Hours Normal working hours are limited to 7:00 AM to 3:00 PM, Monday through Friday. However, since the libraries' business hours are from 9AM to 9PM, the Contractor is encouraged to consider the feasibility of starting work well before 7AM so as to minimize the potential of interference with the general public visiting the libraries and vice versa. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, the Contractor must first obtain special permission from the Engineer at least 72 hours in advance of the desired time period. The Engineer reserves the right to deny any or all such requests if meaningful production was not achieved, in which case the Contractor shall pay for supplemental inspection costs of $146 per hour. Page 4 of 10 6-9 LIQUIDATED DAMAGES Revise sentence three to read, "For each consecutive calendar day after the time specified in Section 6-7-1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $2,500.00. Execution of the Contract shall constitute agreement by the Agency and Contractor that the above liquidated damages per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly, preplanned, and continuous sequence so as to minimize inconvenience to the library patrons." SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services Add to this Section, "The Contractor may use the onsite water and power at no charge. However, any abuse of such privileges will cause the contractor to lose its access to the city's utilities as well as having to provide its own water and power source for all of the remaining work." 7-7 COOPERATION AND COLLATERAL WORK Add to this Section, "In the event that the Contractor needs to turn off the water supply to the building(s) in order to conducts its work, the Contractor shall notify the Engineer at least two (2) business days in advance of the need for the shutdown so that the appropriate arrangements can be timely made." 7-8 WORK SITE MAINTENANCE 7-8.4.3 Storage of Equipment and Materials in Public Streets Delete the first paragraph and add the following: Construction materials and equipment may only be stored on the parking lots if approved by the Engineer in advance. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement has been damaged by the construction. Page 5 of 10 7-8.6 Water Pollution Control Add to this Section: Surface runoff water, including all water used during sawcutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at www.newportbeachca.gov/publicworks and clicking on permits, then selecting the link Construction Runoff Guidance Manual. Additional information can be found at www.cleanwaternewport.com." 7-8.6.2 Best Management Practices (BMPs) Add to this Section: The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cuffing and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate Administrative Citation per Section 14.36.030A23 of the City's Municipal Code. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS 7-9.2 Care While Working Inside Buildings Add this Section to read, "While working in the Buildings, the Contractor shall be solely and continually responsible for the condition of the walking surfaces that are used by its workers. The Contractor shall immediately remove and dispose of any and all erranUfallen debris, liquids, and other contaminants onto the tiles, stones, pavers, carpeting, etc flooring and make such surfaces safe for use by all ages with varying degrees of physical and reaction abilities. In the event that the Contractor was unable to timely perform such remedial tasks, the City will deploy its forces to make the area safe and will back charge the Contractor for Page 6 of 10 the actual cost of such work plus 50%, all to be deducted from the sums due the Contractor. It is strongly recommended that the Contractor clearly designate a construction path of travel and deploy safety measures for such areas so as to minimize mishaps and conflicts with the library patrons." 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access Add to this Section: The Contractor shall provide traffic control and access in accordance with Section 7-10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. 7-10.3 Parking Lot, Detours and Barricades Add to this Section, "The parking lot is heavily used daily. The Contractor shall at all times stage, store, and screen its equipment, tools and supplies in a manner that will not interfere with the parking lot users. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction." 7-10.4 Safety 7-10.4.1 Safety Orders Add to this Section: The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. 7-10.5 "No Parking — Tow Away" Signs The Contractor shall install, and maintain in place "NO PARKING -TOW AWAY" signs which he shall post at least forty-eight hours in advance of the need for enforcement. The signs will be provided by the City at no cost to the Contractor. However, the City reserves the right to charge $2.00 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644-3717 for verification of posting at least forty-eight hours in advance of the need for enforcement. The City of Newport Beach "Temporary Tow -Away, No Parking" signs are available at the Public Works Department public counter. Page 7 of 10 The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" signs in 2 -inch high non -erase letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 7-10.6 Notices to Residents And Businesses Ten working days prior to starting work, the Contractor shall deliver a City -provided construction notice to the neighbors within 500 feet of the project, describing the project and indicating the construction duration. Forty-eight hours prior to the start of construction, the Contractor shall distribute to the residents a second City provided written notice clearly indicating specific dates in the space provided on the notice when construction operations will start and approximately when construction will be complete. 7-15 CONTRACTOR'S LICENSES At the time of Award and until the completion of work, the Contractor shall possess a valid "B" General Building Contractor License issued by the State of California Contractors License Board. At the start of work and until completion of work, the Contractor and all Sub -contractors shall possess a valid Business License issued by the City of Newport Beach. SECTION 9 - MEASUREMENT AND PAYMENT 9-3 PAYMENT 9-3.1 General Revise paragraph two to read: The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization And Demobilization: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for providing bonds, insurance and financing, preparing and implementing the BMP Plan, preparing and updating construction schedules as needed, attending biweekly construction progress meetings, and all other related work as required by the Contract Documents. this bid item shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA markings and providing any required documentation as noted in these Special Provisions. Page 8 of 10 Item No. 2 Traffic Controls: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for delivering and posting all required notifications and signs; placing cones, barricades, caution tapes, and other items of work needed to ensure a safe work site. Item No. 3 Building Interior Paths of Travel: Work under this Item shall include all labor, tools, equipment, materials, and costs to making, delineating, maintaining, and removing (at work completion) clean and safe paths of travel inside the buildings such as signage, screening, caution tapes, barricades, protective/preventive floor covering, etc. The intent of this work is to eliminate spillage, slippage, tracking of debris, etc. The cost of cleaning up and repairing the damages done to the existing improvements outside of the restrooms to their previous condition shall have been made a part of the Bid. Item No. 4 Central Library Children Restroom: Work under this item shall include, but not be limited to, all labor, tools, equipment, materials, and costs to removing and disposing of all existing interfering materials and constructing all of the new improvements shown on the Plans and in these Specifications, complete and in place. Item No. 5 Central Library Downstairs Men Restroom: Work under this item shall include, but not be limited to, all labor, tools, equipment, materials, and costs to removing and disposing of all existing interfering materials and constructing all of the new improvements shown on the Plans and in these Specifications, complete and in place. Item No. 6 Central Library Downstairs Women Restroom: Work under this item shall include, but not be limited to, all labor, tools, equipment, materials, and costs to removing and disposing of all existing interfering materials and constructing all of the new improvements shown on the Plans and in these Specifications, complete and in place. Item No. 7 Central Library Staff Restroom: Work under this item shall include, but not be limited to, all labor, tools, equipment, materials, and costs to removing and disposing of all existing interfering materials and constructing all of the new improvements shown on the Plans and in these Specifications, complete and in place. Item No. 8 Mariners Library Existing Restroom Doors: Work under this item shall include, but not be limited to, all labor, tools, equipment, materials, and costs to removing and storing the existing restroom doors and jambs for re -attachment; furnishing and installing temporary doors and jambs with ADA compliant locks complete with emergency by-pass accessible by staff in the hallway. Item No. 9 Mariners Library Men Restroom: Work under this item shall include, but not be limited to, all labor, tools, equipment, materials, and costs to removing and disposing of all existing interfering materials and constructing all of the new improvements shown on the Plans and in these Specifications, complete and in place. Page 9 of 10 Item No. 10 Mariners Library Women Restroom: Work under this item shall include, but not be limited to, all labor, tools, equipment, materials, and costs to removing and disposing of all existing interfering materials and constructing all of the new improvements shown on the Plans and in these Specifications, complete and in place. Item No. 11 As -Built Plans: Work under this item shall include all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. 9-3.2 Partial and Final Payment. Delete the third paragraph and replace with the following: "From each progress estimate, five (5) percent will be retained by the Agency, and the remainder less the amount of all previous payments will be paid." Add to this section: "Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." The Contractor shall fully comply with the following ARCHITECT'S TECHNICAL SPECIFICATIONS which augments, but are not referenced to, sections of the Standard Specifications for Public Works Construction. Page 10 of 10 CITY OF NEWPORT BEACH RM ARCHITECTURE LIBRARY RESTROOM REMODEL PROJECTS SEPTEMBER, 2016 DIVISION 1 - GENERAL CONDITIONS 011000 SUMMARY 01 2000 PRICE AND PAYMENT PROCEDURES 01 3000 ADMINISTRATIVE REQUIREMENTS 013216 CONSTRUCTION PROGRESS SCHEDULE 01 4000 QUALITY REQUIREMENTS 01 5000 TEMPORARY FACILITIES AND CONTROLS 01 6000 PRODUCT REQUIREMENTS 01 7000 EXECUTION AND CLOSEOUT REQUIREMENTS 01 7800 CLOSEOUT SUBMITTALS 01 7900 DEMONSTRATION AND TRAINING DIVISION 2 - EXISTING CONDITIONS 024100 DEMOLITION DIVISION 6 - WOOD, PLASTICS, AND COMPOSITES 066510 SOLID SURFACE FABRICATIONS DIVISION 7 -THERMAL AND MOISTURE PROTECTION 079005 JOINT SEALERS DIVISION 8 - OPENINGS 086250 TUBULAR DAYLIGHT DEVICE DIVISION 9 - FINISHES 092116 GYPSUM BOARD ASSEMBLIES 093000 CERAMIC TILE 095110 SUSPENDED ACOUSTICAL CEILINGS 099000 PAINTING AND COATING DIVISION 10 - SPECIALTIES 102113 TOILET PARTITIONS 102800 TOILET, BATH, AND LAUNDRY ACCESSORIES 104000 IDENTIFICATION DEVICES TABLE OF CONTENTS 000000-1 RM ARCHITECTURE SEPTEMBER, 2016 DIVISION 22 - PLUMBING CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS 220503 PIPES AND TUBES FOR PLUMBING PIPING AND EQUIPMENT 220523 GENERAL DUTY VALVES FOR PLUMBING PIPING 220529 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT 220553 IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT 220700 PLUMBING INSULATION 224000 PLUMBING FIXTURES DIVISION 26 - ELECTRICAL 260503 ELECTRICAL DEMOLITION 260500 COMMON WORK RESULTS FOR ELECTICAL 260519 LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260526 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 260529 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 260533 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS 260548 SEISMIC CONTROLS FOR ELECTRICAL WORK 260553 IDENTIFICATION FOR ELECTRICAL SYSTEMS 000000-2 TABLE OF CONTENTS CITY OF NEWPORT BEACH RM ARCHITECTURE LIBRARY RESTROOM REMODEL PROJECTS SEPTEMBER, 2016 SECTION 01 1000 SUMMARY PART 1GENERAL 1.01 PROJECT A. Project Name: Newport Beach Library Restroom Remodels B. Owner's Name: City of Newport Beach C. Architect's Name: RM Architecture D. The Project consists of the demolition and improvement of restrooms located at two (2) City of Newport Beach libraries: 1. Central Branch Library: Demolition and remodel of existing first floor public restrooms employ restrooms, and children's restrooms (3 locations). a. 1000 Avocado Avenue, Newport Beach, CA 2. Mariners Branch Library: Demolition and remodel of existing first floor public restrooms. a. 1300 Irvine Boulevard, Newport Beach, CA 1.02 CONTRACT DESCRIPTION A. Contract Type: A single prime contract based on a Stipulated Price as described in the General Conditions of the Contract. 1.03 OWNER OCCUPANCY A. Owner intends to occupy the Project upon Substantial Completion. B. Cooperate with Owner to minimize conflict and to facilitate Owner's operations. C. Schedule the Work to accommodate Owner occupancy. PART 2 PRODUCTS — NOT USED PART 3 EXECUTION — NOT USED END OF SECTION SUMMARY 01 1000-1 CITY OF NEWPORT BEACH RM ARCHITECTURE LIBRARY RESTROOM REMODEL PROJECTS SEPTEMBER, 2016 SECTION 01 2000 PRICE AND PAYMENT PART 1GENERAL 1.01 SECTION INCLUDES A. Procedures for preparation and submittal of applications for progress payments. B. Documentation of changes in Contract Price and Contract Time. C. Change procedures. D. Procedures for preparation and submittal of application for final payment. 1.02 SCHEDULE OF VALUES A. Electronic media printout including equivalent information will be considered in lieu of standard form specified, submit sample to Architect for approval. B. Forms filled out by hand will not be accepted. C. Submit Schedule of Values in duplicate within 15 days after date of Owner -Contractor Agreement. D. Include separately from each line item, a direct proportional amount of Contractor's overhead and profit. E. Revise schedule to list approved Change Orders, with each Application For Payment. fl[rk�e��»I9:11L�7�[ i7 7�3�Z�7 7 ��75 it�il �YfI A. Payment Period: Submit at intervals stipulated in the Agreement. B. Electronic media printout including equivalent information will be considered in lieu of standard form specified. submit sample to Architect for approval. C. Forms filled out by hand will not be accepted. D. Execute certification by signature of authorized officer. E. List each authorized Change Order as a separate line item, listing Change Order number and dollar amount as for an original item of Work. F. Submit three copies of each Application for Payment. G. When Architect requires substantiating information, submit data justifying dollar amounts in question. Provide one copy of data with cover letter for each copy of submittal. Show application number and date, and line item by number and description. PRICE AND PAYMENT PROCEDURES 01 2000-1 RM ARCHITECTURE SEPTEMBER, 2016 1.04 MODIFICATION PROCEDURES CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS A. For minor changes not involving an adjustment to the Contract Price or Contract Time, Architect will issue instructions directly to Contractor. B. For other required changes, Architect will issue a document signed by Owner instructing Contractor to proceed with the change, for subsequent inclusion in a Change Order. 1. The document will describe the required changes and will designate method of determining any change in Contract Price or Contract Time. 2. Promptly execute the change. C. For changes for which advance pricing is desired, Architect will issue a document that includes a detailed description of a proposed change with supplementary or revised drawings and specifications, a change in Contract Time for executing the change with a stipulation of any overtime work required and the period of time during which the requested price will be considered valid. Contractor shall prepare and submit a fixed price quotation within five (5) days. D. Contractor may propose a change by submitting a request for change to Architect, describing the proposed change and its full effect on the Work, with a statement describing the reason for the change, and the effect on the Contract Price and Contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. Document any requested substitutions in accordance with Section 016000, E. Computation of Change in Contract Amount: As specified in the Agreement and Conditions of the Contract. F. Substantiation of Costs: Provide full information required for evaluation. 1. Provide the following data: a. Overhead and profit. b. Justification for any change in Contract Time. C. Credit for deletions from Contract, similarly documented. 2. Support each claim for additional costs with additional information: a. Origin and date of claim. b. Dates and times work was performed, and by whom. C. Invoices and receipts for products, equipment, and subcontracts, similarly documented. 3. For Time and Material work, submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. G. Execution of Change Orders: Architect will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. Promptly revise progress schedules to reflect any change in Contract Time, revise sub - schedules to adjust times for other items of work affected by the change, and resubmit. 01 2000-2 PRICE AND PAYMENT PROCEDURES CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS 1.05 APPLICATION FOR FINAL PAYMENT RM ARCHITECTURE SEPTEMBER, 2016 A. Application for Final Payment will not be considered until the following have been accomplished: 1. All closeout procedures specified in Section 01 7000. 2. Waiver or release of lien rights for all contractors supplying work or products to the project. PART 2 PRODUCTS — NOT USED PART 3 EXECUTION — NOT USED END OF SECTION PRICE AND PAYMENT PROCEDURES 01 2000-3 CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS SECTION 01 3000 ADMINISTRATIVE REQUIREMENTS PART 1GENERAL 1.01 SECTION INCLUDES A. Preconstruction meeting. B. Progress meetings. C. Submittals for review, information, and project closeout. D. Submittal Procedures. 1.02 RELATED REQUIREMENTS RM ARCHITECTURE SEPTEMBER, 2016 A. Section 01 3216 - Construction Progress Schedule: Form, content, and administration of schedules. B. Section 01 7000 - Execution and Closeout Requirements: Additional coordination requirements. C. Section 01 7800 - Closeout Submittals: Project record documents. 1.03 PROJECT COORDINATION A. Project Coordinator: Construction Manager. B. Cooperate with the Project Coordinator in allocation of mobilization areas of site; for field offices and sheds, for construction access, traffic, and parking facilities. C. During construction, coordinate use of site and facilities through the Project Coordinator. D. Comply with Project Coordinator's procedures for intra -project communications; submittals, reports and records, schedules, coordination drawings, and recommendations; and resolution of ambiguities and conflicts. E. Comply with instructions of the Project Coordinator for use of temporary utilities and construction facilities. F. Coordinate field engineering and layout work under instructions of the Project Coordinator. ADMINISTRATIVE REQUIREMENTS 01 3000-1 RM ARCHITECTURE SEPTEMBER, 2016 CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS G. Make the following types of submittals to Architect through the Project Coordinator: 1. Requests for interpretation. 2. Requests for substitution. 3. Shop drawings, product data, and samples. 4. Test and inspection reports. 5. Manufacturer's instructions and field reports. 6. Applications for payment and change order requests. 7. Progress schedules. 8. Coordination drawings. 9. Closeout submittals. PART 2 PRODUCTS — NOT USED PART 3 EXECUTION 3.01 PRECONSTRUCTION MEETING A. Owner will schedule a meeting after Notice of Award. B. Attendance Required: 1. Owner 2. Architect/Engineer 3. Contractor C. Agenda: 1. Execution of Owner -Contractor Agreement, 2. Submission of executed bonds and insurance certificates. 3. Distribution of Contract Documents. 4. Submission of list of Subcontractors, list of Products, schedule of values, and progress schedule. 5. Designation of personnel representing the parties to Contract, Owner and Architect. 6. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders, and Contract closeout procedures. 7. Scheduling. 8. Scheduling activities of special testing and inspections. 9. Coordinate field engineering and layout work under instructions of the Project Coordinator. D. Record minutes and distribute copies within two days after meeting to participants, with two copies to Architect, Engineer, Owner, participants, and those affected by decisions made. 3.02 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at maximum monthly intervals. B. Attendance Required: Job superintendent, major Subcontractors and suppliers, Owner, Architect, as appropriate to agenda topics for each meeting. 01 3000-2 ADMINISTRATIVE REQUIREMENTS CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS RM ARCHITECTURE SEPTEMBER, 2016 C. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems that impede, or will impede, planned progress. 5. Review of submittals schedule and status of submittals. 6. Maintenance of progress schedule. 7. Corrective measures to regain projected schedules. 8. Planned progress during succeeding work period. 9. Maintenance of quality and work standards. 10. Effect of proposed changes on progress schedule and coordination. 11. Other business relating to Work. D. Record minutes and distribute copies within two days after meeting to participants, with two copies to Architect, Owner, participants, and those affected by decisions made. 3.03 SUBMITTALS FOR REVIEW A. When the following are specified in individual sections, submit them for review: 1. Product data. 2. Shop drawings. 3. Samples for selection. 4. Samples for verification. B. Submit to Architect for review for the limited purpose of checking for conformance with information given and the design concept expressed in the contract documents. C. Samples will be reviewed only for aesthetic, color, or finish selection. D. After review, provide copies and distribute in accordance with SUBMITTAL PROCEDURES article below and for record documents purposes described in Section 01 7800 -CLOSEOUT SUBMITTALS. 3.04 SUBMITTALS FOR INFORMATION A. When the following are specified in individual sections, submit them for information: 1. Design data. 2. Certificates. 3. Test reports. 4. Inspection reports. 5. Manufacturer's instructions. 6. Manufacturer's field reports. 7. Other types indicated. B. Submit for Architect's knowledge as contract administrator or for Owner. No action will be taken. ADMINISTRATIVE REQUIREMENTS 01 3000-3 RM ARCHITECTURE SEPTEMBER, 2016 3.05 SUBMITTALS FOR PROJECT CLOSEOUT CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS A. When the following are specified in individual sections, submit them at project closeout: 1. Project record documents. 2. Operation and maintenance data. 3. Warranties. 4. Bonds. 5. Other types as indicated. B. Submit for Owner's benefit during and after project completion. 3.06 NUMBER OF COPIES FOR SUBMITTAL A. Documents for Review: 1. Small Size Sheets, Not Larger Than B-1/2 x 11 inches (215 x280 mm): Submit the number of copies that Contractor requires, plus two copies that will be retained by Architect. B. Documents for Information: Submit two copies. C. Documents for Project Closeout: Make one reproduction of submittal originally reviewed. Submit one extra of submittals for information. D. Samples: Submit the number specified in individual specification sections; one of which will be retained by Architect. 1. After review, produce duplicates. 2. Retained samples will not be returned to Contractor unless specifically so stated. 3.07 SUBMITTAL PROCEDURES A. Transmit each submittal with approved form. B. Sequentially number the transmittal form. Revise submittals with original number and a sequential alphabetic suffix. C. Identify Project, Contractor, Subcontractor or supplier; pertinent drawing and detail number, and specification section number, as appropriate on each copy. D. Apply Contractor's stamp, signed or initialed certifying that review, approval, verification of Products required, field dimensions, adjacent construction Work, and coordination of information is in accordance with the requirements of the Work and Contract Documents. E. Schedule submittals to expedite the Project, and coordinate submission of related items. F. For each submittal for review, allow 15 days excluding delivery time to and from the Contractor. G. Identify variations from Contract Documents and Product or system limitations that may be detrimental to successful performance of the completed Work. H. Provide space for Contractor and Architect review stamps. END OF SECTION 01 3000-4 ADMINISTRATIVE REQUIREMENTS CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS SECTION 01 3216 CONSTRUCTION PROGRESS SCHEDULE PART IGENERAL 1.01 SECTION INCLUDES A. Construction progress schedule, bar chart type. 1.02 SUBMITTALS RM ARCHITECTURE SEPTEMBER, 2016 A. Within 10 days after date of Agreement, submit preliminary schedule defining planned operations for the first 60 days of Work, with a general outline for remainder of Work. B. If preliminary schedule requires revision after review, submit revised schedule within 10 days. C. Within 20 days after review of preliminary schedule, submit draft of proposed complete schedule for review. 1. Include written certification that major contractors have reviewed and accepted proposed schedule. D. Within 10 days after joint review, submit complete schedule. E. Submit updated schedule with each Application for Payment. F. Submit the number of opaque reproductions that Contractor requires, plus two copies that will be retained by Architect. 1.03 SCHEDULE FORMAT A. Listings: In chronological order according to the start date for each activity. Identify each activity with the applicable specification section number. B. Scale and Spacing: To allow for notations and revisions. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 CONTENT A. Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction. B. Identify each item by specification section number. C. Show accumulated percentage of completion of each item, and total percentage of Work completed, as of the first day of each month. D. Provide legend for symbols and abbreviations used. CONSTRUCTION PROGRESS SCHEDULE 01 3216-1 RM ARCHITECTURE SEPTEMBER, 2016 3.02 BAR CHARTS CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS A. Include a separate bar for each major portion of Work or operation. B. Identify the first work day of each week. 3.03 UPDATING SCHEDULE A. Maintain schedules to record actual start and finish dates of completed activities. B. Indicate progress of each activity to date of revision, with projected completion date of each activity. C. Annotate diagrams to graphically depict current status of Work. D. Identify activities modified since previous submittal, major changes in Work, and other identifiable changes. E. Indicate changes required to maintain Date of Substantial Completion. Submit reports required to support recommended changes. 3.04 DISTRIBUTION OF SCHEDULE A. Distribute copies of updated schedules to Contractor's project site file, to Subcontractors, suppliers, Architect, Owner, and other concerned parties. B. Instruct recipients to promptly report, in writing, problems anticipated by projections shown in schedules. END OF SECTION 013216-2 CONSTRUCTION PROGRESS SCHEDULE CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS SECTION 01 4000 QUALITY REQUIREMENTS PART 1GENERAL 1.01 SECTION INCLUDES A. References and standards. B. Mock-ups. C. Control of installation. D. Testing and inspection services. E. Manufacturers' field services. RM ARCHITECTURE SEPTEMBER, 2016 1.02 RELATED REQUIREMENTS A. Section 01 3000 - Administrative Requirements: Submittal procedures. B. Section 01 6000 - Product Requirements: Requirements for material and product quality. 1.03 REFERENCES AND STANDARDS A. For products and workmanship specified by reference to a document or documents not included in the Project Manual, also referred to as reference standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes. B. Conform to reference standard of date of issue current on date of Contract Documents, except where a specific date is established by applicable code. C. Obtain copies of standards where required by product specification sections. D. Maintain copy at project site during submittals, planning, and progress of the specific work, until Substantial Completion. E. Should specified reference standards conflict with Contract Documents, request clarification from Architect before proceeding. F. Neither the contractual relationships, duties, or responsibilities of the parties in Contract nor those of Architect shall be altered from the Contract Documents by mention or inference otherwise in any reference document. 1.04 TESTING AND INSPECTION AGENCIES A. Owner will employ and pay for services of an independent testing agency to perform specified testing and inspection. B. Employment of agency in no way relieves Contractor of obligation to perform Work in accordance with requirements of Contract Documents. QUALITY REQUIREMENTS 01 4000-1 RM ARCHITECTURE SEPTEMBER, 2016 17-11:1 dPa ] :Z*] 9111114 &M Z [ol all -1:4 7 17-11:11 141 *N:10111110101 Z K][iytK�RIII I I*]S0]yl\6IIFi1IA_111111 WZI CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Architect before proceeding. D. Comply with specified standards as minimum quality for the Work except where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Have Work performed by persons qualified to produce required and specified quality. F. Verify that field measurements are as indicated on shop drawings or as instructed by the manufacturer. G. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, and disfigurement. 3.02 MOCK-UPS A. Tests will be performed under provisions identified in this section and identified in the respective product specification sections. B. Assemble and erect specified items with specified attachment and anchorage devices, flashings, seals, and finishes. C. Accepted mock-ups shall be a comparison standard for the remaining Work. D. Where mock-up has been accepted by Architect and is specified in product specification sections to be removed, remove mock-up and clear area when directed to do so. 3.03 TESTING AND INSPECTION A. See individual specification sections for testing required. 014000-2 QUALITY REQUIREMENTS CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS RM ARCHITECTURE SEPTEMBER, 2016 B. Testing Agency Duties: 1. Test samples of mixes submitted by Contractor. 2. Provide qualified personnel at site. Cooperate with Architect and Contractor in performance of services. 3. Perform specified sampling and testing of products in accordance with specified standards. 4. Ascertain compliance of materials and mixes with requirements of Contract Documents. 5. Promptly notify Architect and Contractor of observed irregularities or non- conformance of Work or products. 6. Perform additional tests and inspections required by Architect. 7. Submit reports of all tests/inspections specified. C. Limits on Testing/Inspection Agency Authority: 1. Agency may not release, revoke, alter, or enlarge on requirements of Contract Documents. 2. Agency may not approve or accept any portion of the Work. 3. Agency may not assume any duties of Contractor. 4. Agency has no authority to stop the Work. D. Contractor Responsibilities: 1. Deliver to agency at designated location, adequate samples of materials proposed to be used that require testing, along with proposed mix designs. 2. Cooperate with laboratory personnel, and provide access to the Work and to manufacturers' facilities. 3. Provide incidental labor and facilities: a. To provide access to Work to be tested/inspected. b. To obtain and handle samples at the site or at source of Products to be tested/inspected. C. To facilitate tests/inspections. d. To provide storage and curing of test samples. 4. Notify Architect and laboratory 24 hours prior to expected time for operations requiring testing/inspection services. 5. Employ services of an independent qualified testing laboratory and pay for additional samples, tests, and inspections required by Contractor beyond specified requirements. 6. Arrange with Owner's agency and pay for additional samples, tests, and inspections required by Contractor beyond specified requirements. E. Re -testing required because of non-conformance to specified requirements shall be performed by the same agency on instructions by Architect. F. Re -testing required because of non-conformance to specified requirements shall be paid for by Contractor. 3.04 MANUFACTURERS' FIELD SERVICES A. When specified in individual specification sections, require material or product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment, test, adjust and balance of equipment as applicable, and to initiate instructions when necessary. QUALITY REQUIREMENTS 01 4000-3 RM ARCHITECTURE CITY OF NEWPORT BEACH SEPTEMBER, 2016 LIBRARY RESTROOM REMODEL PROJECTS B. Report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers' written instructions. 3.05 DEFECT ASSESSMENT A. Replace Work or portions of the Work not conforming to specified requirements. B. If, in the opinion of Architect, it is not practical to remove and replace the Work, Architect will direct an appropriate remedy or adjust payment. END OF SECTION 014000-4 QUALITY REQUIREMENTS CITY OF NEWPORT BEACH RM ARCHITECTURE LIBRARY RESTROOM REMODEL PROJECTS SEPTEMBER, 2016 SECTION 01 5000 TEMPORARY FACILITIES AND CONTROLS PART 1GENERAL 1.01 SECTION INCLUDES A. Temporary utilities. B. Temporary telecommunications services. C. Temporary sanitary facilities. D. Temporary Controls: Barriers, enclosures, and fencing. E. Security requirements. F. Vehicular access and parking. G. Waste removal facilities and services. H. Project identification sign. I. Field offices. 1.02 TEMPORARY UTILITIES - See Section 01 5100 A. Provide and pay for all electrical power, lighting, water, heating and cooling, and ventilation required for construction purposes. B. Use trigger -operated nozzles for water hoses, to avoid waste of water. 1.03 TELECOMMUNICATIONS SERVICES A. Provide, maintain, and pay for telecommunications services to field office at time of project mobilization. B. Telecommunications services shall include: 1. Telephone Land Lines: One line, minimum; one handset per line. 2. Internet Connections: Minimum of one; DSL modem or faster. 3. Email: Account/address reserved for project use. 4. Facsimile Service: Minimum of one dedicated fax machine/printer, with dedicated phone line. 1.04 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. Provide at time of project mobilization. B. Maintain daily in clean and sanitary condition. TEMPORARY FACILITIES AND CONTROLS 01 5000.1 RM ARCHITECTURE SEPTEMBER, 2016 1.05 BARRIERS CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS A. Provide barriers to prevent unauthorized entry to construction areas, to prevent access to areas that could be hazardous to workers or the public, to allow for owner's use of site and to protect existing facilities and adjacent properties from damage from construction operations and demolition. B. Provide barricades and covered walkways required by governing authorities for public rights-of-way and for public access to existing building. C. Protect non -owned vehicular traffic, stored materials, site, and structures from damage. 1.06 FENCING A. Provide 6 foot (1.8 m) high fence around construction site; equip with vehicular and pedestrian gates with locks. 1. Coordinate access requirements with Owner 1.07 SECURITY - See Section 01 3553 A. Provide security and facilities to protect Work, and Owner's operations from unauthorized entry, vandalism, or theft. 1.08 VEHICULAR ACCESS AND PARKING A. Coordinate access and haul routes with governing authorities and Owner. B. Provide and maintain access to fire hydrants, free of obstructions. C. Provide means of removing mud from vehicle wheels before entering streets. D. Provide temporary parking areas to accommodate construction personnel. When site space is not adequate, provide additional off-site parking. 1.09 WASTE REMOVAL A. Provide waste removal facilities and services as required to maintain the site in clean and orderly condition. B. Provide containers with lids. Remove trash from site periodically. C. If materials to be recycled or re -used on the project must be stored on-site, provide suitable non-combustible containers; locate containers holding flammable material outside the structure unless otherwise approved by the authorities having jurisdiction. D. Open free -fall chutes are not permitted. Terminate closed chutes into appropriate containers with lids. 01 5000-2 TEMPORARY FACILITIES AND CONTROLS CITY OF NEWPORT BEACH RM ARCHITECTURE LIBRARY RESTROOM REMODEL PROJECTS SEPTEMBER, 2016 1.10 PROJECT IDENTIFICATION A. Provide project identification sign of design and construction indicated on Drawings. B. Erect on site at location indicated. C. No other signs are allowed without Owner permission except those required by law. 1.11 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary utilities, equipment, facilities, materials, prior to Substantial Completion inspection. B. Remove underground installations to a minimum depth of 2 feet (600 mm). Grade site as indicated. C. Clean and repair damage caused by installation or use of temporary work. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION TEMPORARY FACILITIES AND CONTROLS 01 5000-3 CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS SECTION 01 6000 PRODUCT REQUIREMENTS PART 1GENERAL 1.01 SECTION INCLUDES RM ARCHITECTURE SEPTEMBER, 2016 A. General product requirements. B. Re -use of existing products. C. Transportation, handling, storage and protection. D. Product option requirements. E. Substitution limitations and procedures. F. Procedures for Owner -supplied products. G. Maintenance materials, including extra materials, spare parts, tools, and software. 1.02 RELATED REQUIREMENTS A. Section 01 4000 - Quality Requirements: Product quality monitoring. 1.03 SUBMITTALS A. Product Data Submittals: Submit manufacturer's standard published data. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information specific to this Project. Shop Drawing Submittals: Prepared specifically for this Project; indicate utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. C. Sample Submittals: Illustrate functional and aesthetic characteristics of the product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. 1. For selection from standard finishes, submit samples of the full range of the manufacturer's standard colors, textures, and patterns. PART 2 PRODUCTS 2.01 EXISTING PRODUCTS A. Do not use materials and equipment removed from existing premises unless specifically required or permitted by the Contract Documents. B. Unforeseen historic items encountered remain the property of the Owner, notify Owner promptly upon discovery; protect, remove, handle, and store as directed by Owner. PRODUCT REQUIREMENTS 01 6000-1 RM ARCHITECTURE CITY OF NEWPORT BEACH SEPTEMBER, 2016 LIBRARY RESTROOM REMODEL PROJECTS C. Existing materials and equipment indicated to be removed, but not to be re -used, relocated, reinstalled, delivered to the Owner, or otherwise indicated as to remain the property of the Owner, become the property of the Contractor; remove from site. 2.02 NEW PRODUCTS A. Provide new products unless specifically required or permitted by the Contract Documents. B. Do not use products having any of the following characteristics: 1. Made using or containing CFC's or HCFC's. 2.03 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Use any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Use a product of one of the manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named. 2.04 MAINTENANCE MATERIALS A. Furnish extra materials, spare parts, tools, and software of types and in quantities specified in individual specification sections. B. Deliver to Project site; obtain receipt prior to final payment. PART 3 EXECUTION 3.01 SUBSTITUTION PROCEDURES A. Instructions to Bidders specify time restrictions for submitting requests for substitutions during the bidding period. Comply with requirements specified in this section. 1. The burden of proof as to the equality of any material, process or article shall rest with the Contractor, and the Contractor shall submit all data substantiating a request for an 'or equal' substitution item as provided in Section 3400 of the Public Contract Code. B. Substitutions will not be considered when a product becomes unavailable through no fault of the Contractor. C. Document each request with complete data substantiating compliance of proposed substitution with Contract Documents. 01 6000-2 PRODUCT REQUIREMENTS CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS RM ARCHITECTURE SEPTEMBER, 2016 D. A request for substitution constitutes a representation that the submitter: 1. Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product. 2. Will provide the same warranty for the substitution as for the specified product. 3. Will coordinate installation and make changes to other Work that may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension that may subsequently become apparent. 5. Will reimburse Owner and Architect for review or redesign services associated with re -approval by authorities. E. Substitution Submittal Procedure: 1. Submit three copies of request for substitution for consideration. Limit each request to one proposed substitution. 2. Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence. Burden of proof is on proposer. 3. The Architect will notify Contractor in writing of decision to accept or reject request. 3.02 OWNER -SUPPLIED PRODUCTS A. Owner's Responsibilities: 1. Arrange for and deliver Owner reviewed shop drawings, product data, and samples, to Contractor. 2. Arrange and pay for product delivery to site. 3. On delivery, inspect products jointly with Contractor. 4. Submit claims for transportation damage and replace damaged, defective, or deficient items. 5. Arrange for manufacturers' warranties, inspections, and service. B. Contractor's Responsibilities: 1. Review Owner reviewed shop drawings, product data, and samples. 2. Receive and unload products at site; inspect for completeness or damage jointly with Owner. 3. Handle, store, install and finish products. 4. Repair or replace items damaged after receipt. 3.03 TRANSPORTATION AND HANDLING A. Coordinate schedule of product delivery to designated prepared areas in order to minimize site storage time and potential damage to stored materials. B. Transport and handle products in accordance with manufacturer's instructions. C. Transport materials in covered trucks to prevent contamination of product and littering of surrounding areas. D. Promptly inspect shipments to ensure that products comply with requirements, quantities are correct, and products are undamaged. E. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. PRODUCT REQUIREMENTS 01 6000-3 RM ARCHITECTURE CITY OF NEWPORT BEACH SEPTEMBER, 2016 LIBRARY RESTROOM REMODEL PROJECTS F. Arrange for the return of packing materials, such as wood pallets, where economically feasible. 3.04 STORAGE AND PROTECTION A. Designate receiving/storage areas for incoming products so that they are delivered according to installation schedule and placed convenient to work area in order to minimize waste due to excessive materials handling and misapplication. B. Store and protect products in accordance with manufacturers' instructions. C. Store with seals and labels intact and legible. D. Store sensitive products in weather tight, climate controlled, enclosures in an environment favorable to product. E. For exterior storage of fabricated products, place on sloped supports above ground. F. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to prevent condensation and degradation of products. G. Prevent contact with material that may cause corrosion, discoloration, or staining. H. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. Arrange storage of products to permit access for inspection. Periodically inspect to verify products are undamaged and are maintained in acceptable condition. END OF SECTION 01 6000-4 PRODUCT REQUIREMENTS CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS SECTION 01 7000 EXECUTION AND CLOSEOUT REQUIREMENTS PART 1GENERAL 1.01 SECTION INCLUDES RM ARCHITECTURE SEPTEMBER, 2016 A. Examination, preparation, and general installation procedures. B. Pre -installation meetings. C. Cutting and patching. D. Surveying for laying out the work. E. Cleaning and protection. F. Starting of systems and equipment. G. Demonstration and instruction of Owner personnel. H. Closeout procedures, except payment procedures. I. General requirements for maintenance service. 1.02 RELATED REQUIREMENTS A. Section 01 3000 -Administrative Requirements: Submittals procedures. B. Section 01 4000 - Quality Requirements: Testing and inspection procedures. C. Section 01 5100 - Temporary Utilities: Temporary heating, cooling, and ventilating facilities. D. Section 01 5713 - Temporary Erosion and Sedimentation Control: Additional erosion and sedimentation control requirements. E. Section 01 7500 - Closeout Submittals: Project record documents, operation and maintenance data, warranties and bonds. 1.03 SUBMITTAL REQUIREMENTS A. See Section 01 3000 -Administrative Requirements, for submittal procedures. B. Survey work: Submit name, address, and telephone number of Surveyor before starting survey work. 1. On request, submit documentation verifying accuracy of survey work. 2. Submit a copy of site drawing signed by the Land Surveyor, that the elevations and locations of the work are in conformance with Contract Documents. 3. Submit surveys and survey logs for the project record. EXECUTION AND CLOSEOUT REQUIREMENTS 01 7000-1 RM ARCHITECTURE SEPTEMBER, 2016 CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS C. Cutting and Patching: Submit written request in advance of cutting or alteration that affects: 1. Structural integrity of any element of Project. 2. Integrity of weather exposed or moisture resistant element. 3. Efficiency, maintenance, or safety of any operational element. 4. Visual qualities of sight exposed elements. 5. Work of Owner or separate Contractor. D. Project Record Documents: Accurately record actual locations of capped and active utilities. 1.04 QUALIFICATIONS A. For survey work, employ a land surveyor registered in the State in which the Project is located and acceptable to Architect. Submit evidence of Surveyor's Errors and Omissions insurance coverage in the form of an Insurance Certificate. B. For field engineering, employ a professional engineer of the discipline required for specific service on Project, licensed in the State in which the Project is located. 1.05 PROJECT CONDITIONS A. Use of explosives is not permitted. B. Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain pumping equipment. C. Protect site from puddling or running water. Provide water barriers as required to protect .site from soil erosion. D. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors, or gases. E. Dust Control: Execute work by methods to minimize raising dust from construction operations. Provide positive means to prevent air -borne dust from dispersing into atmosphere and over adjacent property. Erosion and Sediment Control: Plan and execute work by methods to control surface drainage from cuts and fills, from borrow and waste disposal areas. Prevent erosion and sedimentation. G. Pest and Rodent Control: Provide methods, means, and facilities to prevent pests and insects from damaging the work. H. Rodent Control: Provide methods, means, and facilities to prevent rodents from accessing or invading premises. Pollution Control: Provide methods, means, and facilities to prevent contamination of soil, water, and atmosphere from discharge of noxious, toxic substances, and pollutants produced by construction operations. Comply with federal, state, and local regulations. 01 7000-2 EXECUTION AND CLOSEOUT REQUIREMENTS CITY OF NEWPORT BEACH RM ARCHITECTURE LIBRARY RESTROOM REMODEL PROJECTS SEPTEMBER, 2016 1.06 COORDINATION A. See Section 01 1000 for occupancy -related requirements. B. Coordinate scheduling, submittals, and work of the various sections of the Project Manual to ensure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. C. Notify affected utility companies and comply with their requirements. D. Verify that utility requirements and characteristics of new operating equipment are compatible with building utilities. Coordinate work of various sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment. E. Coordinate space requirements, supports, and installation of mechanical and electrical work that are indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit, as closely as practicable; place runs parallel with lines of building. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. F. In finished areas except as otherwise indicated, conceal pipes, ducts, and wiring within the construction. Coordinate locations of fixtures and outlets with finish elements. G. Coordinate completion and clean-up of work of separate sections. H. After Owner occupancy of premises, coordinate access to site for correction of defective work and work not in accordance with Contract Documents, to minimize disruption of Owner's activities. PART 2 PRODUCTS 2.01 PATCHING MATERIALS A. New Materials: As specified in product sections; match existing products and work for patching and extending work. B. Type and Quality of Existing Products: Determine by inspecting and testing products where necessary, referring to existing work as a standard. C. Product Substitution: For any proposed change in materials, submit request for substitution described in Section 016000. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent work. Start of work means acceptance of existing conditions. B. Verify that existing substrate is capable of structural support or attachment of new work being applied or attached. EXECUTION AND CLOSEOUT REQUIREMENTS 01 7000-3 RM ARCHITECTURE CITY OF NEWPORT BEACH SEPTEMBER, 2016 LIBRARY RESTROOM REMODEL PROJECTS C. Examine and verify specific conditions described in individual specification sections. D. Take field measurements before confirming product orders or beginning fabrication, to minimize waste due to over -ordering or misfabrication. E. Verify that utility services are available, of the correct characteristics, and in the correct locations. Prior to Cutting: Examine existing conditions prior to commencing work, including elements subject to damage or movement during cutting and patching. After uncovering existing work, assess conditions affecting performance of work. Beginning of cutting or patching means acceptance of existing conditions. 3.02 PREPARATION A. Clean substrate surfaces prior to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. 3.03 PREINSTALLATION MEETINGS A. When required in individual specification sections, convene a preinstallation meeting at the site prior to commencing work of the section. B. Require attendance of parties directly affecting, or affected by, work of the specific section. C. Notify Architect four days in advance of meeting date. D. Prepare agenda and preside at meeting: 1. Review conditions of examination, preparation and installation procedures. 2. Review coordination with related work. E. Record minutes and distribute copies within two days after meeting to participants, with two copies to Architect, Owner, participants, and those affected by decisions made. 3.04 LAYING OUT THE WORK A. Verify locations of survey control points prior to starting work. B. Promptly notify Architect of any discrepancies discovered. C. Protect survey control points prior to starting site work; preserve permanent reference points during construction. D. Promptly report to Architect the loss or destruction of any reference point or relocation required because of changes in grades or other reasons. E. Replace dislocated survey control points based on original survey control. Make no changes without prior written notice to Architect. 017000-4 EXECUTION AND CLOSEOUT REQUIREMENTS CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS RM ARCHITECTURE SEPTEMBER, 2016 F. Utilize recognized engineering survey practices. G. Establish elevations, lines and levels. Locate and lay out by instrumentation and similar appropriate means: 1. Site improvements including pavements; stakes for grading, fill and topsoil placement; utility locations, slopes, and invert elevations. 2. Grid or axis for structures. 3. Building foundation, column locations, and ground floor elevations, and. H. Periodically verify layouts by same means. Maintain a complete and accurate log of control and survey work as it progresses. 3.05 GENERAL INSTALLATION REQUIREMENTS A. Install products as specified in individual sections, in accordance with manufacturer's instructions and recommendations, and so as to avoid waste due to necessity for replacement. B. Make vertical elements plumb and horizontal elements level, unless otherwise indicated. C. Install equipment and fittings plumb and level, neatly aligned with adjacent vertical and horizontal lines, unless otherwise indicated. D. Make consistent texture on surfaces, with seamless transitions, unless otherwise indicated. E. Make neat transitions between different surfaces, maintaining texture and appearance. 3.06 CUTTING AND PATCHING A. Whenever possible, execute the work by methods that avoid cutting or patching. B. Perform whatever cutting and patching is necessary to: 1. Complete the work. 2. Fit products together to integrate with other work. 3. Provide openings for penetration of mechanical, electrical, and other services. 4. Match work that has been cut to adjacent work. 5. Repair areas adjacent to cuts to required condition. 6. Repair new work damaged by subsequent work. 7. Remove samples of installed work for testing when requested. 8. Remove and replace defective and non -conforming work. C. Execute work by methods that avoid damage to other work and that will provide appropriate surfaces to receive patching and finishing. In existing work, minimize damage and restore to original condition. D. Employ original installer to perform cutting for weather exposed and moisture resistant elements, and sight exposed surfaces. EXECUTION AND CLOSEOUT REQUIREMENTS 01 70005 RM ARCHITECTURE CITY OF NEWPORT BEACH SEPTEMBER, 2016 LIBRARY RESTROOM REMODEL PROJECTS E. Cut rigid materials using masonry saw or core drill. Pneumatic tools not allowed without prior approval. Restore work with new products in accordance with requirements of Contract Documents. G. Fit work air tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. H. At penetrations of fire rated walls, partitions, ceiling, or floor construction, completely seal voids with fire rated material in accordance with Section 07 8400, to full thickness of the penetrated element. Patching: 1. Finish patched surfaces to match finish that existed prior to patching. On continuous surfaces, refinish to nearest intersection or natural break. For an assembly, refinish entire unit. 2. Match color, texture, and appearance. 3. Repair patched surfaces that are damaged, lifted, discolored, or showing other imperfections due to patching work. If defects are due to condition of substrate, repair substrate prior to repairing finish. 3.07 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces, prior to enclosing the space. C. Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to eliminate dust. D. Collect and remove waste materials, debris, and trash/rubbish from site periodically and dispose off-site; do not burn or bury. 3.08 PROTECTION OF INSTALLED WORK A. Protect installed work from damage by construction operations. B. Provide special protection where specified in individual specification sections. C. Provide temporary and removable protection for installed products. Control activity in immediate work area to prevent damage. D. Provide protective coverings at walls, projections, jambs, sills, and soffits of openings. E. Protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. 01 7000-6 EXECUTION AND CLOSEOUT REQUIREMENTS CITY OF NEWPORT BEACH RM ARCHITECTURE LIBRARY RESTROOM REMODEL PROJECTS SEPTEMBER, 2016 G. Remove protective coverings when no longer needed; reuse or recycle plastic coverings if possible. 3.09 SYSTEM STARTUP A. Coordinate schedule for start-up of various equipment and systems. B. Verify that each piece of equipment or system has been checked for proper lubrication, drive rotation, belt tension, control sequence, and for conditions that may cause damage. C. Verify tests, meter readings, and specified electrical characteristics agree with those required by the equipment or system manufacturer. D. Verify that wiring and support components for equipment are complete and tested. E. Execute start-up under supervision of applicable Contractor personnel and manufacturer's representative in accordance with manufacturers' instructions. F. Submit a written report that equipment or system has been properly installed and is functioning correctly. 3.10 DEMONSTRATION AND INSTRUCTION A. See Section 01 7900 - Demonstration and Training. 3.11 ADJUSTING A. Adjust operating products and equipment to ensure smooth and unhindered operation. 3.12 FINAL CLEANING A. Execute final cleaning prior to Substantial Completion. B. Use cleaning materials that are nonhazardous. C. Clean interior and exterior glass, surfaces exposed to view; remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces, D. Clean equipment and fixtures to a sanitary condition with cleaning materials appropriate to the surface and material being cleaned. E. Clean filters of operating equipment. F. Clean debris from roofs, gutters, downspouts, and drainage systems. G. Clean site; sweep paved areas, rake clean landscaped surfaces. H. Remove waste, surplus materials, trash/rubbish, and construction facilities from the site; dispose of in legal manner; do not burn or bury. EXECUTION AND CLOSEOUT REQUIREMENTS 01 7000-7 RM ARCHITECTURE SEPTEMBER, 2016 3.13 CLOSEOUT PROCEDURES CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS A. Make submittals that are required by governing or other authorities. 1. Provide copies to Owner. B. Notify Architect when work is considered ready for Substantial Completion. 1. Substantial Completion is defined as the time the project is ready to be used for its intended purpose. C. Submit written certification that Contract Documents have been reviewed, work has been inspected, and that work is complete in accordance with Contract Documents and ready for Architect's review. D. Owner will occupy all of the building as specified in Section 01 1000. E. Correct items of work listed in executed Certificates of Substantial Completion and comply with requirements for access to Owner -occupied areas. F. Notify Architect when work is considered finally complete. G. Complete items of work determined by Architect's final inspection. A. Provide service and maintenance of components indicated in specification sections. B. Maintenance Period: As indicated in specification sections or, if not indicated, not less than one year from the Date of Substantial Completion or the length of the specified warranty, whichever is longer. C. Examine system components at a frequency consistent with reliable operation. Clean, adjust, and lubricate as required. D. Include systematic examination, adjustment, and lubrication of components. Repair or replace parts whenever required. Use parts produced by the manufacturer of the original component. E. Maintenance service shall not be assigned or transferred to any agent or subcontractor without prior written consent of the Owner. END OF SECTION 01 7000-8 EXECUTION AND CLOSEOUT REQUIREMENTS CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS SECTION 01 7800 CLOSEOUT SUBMITTALS PART 1GENERAL 1.01 SECTION INCLUDES A. Project Record Documents. B. Operation and Maintenance Data. C. Warranties and bonds. 1.02 RELATED REQUIREMENTS RM ARCHITECTURE SEPTEMBER, 2016 A. Section 01 3000 - Administrative Requirements: Submittals procedures, shop drawings, product data, and samples. B. Section 017000 - Execution and Closeout Requirements: Contract closeout procedures. C. Individual Product Sections: Specific requirements for operation and maintenance data. D. Individual Product Sections: Warranties required for specific products or Work. 1.03 SUBMITTALS A. Project Record Documents: Submit documents to Architect with claim for final Application for Payment. B. Operation and Maintenance Data: 1. Submit two copies of preliminary draft or proposed formats and outlines of contents before start of Work. Architect will review draft and return one copy with comments. 2. For equipment, or component parts of equipment put into service during construction and operated by Owner, submit completed documents within ten days after acceptance. 3. Submit one copy of completed documents 15 days prior to final inspection. This copy will be reviewed and returned after final inspection, with Architect comments. Revise content of all document sets as required prior to final submission. 4. Submit two sets of revised final documents in final form within 10 days after final inspection. C. Warranties and Bonds: 1. For equipment or component parts of equipment put into service during construction with Owner's permission, submit documents within 10 days after acceptance. 2. Make other submittals within 10 days after Date of Substantial Completion, prior to final Application for Payment. 3. For items of Work for which acceptance is delayed beyond Date of Substantial Completion, submit within 10 days after acceptance, listing the date of acceptance as the beginning of the warranty period. CLOSEOUT SUBMITTALS 017800-1 RM ARCHITECTURE SEPTEMBER, 2016 PART 2 PRODUCTS — NOT USED PART 3 EXECUTION 3.01 PROJECT RECORD DOCUMENTS CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS A. Maintain on site one set of the following record documents; record actual revisions to the Work: 1. Drawings. 2. Addenda. 3. Change Orders and other modifications to the Contract. 4. Reviewed shop drawings, product data, and samples. B. Ensure entries are complete and accurate, enabling future reference by Owner. C. Store record documents separate from documents used for construction.1.Construction sets submitted as record documents will not be accepted. D. Record information concurrent with construction progress. E. Record Drawings and Shop Drawings: Legibly mark each item to record actual construction including: 1. Field changes of dimension and detail. 2. Details not on original Contract drawings. 3.02 OPERATION AND MAINTENANCE DATA A. For Each Product or System: List names, addresses and telephone numbers of Subcontractors and suppliers, including local source of supplies and replacement parts. B. Product Data: Mark each sheet to clearly identify specific products and component parts, and data applicable to installation. Delete inapplicable information. C. Drawings: Supplement product data to illustrate relations of component parts of equipment and systems, to show control and flow diagrams. Do not use Project Record Documents as maintenance drawings. D. Typed Text: As required to supplement product data. Provide logical sequence of instructions for each procedure, incorporating manufacturer's instructions. 3.03 OPERATION AND MAINTENANCE DATA FOR MATERIALS AND FINISHES A. For Each Product, Applied Material, and Finish: B. Instructions for Care and Maintenance: Manufacturer's recommendations for cleaning agents and methods, precautions against detrimental cleaning agents and methods, and recommended schedule for cleaning and maintenance. 01 7800-2 CLOSEOUT SUBMITTALS CITY OF NEWPORT BEACH RM ARCHITECTURE LIBRARY RESTROOM REMODEL PROJECTS SEPTEMBER, 2016 3.04 OPERATION AND MAINTENANCE DATA FOR EQUIPMENT AND SYSTEMS A. For Each Item of Equipment and Each System: 1. Description of unit or system, and component parts. 2. Identify function, normal operating characteristics, and limiting conditions. 3. Include performance curves, with engineering data and tests. 4. Complete nomenclature and model number of replaceable parts. B. Operating Procedures: Include start-up, break-in, and routine normal operating instructions and sequences. Include regulation, control, stopping, shut -down, and emergency instructions. Include summer, winter, and any special operating instructions. C. Maintenance Requirements: Include routine procedures and guide for preventative maintenance and trouble shooting; disassembly, repair, and reassembly instructions; and alignment, adjusting, balancing, and checking instructions. D. Provide servicing and lubrication schedule, and list of lubricants required. E. Include manufacturer's printed operation and maintenance instructions. F. Include sequence of operation by controls manufacturer. G. Provide original manufacturer's parts list, illustrations, assembly drawings, and diagrams required for maintenance. H. Additional Requirements: As specified in individual product specification sections. 3.05 OPERATION AND MAINTENANCE MANUALS A. Prepare instructions and data by personnel experienced in maintenance and operation of described products. B. Prepare data in the form of an instructional manual. C. Binders: Commercial quality, 8-1/2 by 11 inch (216 by 280 mm) three D side ring binders with durable plastic covers; 2 inch (50 mm) maximum ring size. When multiple binders are used, correlate data into related consistent groupings. D. Cover: Identify each binder with typed or printed title OPERATION AND MAINTENANCE INSTRUCTIONS; identify title of Project; identify subject matter of contents. E. Provide tabbed dividers for each separate product and system, with typed description of product and major component parts of equipment. F. Drawings: Provide with reinforced punched binder tab. Bind in with text; fold larger drawings to size of text pages. G. Arrange content by systems under section numbers and sequence of Table of Contents of this Project Manual. CLOSEOUT SUBMITTALS 01 7800-3 RM ARCHITECTURE SEPTEMBER, 2016 CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS Contents: Prepare a Table of Contents for each volume, with each product or system description identified, in three parts as follows: 1. Part 1: Directory, listing names, addresses, and telephone numbers of Architect, Contractor, Subcontractors, and major equipment suppliers. 2. Part 2: Operation and maintenance instructions, arranged by system and subdivided by specification section. For each category, identify names, addresses, and telephone numbers of Subcontractors and suppliers. Identify the following: a. Significant design criteria. b. List of equipment. C. Parts list for each component. d. Operating instructions. e. Maintenance instructions for equipment and systems. f. Maintenance instructions for special finishes, including recommended cleaning methods and materials, and special precautions identifying detrimental agents. 3. Part 3: Project documents and certificates, including the following: a. Shop drawings and product data. Table of Contents: Provide title of Project; names, addresses, and telephone numbers of Architect, Consultants, and Contractor with name of responsible parties; schedule of products and systems, indexed to content of the volume. 3.06 WARRANTIES AND BONDS A. Obtain warranties and bonds, executed in duplicate by responsible Subcontractors, suppliers, and manufacturers, within 10 days after completion of the applicable item of work. Except for items put into use with Owner's permission, leave date of beginning of time of warranty until the Date of Substantial completion is determined. B. Verify that documents are in proper form, contain full information, and are notarized. C. Co -execute submittals when required. D. Retain warranties and bonds until time specified for submittal. E. Manual: Bind in commercial quality 8-1/2 by 11 inch (216 by 279 mm) three D side ring binders with durable plastic covers. F. Cover: Identify each binder with typed or printed title WARRANTIES AND BONDS, with title of Project; name, address and telephone number of Contractor and equipment supplier; and name of responsible company principal. G. Table of Contents: Neatly typed, in the sequence of the Table of Contents of the Project Manual, with each item identified with the number and title of the specification section in which specified, and the name of product or work item. H. Separate each warranty or bond with index tab sheets keyed to the Table of Contents listing. Provide full information, using separate typed sheets as necessary. List Subcontractor, supplier, and manufacturer, with name, address, and telephone number of responsible principal. END OF SECTION 01 7800-4 CLOSEOUT SUBMITTALS CITY OF NEWPORT BEACH RM ARCHITECTURE LIBRARY RESTROOM REMODEL PROJECTS SEPTEMBER, 2016 SECTION 01 7900 DEMONSTRATION AND TRAINING PART 1GENERAL 1.01 SUMMARY A. Demonstration of products and systems where indicated in specific specification sections. B. Training of Owner personnel in operation and maintenance is required for: 1. HVAC systems and equipment. 2. Plumbing equipment. 3. Electrical systems and equipment. C. Training of Owner personnel in care, cleaning, maintenance, and repair is required for: 1. Roofing, waterproofing, and other weather -exposed or moisture protection products. 2. Items specified in individual product Sections. 1.02 RELATED REQUIREMENTS A. Section 01 7800 - Closeout Submittals: Operation and maintenance manuals. 1.03 SUBMITTALS A. See Section 01 3000 -Administrative Requirements, for submittal procedures. B. Training Plan: Owner will designate personnel to be trained; tailor training to needs and skill -level of attendees. 1. Submit to Architect for transmittal to Owner. 2. Submit not less than four weeks prior to start of training. 3. Revise and resubmit until acceptable. 4. Provide an overall schedule showing all training sessions. 5. Include at least the following for each training session: a. Identification, date, time, and duration. b. Description of products and/or systems to be covered. C. Name of firm and person conducting training; include qualifications. d. Intended audience, such as job description. e. Objectives of training and suggested methods of ensuring adequate training. f. Methods to be used, such as classroom lecture, live demonstrations, hands-on, etc. g. Media to be used, such a slides, hand-outs, etc. h. Training equipment required, such as projector, projection screen, etc., to be provided by Contractor. DEMONSTRATION AND TRAINING 01 7900-1 RM ARCHITECTURE SEPTEMBER, 2016 CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS C. Training Manuals: Provide training manual for each attendee; allow for minimum of two attendees per training session. 1. Include applicable portion of O&M manuals. 2. Include copies of all hand-outs, slides, overheads, video presentations, etc., that are not included in O&M manuals. 3. Provide one extra copy of each training manual to be included with operation and maintenance data. 1.04 QUALITY ASSURANCE A. Instructor Qualifications: Familiar with design, operation, maintenance and troubleshooting of the relevant products and systems. 1. Provide as instructors the most qualified trainer of those contractors and/or installers who actually supplied and installed the systems and equipment. 2. Where a single person is not familiar with all aspects, provide specialists with necessary qualifications. PART 2 PRODUCTS — NOT USED PART 3 EXECUTION 3.01 DEMONSTRATION — GENERAL A. Demonstrations conducted during system start-up do not qualify as demonstrations for the purposes of this section, unless approved in advance by Owner. B. Demonstration may be combined with Owner personnel training if applicable. C. Operating Equipment and Systems: Demonstrate operation in all modes, including start- up, shut -down, seasonal changeover, emergency conditions, and troubleshooting, and maintenance procedures, including scheduled and preventive maintenance. 1. Perform demonstrations not less than two weeks prior to Substantial Completion, 2. For equipment or systems requiring seasonal operation, perform demonstration for other season within six months. D. Non -Operating Products: Demonstrate cleaning, scheduled and preventive maintenance, and repair procedures.1.Perform demonstrations not less than two weeks prior to Substantial Completion. 3.02 TRAINING—GENERAL A. Conduct training on-site unless otherwise indicated. B. Owner will provide classroom and seating at no cost to Contractor. C. Provide training in minimum two hour segments. D. Training schedule will be subject to availability of Owner's personnel to be trained; re- schedule training sessions as required by Owner; once schedule has been approved by Owner failure to conduct sessions according to schedule will be cause for Owner to charge Contractor for personnel "show -up" time. 01 7900-2 DEMONSTRATION AND TRAINING CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS RM ARCHITECTURE SEPTEMBER, 2016 E. Review of Facility Policy on Operation and Maintenance Data: During training discuss: 1. The location of the O&M manuals and procedures for use and preservation; backup copies. 2. Typical contents and organization of all manuals, including explanatory information, system narratives, and product specific information. 3. Typical uses of the O&M manuals. Product- and System -Specific Training: 1. Review the applicable O&M manuals. 2. For systems, provide an overview of system operation, design parameters and constraints, and operational strategies. 3. Review instructions for proper operation in all modes, including start-up, shut- down, seasonal changeover and emergency procedures, and for maintenance, including preventative maintenance. 4. Provide hands-on training on all operational modes possible and preventive maintenance. 5. Emphasize safe and proper operating requirements; discuss relevant health and safety issues and emergency procedures. 6. Discuss common troubleshooting problems and solutions. 7. Discuss any peculiarities of equipment installation or operation. 8. Discuss warranties and guarantees, including procedures necessary to avoid voiding coverage. 9. Review recommended tools and spare parts inventory suggestions of manufacturers. 10. Review spare parts and tools required to be furnished by Contractor. 11. Review spare parts suppliers and sources and procurement procedures. G. Be prepared to answer questions raised by training attendees; if unable to answer during training session, provide written response within three days. END OF SECTION DEMONSTRATION AND TRAINING 01 7900-3 CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS SECTION 02 4100 DEMOLITION PART 1GENERAL 1.01 SECTION INCLUDES A. Selective demolition of building elements for alteration purposes. 1.02 RELATED REQUIREMENTS RM ARCHITECTURE SEPTEMBER, 2016 A. Section 01 7000 - Execution and Closeout Requirements: Project conditions; protection of bench marks, survey control points, and existing construction to remain; reinstallation of removed products, temporary bracing and shoring. 1.03 REFERENCE STANDARDS A. NFPA 241 - Standard for Safeguarding Construction, Alteration, and Demolition Operations; 2013. 1.04 SUBMITTALS A. See Section 01 3000 -Administrative Requirements, for submittal procedures. B. Demolition Plan: Submit demolition plan as specified by OSHA and local authorities. 1. Include a summary of safety procedures. C. Project Record Documents: Accurately record actual locations of capped and active utilities and subsurface construction. 1.05 QUALITY ASSURANCE A. Demolition Firm Qualifications: Company specializing in the type of work required. 1. Minimum of three years of documented experience. PART 2 PRODUCTS — NOT USED PART 3 EXECUTION A. Remove portions of existing buildings and existing site structures/items as indicated in the Drawings and as required for a complete project: B. Remove mechanical, plumbing, and electrical items as specified on the respective drawing sheets. C. Remove concrete slabs on grade as indicated on drawings. D. Fill excavations, open pits, and holes in ground areas generated as result of removals, using specified fill; compact fill to 95% relative compaction. DEMOLITION 024100-1 RM ARCHITECTURE CITY OF NEWPORT BEACH SEPTEMBER, 2016 LIBRARY RESTROOM REMODEL PROJECTS 3.02 GENERAL PROCEDURES AND PROJECT CONDITIONS A. Comply with applicable codes and regulations for demolition operations and safety of adjacent structures and the public. 1. Obtain required permits. 2. Take precautions to prevent catastrophic or uncontrolled collapse of structures to be removed; do not allow worker or public access within range of potential collapse of unstable structures. 3. Provide, erect, and maintain temporary barriers and security devices. 4. Conduct operations to minimize effects on and interference with adjacent structures and occupants. 5. Do not close or obstruct roadways or sidewalks without permit. 6. Conduct operations to minimize obstruction of public and private entrances and exits; do not obstruct required exits at any time; protect persons using entrances and exits from removal operations. 7. Obtain written permission from owners of adjacent properties when demolition equipment will traverse, infringe upon or limit access to their property. B. Do not begin removal until receipt of notification to proceed from Owner. C. Protect existing structures and other elements that are not to be removed. 1. Provide bracing and shoring. 2. Prevent movement or settlement of adjacent structures. 3. Stop work immediately if adjacent structures appear to be in danger. D. Minimize production of dust due to demolition operations; do not use water if that will result in ice, flooding, sedimentation of public waterways or storm sewers, or other pollution. E. If hazardous materials are discovered during removal operations, stop work and notify Architect and Owner; hazardous materials include regulated asbestos containing materials, lead, PCB's,and mercury. F. Perform demolition in a manner that maximizes salvage and recycling of materials. 1. Dismantle existing construction and separate materials. 2. Set aside reusable, recyclable, and salvageable materials; store and deliver to collection point or point of reuse. G. Partial Removal of Paving and Curbs: Neatly saw cut at right angle to surface. 3.03 EXISTING UTILITIES A. Coordinate work with utility companies; notify before starting work and comply with their requirements; obtain required permits. B. Protect existing utilities to remain from damage. C. Do not disrupt public utilities without permit from authority having jurisdiction. D. Do not close, shut off, or disrupt existing life safety systems that are in use without at least 7 days prior written notification to Owner. E. Do not close, shut off, or disrupt existing utility branches or take -offs that are in use without at least 3 days prior written notification to Owner. 024100-2 DEMOLITION CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS RM ARCHITECTURE SEPTEMBER, 2016 Locate and mark utilities to remain; mark using highly visible tags or flags, with identification of utility type; protect from damage due to subsequent construction, using substantial barricades if necessary. G. Remove exposed piping, valves, meters, equipment, supports, and foundations of disconnected and abandoned utilities. H. Prepare building demolition areas by disconnecting and capping utilities outside the demolition zone; identify and mark utilities to be subsequently reconnected, in same manner as other utilities to remain. 3.04 SELECTIVE DEMOLITION FOR ALTERATIONS A. Drawings showing existing construction and utilities are based on casual field observation and existing record documents only. 1. Verify that construction and utility arrangements are as shown. 2. Report discrepancies to Architect before disturbing existing installation. 3. Beginning of demolition work constitutes acceptance of existing conditions that would be apparent upon examination prior to starting demolition. B. Remove existing work as indicated and as required to accomplish new work. 1. Remove items indicated on drawings. C. Services (Including but not limited to HVAC, Plumbing, Fire Protection, Electrical, and Telecommunications): Remove existing systems and equipment as indicated. 1. Maintain existing active systems that are to remain in operation; maintain access to equipment and operational components. 2. Where existing active systems serve occupied facilities but are to be replaced with new services, maintain existing systems in service until new systems are complete and ready for service. 3. Verify that abandoned services serve only abandoned facilities before removal. 4. Remove abandoned pipe, ducts, conduits, and equipment, including those above accessible ceilings; remove back to source of supply where possible, otherwise cap stub and tag with identification. D. Protect existing work to remain. 1. Prevent movement of structure; provide shoring and bracing if necessary. 2. Perform cutting to accomplish removals neatly and as specified for cutting new work. 3. Repair adjacent construction and finishes damaged during removal work. 4. Patch as specified for patching new work. 3.05 DEBRIS AND WASTE REMOVAL A. Remove debris, junk, and trash from site. B. Leave site in clean condition, ready for subsequent work. C. Clean up spillage and wind-blown debris from public and private lands. END OF SECTION DEMOLITION 024100-3 CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS SECTION 06 6510 SOLID SURFACE FABRICATIONS PART IGENERAL 1.01 SECTION INCLUDES A. Lavatory countertops and integral sinks where noted. 1.02 RELATED REQUIREMENTS A. Section 07 9005 — Joint Sealers. RM ARCHITECTURE SEPTEMBER, 2016 1.03 SUBMITTALS A. See Section 01 3000 - Administrative Requirements, for submittal procedures. B. Product Data: Provide material specifications and maintenance instructions. C. Shop Drawings: Indicate shapes, sizes, and attachment details to other portions of the work. D. Samples: Submit three color samples, 3x3 inch in size, illustrating specified colors and finishes specified herein. 1.04 QUALITY ASSURANCE A. Manufacturers Qualifications: Company specializing in manufacturing products specified in this section with not less than three years of documented. B. Installer Qualifications: Company specializing in performing the work of this section with minimum three years experience. C. Adhesives and sealants used to install solid surface materials are to carry the Greenguard label. PART 2 PRODUCTS 2.01 SOLID SURFACE POLYMER PRODUCTS A. All solid surface polymer products are based on the products of Corian as a standard of quality. 1. Substitutions: See Section 01 6000 — Product requirements. B. Lavatory Countertops: 1. Countertops are to be of 1/" sheets with waterfall edge details. At 'wet' area locations provide no drip edge as indicated on the Drawings. Provide complete at all countertops with a 4 inch coved integral splash. 2. Lavatory sink to be White SOLID SURFACE FABRICATIONS 066510-1 RM ARCHITECTURE SEPTEMBER, 2016 C. Color and Finish Schedule: 1. Central Branch Library: a. Rooms 101 and 102: b. Rooms 103 and 104: C. Room 105: 2. Mariners Branch Library: a. Room 101 and 102: CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS Mint Ice Concrete Noble Ecru Concrete D. Accessories: 1. Joint Adhesive: Manufacturer's standard two-part adhesive kit to create inconspicuous, non -porous joints. 2.02 FABRICATION OF SOLID POLYMER PRODUCTS A. Factory fabricate components to greatest extent practicable to sizes and shapes indicated, in accordance with approved shop drawings. B. Form joints between components using manufacturer's standard joint adhesive; without conspicuous joints. C. Provide factory cutouts for plumbing fittings and bath accessories as indicated on the Drawings. D. Cut and finish component edges with clean sharp returns. Rout radii and contours to template. Repair or reject defective or inaccurate work. E. Thermoforming: Comply with product data from manufacturer of Corian. 1. Construct molds of plywood in `male/female' sections. Construct molds matching component shapes. 2. Form pieces to shape prior to seaming and joining. 3. Cut pieces to finish dimensions. Sand edges, remove nicks and scratches. 4. Heat entire component of Conan. Material shall be uniform between 275-325 degrees F during forming. 5. Prevent blistering, whitening, and cracking of Corian during forming. F. Coved Backsplashes: Field fabricate W radius cove at intersection of counters and backsplashes. Form backsplashes using %" Corian. 2.03 OTHER MATERIALS A. All other materials, anchorages, and accessories, not specifically described but required for a complete and proper installation of solid surface polymer assemblies, as recommended by the manufacturer, subject to the approval of the Architect. PART 3 EXECUTION 3.01 EXAMINATION A. Inspection: 1. Prior to all work of this Section, carefully inspect the installed work of all other trades and verify that all such work is complete to the point where this installation may properly commence. 066510-2 SOLID SURFACE FABRICATIONS CITY OF NEWPORT BEACH RM ARCHITECTURE LIBRARY RESTROOM REMODEL PROJECTS SEPTEMBER, 2016 2. Verify that lavatory counter may be installed in accordance with the approved design, all pertinent codes and regulations and the referenced standards. 3. Verify that substrate surfaces are smooth within a maximum variation of 118 inch per 10 feet and are ready to receive work. B. Discrepancies: 1. In the event of discrepancy, immediately notify the Architect. 2. Do not proceed with installation in areas of discrepancy until all such discrepancies have been fully resolved. 3.02 INSTALLATION A. Install in accordance with manufacturer's instructions.. B. Install components plumb and level, scribed to adjacent finishes, in accordance with approved shop drawings and product installation data. C. Form field joints using manufacturer's recommended adhesive, with joints inconspicuous in finished work. Keep components and hands clean when making joints. D. Provide coved backsplashes and coved side -splashes as indicated on the Drawings. Adhere to countertops using manufacturer's standard color -matched silicone sealant. E. Keep components and hand clean during installation. Remove adhesives, sealants, and other stains. Make plumbing connections to sinks in accordance with Division 22 — Plumbing. END OF SECTION SOLID SURFACE FABRICATIONS 066510-3 CITY OF NEWPORT BEACH RM ARCHITECTURE LIBRARY RESTROOM REMODEL PROJECTS SEPTEMBER, 2016 SECTION 07 9005 JOINT SEALERS PART 1GENERAL 1.01 SECTION INCLUDES A. Sealants and joint backing. 1.02 REFERENCE STANDARDS A. ASTM C 834 - Standard Specification for Latex Sealants; 2005. B. ASTM C 920 - Standard Specification for Elastomeric Joint Sealants; 2005. C. ASTM C 1193 - Standard Guide for Use of Joint Sealants, 2009. D. SCAQMD 1168 - South Coast Air Quality Management District Rule No.1168; current edition; www.aqmd.gov. 1.03 SUBMITTALS A. See Section 01 3000 -Administrative Requirements, for submittal procedures. B. Product Data: Provide data indicating sealant chemical characteristics. 1.04 FIELD CONDITIONS A. Maintain temperature and humidity recommended by the sealant manufacturer during and after installation. 1.05 WARRANTY A. See Section 01 7800 - Closeout Submittals, for additional warranty requirements. B. Correct defective work within a five year period after Date of Substantial Completion. C. Warranty: Include coverage for installed sealants and accessories which fail to achieve airtight seal, exhibit loss of adhesion or cohesion, or do not cure. PART 2 PRODUCTS 2.01 SEALANTS A. Sealants and Primers - General: Provide only products having lower volatile organic compound (VOC) content than required by South Coast Air Quality Management District Rule No. 1168. JOINT SEALERS 07 9005.1 RM ARCHITECTURE SEPTEMBER, 2016 CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS General Purpose Exterior Sealant: Acrylic, solvent release curing; ASTM C 920, Grade NS, Class 12-1/2, Uses M, G, and A, single or multi- component. 1. Color: To be selected by Architect from manufacturer's standard range. 2. Applications: Use for: a. Control, expansion, and softjoints in masonry. b. Joints between concrete and other materials. C. Joints between metal frames and other materials. d. Other exteriorjoints for which no other sealant is indicated. General Purpose Interior Sealant: Acrylic emulsion latex; ASTM C 834, Type OP, Grade NF single component, paintable. 1. Color: To be selected by Architect from manufacturer's standard range. 2. Applications: Use for: a. Interior wall and ceiling control joints. b. Joints between door and window frames and wall surfaces. C. Other interiorjoints for which no other type of sealant is indicated. D. Interior Floor Joint Sealant: Polyurethane, self -leveling; ASTM C 920, Grade P, Class 25, Uses T, M and A; single component. 1. Color: To be selected by Architect from manufacturer's standard range. 2. Applications: Use for: a. Expansion joints in floors. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that substrate surfaces are ready to receive work. B. Verify that joint backing and release tapes are compatible with sealant. 3.02 PREPARATION A. Remove loose materials and foreign matter that could impair adhesion of sealant. B. Clean and prime joints in accordance with manufacturer's instructions. C. Perform preparation in accordance with manufacturer's instructions and ASTM C 1193, D. Protect elements surrounding the work of this section from damage or disfigurement. 3.03 INSTALLATION A. Perform work in accordance with sealant manufacturer's requirements for preparation of surfaces and material installation instructions. B. Perform installation in accordance with ASTM C 1193. C. Measure joint dimensions and size joint backers to achieve width -to -depth ratio, neck dimension, and surface bond area as recommended by manufacturer, except where specific dimensions are indicated. D. Install bond breaker where joint backing is not used. 079005-2 JOINT SEALERS CITY OF NEWPORT BEACH RM ARCHITECTURE LIBRARY RESTROOM REMODEL PROJECTS SEPTEMBER, 2016 E. Install sealant free of air pockets, foreign embedded matter, ridges, and sags. F. Apply sealant within recommended application temperature ranges. Consult manufacturer when sealant cannot be applied within these temperature ranges. G. Tool joints concave. 3.04 CLEANING A. Clean adjacent soiled surfaces. 3.05 PROTECTION A. Protect sealants until cured. END OF SECTION JOINT SEALERS 079005-3 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS SECTION 08 6250 TUBULAR DAYLIGHTING DEVICE PART GENERAL 1.01 SECTION INCLUDES RM ARCHITECTURE SEPTEMBER, 2016 A. Tubular daylighting device, consisting of roof dome, reflective tube, and diffuser assembly. 1.03 REFERENCE STANDARDS A. ASTM A 463/A 463M — Standard Specification for Steel Sheet, Aluminum Coated by Hot Dip Process; 2006. B. ASTM A 653/A 653M - Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process; 2009. C. ASTM A 792/A 792M — Standard Specification for Steel Sheet, 55% Aluminum Zinc Alloy -Coated by the Hot Dip Process D. ASTM B 209 — Standard Specification for Aluminum and Aluminum Alloy Sheet and Plate; 2014. E. ASTM E 84 — Standard Test Method for Surface Burning Characteristics of Building Materials; 2008. F. ASTM E 283 — Test Method for Rate of Air Leakage Through Exterior Windows, Curtain Walls, and Doors Under Specified Pressure Difference Across the Specimen; 2004. G. ASTM E 308 — Standard Practice for Computing the Colors of Objects by Using the CIE System; 2006. H. ASTM E 330 — Structural Performance of Exterior Windows, Curtain Walls, and Doors; 2002. I. ASTM E 547 — Test Method for Water Penetration of Exterior Windows, Skylights, Doors and Curtain Walls by Cyclic Air Pressure Difference; 2000. J. ASTM E 1886 — Standard Test Method for Performance of Exterior Windows, Curtain Walls, Doors, and Impact Protective Systems Impacted by Missiles and Exposed to Cyclic Pressure Differentials; 20013. K. ASTM E 1996—Standard Specification for Performance of Exterior Windows, Curtain Walls, Doors, and Impact Protective Systems Impacted by Wndborne Debris in Hurricane; 2014. L. ASTM D 635 — Test Method for Rate of Burning and/or Extent of Time of Burning of Self - Supporting Plastics in a Horizontal Position; 2006. M. ASTM D 1929 — Test Method for Ignition Properties of Plastics; 2001. N. ICC AC -16 —Acceptance Criteria for Plastic Skylights; 2008. TUBULAR DAYLIGHTING DEVICE 086250-1 RM ARCHITECTURE CITY OF NEWPORT BEACH SEPTEMBER, 2016 LIBRARY REMODEL PROJECTS O. UL 181 —Factory Made Air Ducts and Air Connectors. 1.04 SUBMITTALS A. See Section 01 3000 -Administrative Requirements, for submittal procedures. B. Product Data: Manufacturer's data sheets on each product to be used, including: 1. Preparation instructions and recommendations. 2. Storage and handling requirements and recommendations. 3. Installation methods. C. Shop Drawings: Submit shop drawings showing layout, profiles and product components, including anchorage, flashing, and accessories. D. Test Reports: Independent testing agency or evaluation service reports verifying compliance with specified performance requirements. 1.05 DELIVERY, STORAGE, AND HANDLING A. Store products in manufacturer's unopened packaging until ready for installation. B. Store and dispose of solvent -based materials, and materials used with solvent -based materials, in accordance with requirements of local authorities having jurisdiction. 1.05 QUALITY ASSURANCE A. Manufacturer's Qualification: Engaged in manufacturer of tubular daylighting devices for a minimum of 15 years. 1.06 PERFORMANCE REQUIREMENTS A. Completed tubular daylighting device assemblies shall be capable of meeting the following performance requirements: 1. Air Infiltration Test: Air infiltration will not exceed 0.30 cfm/sf aperture with a pressure delta of 1.57 psf across the tube when tested in accordance with ASTM E 283. 2. Water Resistance Test: No uncontrolled water leakage at 10.5 psf pressure differential with water rate of 5 gallons per hour per square foot when tested in accordance with ASTM E 547. 3. Uniform Load Test: a. No breakage, permanent damage to fasteners, hardware, parts, or damage to make daylighting system inoperable or cause excessive permanent deflection of any section when tested at a Positive Load of 150psf or Negative Load of 70 psf. b. All units shall be tested with a safety factor of 3 for positive pressure and 2 for negative pressure, acting normal to plane of roof in accordance with ASTM E 330. 1.07 WARRANTY A. Tubular daylighting device manufacturer's standard 10 year warranty. 086250-2 TUBULAR DAYLIGHTING DEVICE CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS PART 2 PRODUCTS 2.01 MANUFACTURERS RM ARCHITECTURE SEPTEMBER, 2016 A. Tubular Daylighting Device: 1. Solatube International; Product 160 DS 10" diameter: www.solatube.com. 2. Substitutions: See Section 01 6000 - Product Requirements. 2.02 TUBULAR DAYLIGHTING DEVICES A. General: Transparent roof -mounted skylight dome and self -flashing curb, reflective tuve, and ceiling level diffuser assembly, transferring sunlight to interior spaces complying with ICC AC -16. B. Roof Dome Assembly: 1. Transparent, UV and impact resistant dome with flashing base supporting dome and top of tube. 2. Outer Dome Glazing: Type DA, 0.125 inch minimum thickness injection molded acrylic classified as CC2 material; UV inhibiting, impact modified acrylic blend. 3. Raybender 3000: Variable prism optic molded into outer dome to capture low angle sunlight and limit high angle sunlight. 4. Light Tracker Reflector: Aluminum sheet, thickness 0.015 inch with Spectralight Infinity. Positioned in the dome to capture low angle sunlight. 5. Roof Flashing Base: a. One Piece: One piece, seamless, leak -proof flashing functioning as base support for dome and top of tube. Sheet steel, corrosion resistant conforming to ASTM A 653/A 653M or ASTM A 463/A 463M. or ASTM A 792/A 792M, 0.028 inch plus or minus 0.006 inch thick. i. Base Style: Type F6, self mounted, 6 inches high. ii. Flashing Insulator: Type F1. Thermal isolation material for use under flashing. 6. Roof Flashing Turret Extensions: Type T4, additional lengths of 4 inches extension. 7. Tube Ring: Attached to top of base section; 0.090 inch nominal thickness injection molded high impact PVC, to prevent thermal bridging between base flashing and tubing and channel condensed moisture out of tubing. 8. Reflective Extension Tube: Aluminum sheet, thickness 0.015 inch. a. Interior Finish: Spectralight Infinity high reflectance specular finish on exposed reflective surface visibl spectrum less than 80.2 percent. b. Color: a and b (defined by CIE L a b color model) shall not exceed plus 2 or be less than minus 2 as determined in accordance with ASTM E 308. C. Tube Diameter: Approximately 10 inches. 9. Reflective 30 degree adjustable tube: Aluminum sheet, thickness 0.015 inch. a. Interior Finish: Spectralight Infinity high reflectance specular finish on exposed reflective surface visible spectrum greater than 99 percent. Total solar spectrum less than 80.2 percent. 10. Ceiling Ring: injection molded impact resistant acrylic. Nominal thickness is 0.110 inches. TUBULAR DAYLIGHTING DEVICE 086250-3 RM ARCHITECTURE SEPTEMBER, 2016 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS 11. Dual Glazed Diffuser: a. Lower glazing with integral injection molded acrylic Dress Ring classified as CC2 material. Nominal thickness is 0.110 inches. 1) Classic Vusion Diffuser: Molded acrylic plastic classified as CC2 material. Nominal thickness 0.090 inches. b. Upper Glazing: PET GAG plastic with EPDM low density sponge seal to minimize condensation and bug, dirt, and air infiltration per ASTM E 283. Nominal thickness is 0.039 inches. 1) Natural Effect Lens: Type LN. 2.03 ACCESSORIES A. Fasteners: Same material as metals being fastened, non-magnetic steel, non -corrosive metal of type recommended by manufacturer, or injection molded nylon. B. Suspension Wire: Steel, annealed, galvanized finish, size and type for application and ceiling system requirement. C. Sealant: Polyurethane or copolymer based elastomeric sealant as provided or recommended by the manufacturer. PART 3 EXECUTION 3.01 EXAMINATION A. Do not begin installation until substrates have been properly prepared. B. If substrate preparation is the responsibility of another installer, notify Architect of unsatisfactory preparation before proceeding. 3.02 PREPARATION A. Clean surfaces thoroughly prior to installation. B. Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for the substrate under the project conditions. 3.03 INSTALLATION A. Install units in accordance with manufacturer's instructions. B. After installation of first unit, field test to determine adequacy of installation. Conduct water test in presence of Owner, Architect, or Contractor, or their designated representative. Correct if needed before proceeding with installation of subsequent units. 3.04 PROTECTION A. Protect installed products until completion of project. B. Touch-up, repair or replace damaged products prior to Substantial Completion. END OF SECTION 086250-4 TUBULAR DAYLIGHTING DEVICE CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS SECTION 09 2116 GYPSUM BOARD ASSEMBLIES PART 1GENERAL 1.01 SECTION INCLUDES A. Cementituous backer board. B. Gypsum wallboard. C. Joint treatment and accessories. D. Textured finish system. 1.02 RELATED REQUIREMENTS A. Section 07 9005 - Joint Sealers: Acoustic sealant. 1.03 REFERENCE STANDARDS RM ARCHITECTURE SEPTEMBER, 2016 A. ANSI A108.11 —American National Standard for Interior Installation of Cementituous Backer Unites; 1999 (R2005). B. ANSI A118.9 —American National Standard Specifications for Test Methods and Specifications for Cementituous Backer Units; 1999 (R2005). C. ASTM C 475/C 475M - Standard Specification for Joint Compound and Joint Tape for Finishing Gypsum Board; 2002 (Reapproved 2007). D. ASTM C 514 — Standard Specification for Nails for the Application of Gypsum Board; 2004. E. ASTM C 840 - Standard Specification for Application and Finishing of Gypsum Board; 2007. F. ASTM C 1002 - Standard Specification for Steel Self -Piercing Tapping Screws for the Application of Gypsum Panel Products or Metal Plaster Bases to Wood Studs or Steel Studs; 2007. G. ASTM C 1396/C 1396M - Standard Specification for Gypsum Board; 2006a.F.GA-216 - Application and Finishing of Gypsum Board; Gypsum Association; 2007. 1.04 SUBMITTALS A. See Section 01 3000 -Administrative Requirements, for submittal procedures. B. Product Data: Provide data on gypsum board, accessories, and joint finishing system. GYPSUM BOARD ASSEMBLIES 092116-1 RM ARCHITECTURE SEPTEMBER, 2016 CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS C. Mock-ups: 1. At an area on the site where approved by the Architect, provide a mock-up panel of gypsum board wall surface. a. Make mock-up panel approximately 48 inches square. b. Provide one mock-up panel for each gypsum board finish to be used on the Work. C. The mock-ups may be part of the Work and incorporated into the finished Work, when so approved by the Architect. d. Revise as necessary to secure the Architect's approval. 2. The mock-ups panels, when approved by the Architect, will be used as datum points for comparison with the remainder of the Work of this Section for the purpose of acceptance or rejection. 3. If the mock-up panels are not permitted to be part of the finished Work, completely demolish and remove them from the job site upon completion and acceptance of the Work of this Section. 1.05 QUALITY ASSURANCE A. Installer Qualifications: Company specializing in performing gypsum board application and finishing, with minimum five years of documented experience. PART 2 PRODUCTS 2.01 GYPSUM BOARD ASSEMBLIES A. Provide completed assemblies complying with ASTM C 840 and GA -216. 2.02 GYPSUM BOARD MATERIALS A. Manufacturer's: 1. USG www.usg.com. 2. Substitutions: See Section 016000 — Product Requirements. B. Gypsum Wallboard: ASTM C 1396/C 1396 M. sizes to minimize joints in place; ends square cut. 1. Regular Type: a. Application: Use for vertical surfaces, unless otherwise indicated. b. Thickness: 5/8 inch. C. Edges: Tapered. 2. Ceiling Board: Special sag -resistant type. a. Application: Ceilings, unless otherwise indicated. b. Thickness: 5/8 inch. C. Edges: Tapered C. Water -Resistant Gypsum Backing Board: ASTM C 1396/C 1396M: ends square cut. 1. Application: Install in 'wet areas' where no tile is scheduled to be installed. 2. Core Type: Regular. 3. Thickness: 5/8 inch. 4. Edges: Tapered. 2.03 FIBERGLASS REINFORCED BOARD MATERIALS A. Cementituous Backer Board: ANSI A118.9, aggregated Portland cement panels with glass fiber mesh embedded in front and back surfaces, 5/8 inch thick. 09 2116-2 GYPSUM BOARD ASSEMBLIES CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS 2.03 ACCESSORIES RM ARCHITECTURE SEPTEMBER, 2016 A. Metal Cornerbead and Trim 1. All metal cornerbead and trim, and all accessory items, shall be a system recommended by the manufacturer as compatible with the gypsum panels. 2. Outside Corners: Bullnose corner 3. Inside Corners: Inner core 4. J Molding: J -Stop, L -Trim and J -Trim 5. Casings (for all face edges of exposed gypsum board): US Gypsum No. 200-4 metal trim, U-shaped and of 2 inch size. 6. Edge Beads at perimeter of ceilings: Angle shapes with wings not less than 3/4 inch wide, with concealed wing perforated for nailing and exposed wing edge folded flat and factory finished white B. Joint Materials: ASTM C 475 and as recommended by gypsum board manufacturer for project conditions. C. Textured Finish Materials: Latex -based compound; plain. D. Fasteners: 1. For fastening gypsum wallboard in place on metal studs and metal channels, use flat -head screws, shouldered, specially designed for use with power -driven tools, not less than 1 inch long, with self -tapping threads and self -drilling points. 2. For fastening gypsum wallboard in place on wood, use 1 '/e inch Type W bugle - head screws, or use annular ring type nails complying with ASTM C514 and of the length required by governmental agencies having jurisdiction. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that project conditions are appropriate for work of this section to commence. 3.02 BOARD INSTALLATION A. Comply with ASTM C 840, GA -216, and manufacturer's instructions. Install to minimize butt end joints, especially in highly visible locations. B. Single -Layer Non -Rated: Install gypsum board in most economical direction, with ends and edges occurring over firm bearing. C. Installation on Framing: Use screws for attachment of all gypsum board except face layer of non -rated double -layer assemblies, which may be installed by means of adhesive lamination. D. Cementituous Backing Board: Install over framing members where indicated, in accordance with ANSI A108.11 and manufacturer's instructions. GYPSUM BOARD ASSEMBLIES 092116-3 RM ARCHITECTURE CITY OF NEWPORT BEACH SEPTEMBER, 2016 LIBRARY RESTROOM REMODEL PROJECTS 3.03 INSTALLATION OF TRIM AND ACCESSORIES A. Control Joints: Place control joints consistent with lines of building spaces and as indicated. B. Corner Beads: Install at external corners, using longest practical lengths. Edge Trim: Install at locations where gypsum board abuts dissimilar materials and as indicated. 3.04 JOINT TREATMENT A. Finish gypsum board in accordance with levels defined in ASTM C 840, as follows: 1. Level 4: Walls and ceilings to receive paint finish or wall coverings, unless otherwise indicated. 2. Level 5: Walls and ceilings to receive semi -gloss or gloss paint finish and other areas specifically indicated. 3. Level 0: Temporary partitions and surfaces indicated to be finished in later stage of project. Tape, fill, and sand exposed joints, edges, and corners to produce smooth surface ready to receive finishes. 1. Feather coats of joint compound so that camber is maximum 1/32 inch (0.8 mm). 3.05 TEXTURE FINISH A. Apply finish texture coating by means of spraying apparatus in accordance with manufacturer's instructions and to match approved sample. B. Texture Required: Match existing adjacent. 3.06 TOLERANCES A. Maximum Variation of Finished Gypsum Board Surface from True Flatness: 1/8 inch in 10 feet (3 mm in 3 m) in any direction. END OF SECTION 092116-4 GYPSUM BOARD ASSEMBLIES CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS SECTION 09 3000 CERAMIC TILE PART 1GENERAL 1.01 SECTION INCLUDES A. Tile for wall and floor applications. B. Stone thresholds. C. Ceramic trim. 1.02 RELATED REQUIREMENTS A. Section 07 9005 - Joint Sealers. 1.03 REFERENCE STANDARDS RM ARCHITECTURE SEPTEMBER, 2016 A. ANSI A108 Series/A118 Series/A136.1 - American National Standard Specifications for the Installation of Ceramic Tile (Compendium); 2005. 1. ANSI A108.1a - American National Standard Specifications for Installation of Ceramic Tile in the Wet -Set Method, with Portland Cement Mortar; 2005. 2. ANSI At 08.1 b - American National Standard Specifications for Installation of Ceramic Tile on a Cured Portland Cement Mortar Setting Bed with Dry -Set or Latex Portland Cement Mortar; 1999 (R2005). 3. ANSI A108.1c -Specifications for Contractors Option: Installation of Ceramic Tile in the Wet -Set Method with Portland Cement Mortar or Installation of Ceramic Tile on a Cured Portland Cement Mortar Bed with Dry -Set or Latex Portland Cement Mortar; 1999 (R2005). 4. ANSI At 08.4 -American National Standard Specifications for Installation of Ceramic Tile with Organic Adhesives or Water Cleanable Tile -Setting Epoxy Adhesive; 1999 (R2005). 5. ANSI A108.5 - American National Standard Specifications for Installation of Ceramic Tile with Dry -Set Portland Cement Mortar or Latex -Portland Cement Mortar; 1999 (R2005). 6. ANSI A108.6 -American National Standard Specifications for Installation of Ceramic Tile with Chemical Resistant, Water Cleanable Tile -Setting and - Grouting Epoxy; 1999 (R2005). 7. ANSI A108.8 - American National Standard Specifications for Installation of Ceramic Tile with Chemical Resistant Furan Resin Mortar and Grout; 1999 (R2005). 8. ANSI At 08.9 - American National Standard Specifications for Installation of Ceramic Tile with Modified Epoxy Emulsion Mortar/Grout; 1999 (R2005). 9. ANSI At 08.10 - American National Standard Specifications for Installation of Grout in Tilework; 1999 (R2005). 10. ANSI A108.11 -American National Standard for Interior Installation of Cementitious Backer Units; 1999 (R2005). 11. ANSI A108.13 - American National Standard for Installation of Load Bearing, Bonded, Waterproof Membranes for Thin -Set Ceramic Tile and Dimension Stone; 2005. 12. ANSI A118.1 - American National Standard Specifications for Dry -Set Portland Cement Mortar; 1999 (R2005). CERAMIC TILE 093000-1 RM ARCHITECTURE SEPTEMBER, 2016 CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS 13. ANSI A118.4 - American National Standard Specifications for Latex -Portland Cement Mortar; 1999 (R2005). 14. ANSI At 18.6 - American National Standard Specifications for Standard Cement Grouts for Tile Installation; 1999 (R2005). 15. ANSI A118.7 - American National Standard Specifications for Polymer Modified Cement Grouts for Tile Installation; 1999 (R2005). 16. ANSI A118.9 - American National Standard Specifications for Test Methods and Specifications for Cementitious Backer Units; 1999 (R2005). 17. ANSI A137.1 -American National Standard Specifications for Ceramic Tile; 2008. B. TCA (HB) - Handbook for Ceramic Tile Installation; Tile Council of North America, Inc.; 2007/2008. 1.04 SUBMITTALS A. See Section 01 3000 - Administrative Requirements, for submittal procedures. B. Product Data: Provide manufacturers' data sheets on tile, mortar, grout, and accessories. Include instructions for using grouts and adhesives. C. Shop Drawings: Indicate perimeter conditions, junctions with dissimilar materials, control and expansion joints, thresholds, ceramic accessories, and setting details. D. Maintenance Materials: Furnish the following for Owner's use in maintenance of project. 1. See Section 016000 - Product Requirements, for additional provisions. 2. Extra Tile: 5 percent percent of each size, color, and surface finish combination. 1.05 QUALITY ASSURANCE A. Maintain one copy of TCA Handbook and ANSI A108 Series/A118 Series on site. B. Manufacturer Qualifications: Company specializing in manufacturing the types of products specified in this section, with minimum 5 years of documented experience. C. Installer Qualifications: Company specializing in performing tile installation, with minimum of 5 years of documented experience. 1.06 DELIVERY, STORAGE, AND HANDLING A. Protect adhesives from freezing or overheating in accordance with manufacturer's instructions. 1.07 FIELD CONDITIONS A. Do not install adhesives in an unventilated environment. B. Maintain ambient and substrate temperature of 50 degrees F (10 degrees C) during installation of mortar materials. 09 3000-2 CERAMIC TILE CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS PART 2 PRODUCTS 2.01 TILE A. Manufacturers: All products by the same manufacturer. 1. Dal -Tile Corporation: www,daltile.com. 2. Substitutions: See Section 016000 - Product Requirements. B. Tile Finish Schedule: 1. Central Library Accent Tile: a. Rooms 101 and 102: b. Rooms 103 and 104: C. Room 105: 2. Central Library Floor Tile: a. Rooms 101 and 102: RM ARCHITECTURE SEPTEMBER, 2016 City Lights CL72 Honolulu, Y2 inch by'/ inch. City Lights CL 64 Hollywood, % inch by Y: inch.. City Lights CL75 Fiji,'/ inch by'/ inch. Formula FM95 Intersection Anthracite STD, 2.02 TRIM AND ACCESSORIES A. Ceramic Trim: Matching bullnose, surface bullnose, double bullnose, cove base, and cove ceramic shapes in sizes coordinated with field tile. 1. Manufacturer: Same as for tile. B. Thresholds: Marble, white or gray, honed finish; 2 inches (50 mm) wide by full width of wall or frame opening; 1/2 inch (12 mm) thick; beveled one long edge with radiused corners on top side; without holes, cracks, or open seams. 1. Applications: Provide at the following locations: a. At doorways where indicated. 2.03 MORTAR MATERIALS A. Manufacturers 1. Mapei. 2. Substitutions: See Section 016000 - Product Requirements. B. Mortar Bed Materials: Portland cement, sand, and water. C. Mortar Bond Coat Materials: 1. Dry -Set Portland Cement type: ANSI A118.1. 2. Latex -Portland Cement type: ANSI A118.4. CERAMIC TILE 093000.3 unpolished. b. Rooms 103 and 104: Unity P405 Ash Grey, unpolished. C. Room 105: Unity P402 Grigio, unpolished d. Central Library Wall Tile: a. Rooms 101 and 102: Formula FM96 Equation Grey STD, unpolished. b. Rooms 103 and 104: Unity P401 Beige, unpolished. C. Room 105: Formula FM93 Theorem Ivory STD, unpolished. d. Mariners Branch Library Accent Tile:. a. Accent Tile: City Lights CL 64 Hollywood, Yz inch by''/: inch b. Floor Tile: Unity P405 Ash Grey, unpolished. C. Wall Tile: Unity P401 Beige, unpolished. Base Tile: ANSI A137.1 and as follows: 1. Size and Shape: 8 inch x 6 inch. 2. Thickness: 5/8 inch. 3. Colors: To match wall tile. 2.02 TRIM AND ACCESSORIES A. Ceramic Trim: Matching bullnose, surface bullnose, double bullnose, cove base, and cove ceramic shapes in sizes coordinated with field tile. 1. Manufacturer: Same as for tile. B. Thresholds: Marble, white or gray, honed finish; 2 inches (50 mm) wide by full width of wall or frame opening; 1/2 inch (12 mm) thick; beveled one long edge with radiused corners on top side; without holes, cracks, or open seams. 1. Applications: Provide at the following locations: a. At doorways where indicated. 2.03 MORTAR MATERIALS A. Manufacturers 1. Mapei. 2. Substitutions: See Section 016000 - Product Requirements. B. Mortar Bed Materials: Portland cement, sand, and water. C. Mortar Bond Coat Materials: 1. Dry -Set Portland Cement type: ANSI A118.1. 2. Latex -Portland Cement type: ANSI A118.4. CERAMIC TILE 093000.3 RM ARCHITECTURE CITY OF NEWPORT BEACH SEPTEMBER, 2016 LIBRARY RESTROOM REMODEL PROJECTS 2.04 GROUT MATERIALS A. Manufacturers: 1. Mapei. 2. Substitutions: See Section 01 6000 - Product Requirements. B. Standard Grout: Any type specified in ANSI A118.6 or A118.7. 1. Colors at walls and wainscot: To be selected by Architect. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that sub -floor surfaces are smooth and flat within the tolerances specified for that type of work and are ready to receive tile. B. Verify that wall surfaces are smooth and flat within the tolerances specified for that type of work, are dust -free, and are ready to receive tile. C. Verify that sub -floor surfaces are dust -free and free of substances that could impair bonding of setting materials to sub -floor surfaces. D. Verify that concrete sub -floor surfaces are ready for tile installation by testing for moisture emission rate and alkalinity; obtain instructions if test results are not within limits recommended by tile manufacturer and setting materials manufacturer. 3.02 PREPARATION A. Protect surrounding work from damage. B. Vacuum clean surfaces and damp clean. C. Seal substrate surface cracks with filler. Level existing substrate surfaces to acceptable flatness tolerances. 3.03 INSTALLATION —GENERAL I1 B. C. D. E. F. 093000-4 Install tile, thresholds, and stair treads and grout in accordance with applicable requirements of ANSI A108.1 through Al 08.13, manufacturer's instructions, and TCA Handbook recommendations. Lay tile to pattern indicated. Do not interrupt tile pattern through openings. Cut and fit tile to penetrations through tile, leaving sealant joint space. Form corners and bases neatly. Align floor joints. Place tile joints uniform in width, subject to variance in tolerance allowed in tile size. Make joints watertight, without voids, cracks, excess mortar, or excess grout. Form internal angles square and external angles bullnosed. Install thresholds where indicated. CERAMIC TILE CITY OF NEWPORT BEACH RM ARCHITECTURE LIBRARY RESTROOM REMODEL PROJECTS SEPTEMBER, 2016 G. Sound tile after setting. Replace hollow sounding units. H. Keep expansion joints free of adhesive or grout. Apply sealant to joints. I. Allow tile to set for a minimum of 48 hours prior to grouting. J. Grout tile joints. Use standard grout unless otherwise indicated. K. Apply sealant to junction of tile and dissimilar materials and junction of dissimilar planes. 3.04 INSTALLATION -WALL TILE A. Over interior concrete and masonry install in accordance with TCA Handbook Method W202, thin -set with dry -set or latex-portland cement bond coat. 3.05 CLEANING A. Clean tile and grout surfaces. 3.06 PROTECTION A. Do not permit traffic over finished floor surface for 4 days after installation. END OF SECTION CERAMIC TILE 093000-5 CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS SECTION 09 5110 SUSPENDED ACUOUSTICAL CEILINGS PART 1GENERAL 1.01 SECTION INCLUDES A. Acoustical units installed in existing t -bar grid system. 1.02 REFERENCES RM ARCHITECTURE SEPTEMBER, 2016 A. ASTM C 636/C 636M — Standard Practice for Installation of Ceiling Suspension Systems for Acoustical Tile and Lay -In Panels; 2006 B. ASTM E 580/E 580M — Standard Practice for Application of Ceiling Suspension Systems for Acoustical Tile and Lay -In Panels in Areas Requiring Seismic Restraint; 2006. C. ASTM E 1264—Standard Classification for Acoustical Ceiling Products; 2005 1.03 SUBMITTALS A. See Section 01 3000 —Administrative Requirements, for submittal procedures. B. Product Data: Provide data on suspension system components. C. Samples: Submit three samples 6x6 inch in size illustrating material and finish of acoustical units. D. Samples: Submit three samples each, 8 inches long, of suspension system main runner and perimeter molding. E. Manufacturer's Installation Instructions: Indicate special procedures. 1.04 QUALITY ASSURANCE A. Suspension System Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience. Acoustical Unit Manufacture Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience. Ii1tiFIIIIIIIIIIIIa121411IM0117Y11611R A. Maintain uniform temperature of minimum 60 degrees F and maximum humidity of 40 percent prior to, during, and after acoustical unit installation. `i7e\TiI_1111 0 -.T 0W A. See Section 01 6000 — Product Requirements, for additional provisions. B. Provide 10 percent of total acoustical unit area or one full box, whichever is greater of each type of acoustical unit for Owner's use in maintenance of project. SUSPENDED ACOUSTICAL CEILINGS 095110-1 RM ARCHITECTURE CITY OF NEWPORT BEACH SEPTEMBER, 2016 LIBRARY RESTROOM REMODEL PROJECTS PART 2 PRODUCTS 2.01 ACOUSTICAL UNITS A. Manufacturers: 1. Armstrong World Industries, Inc: www.armstrong.com 2. Substitutions: See Section 01 6000 — Product Requirements. B. Acoustical Units — General: ASTM E 1264, Class A. C. Acoustical Panels: Painted mineral fiber, ASTM E 1264 Type III, with the following characteristics: 1. Size: 24x48 inches. 2. Thickness: 7/8 inches. 3. Edge: Angled Tegular (verify in field). 4. Surface Color: White. 5. Product: Fine Fissured Open Plan' (1757) by Armstrong World Industries. 6. At Central Library room 105: Cirrus Themes 'Under the Sea'. Architect to select up to three different specialty tiles for inclusion listed as S800 through S855. 2.02 ACCESSORIES A. Support Channels and Hangers: Galvanized steel, size and type to suit application, seismic requirements, and ceiling system flatness requirement specified. PART 3 EXECUTION 3.01 EXAMINATION A. Verify existing conditions before starting work. B. Verify that layout of hangers will not interfere with other work. 3.03 INSTALLATION —ACOUSTICAL UNITS A. Install acoustical units in accordance with manufacturer's instructions. B. Fit acoustical units in place, free from damaged edges or other defects detrimental to appearance and function. C. Fit border trim neatly against abutting surfaces. D. Install units after above -ceiling work is complete. E. Install units level, in uniform plane, and free from twist, warp, and dents. F. Cutting Acoustical Units: 1. Make field cut edges same profile as factory edges. END OF SECTION 095110-2 SUSPENDED ACOUSTICAL CEILINGS CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS SECTION 09 9000 PAINTINGS AND COATINGS PART 1GENERAL 1.01 SECTION INCLUDES A. Surface preparation. B. Field application of paints, stains, varnishes, and other coatings. RM ARCHITECTURE SEPTEMBER, 2016 C. Scope: Finish all interior and exterior surfaces exposed to view, unless fully factory - finished and unless otherwise indicated, including the following: D. Do Not Paint or Finish the Following Items: 1. Items fully factory -finished unless specifically so indicated; materials and products having factory -applied primers are not considered factory finished. 2. Items indicated to receive other finishes. 3. Items indicated to remain unfinished. 4. Fire rating labels, equipment serial number and capacity labels, and operating parts of equipment. 5. Floors, unless specifically so indicated. 6. Glass. 7. Concealed pipes, ducts, and conduits. 1.02 REFERENCE STANDARDS A. 40 CFR 59, Subpart D - National Volatile Organic Compound Emission Standards for Architectural Coatings; U.S. Environmental Protection Agency; current edition. B. ASTM D 3359 - Standard Test Methods for Measuring Adhesion by Tape Test; 2009. C. ASTM D 4442 - Standard Test Methods for Direct Moisture Content Measurement of Wood and Wood -Base Materials; 2007. D. GreenSeal GS -11 - Paints; 1993.E.SSPC (PM1) - Good Painting Practice: SSPC Painting Manual, Vol. 1; Society for Protective Coatings; Fourth Edition. 1.03 SUBMITTALS A. See Section 01 3000 - Administrative Requirements, for submittal procedures. B. Product Data: Provide data on all finishing products, including VOC content. C. Samples: Submit three drawdown samples of selected colors for review. D. Certification: By manufacturer that all paints and coatings comply with VOC limits specified. E. Certification: By manufacturer that all paints and coatings do not contain any of the prohibited chemicals specified; GreenSeal GS -11 certification is not required but if provided shall constitute acceptable certification. PAINTINGS AND COATINGS 099000-1 RM ARCHITECTURE SEPTEMBER, 2016 CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS Maintenance Data: Submit data on cleaning, touch-up, and repair of painted and coated surfaces. G. Maintenance Materials: Furnish the following for Owner's use in maintenance of project. 1. See Section 01 6000 - Product Requirements, for additional provisions. 2. Extra Paint and Coatings: 1 gallon (4 L) of each color; store where directed. 3. Label each container with color in addition to the manufacturer's label. 1.04 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the products specified, with minimum three years documented experience. B. Applicator Qualifications: Company specializing in performing the type of work specified approved by manufacturer. 1.05 DELIVERY, STORAGE, AND HANDLING 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. C. Paint Materials: Store at minimum ambient temperature of 45 degrees F (7 degrees C) and a maximum of 90 degrees F (32 degrees C), in ventilated area, and as required by manufacturer's instructions. 1.06 FIELD CONDITIONS A. B. C. D. E. Do not apply materials when surface and ambient temperatures are outside the temperature ranges required by the paint product manufacturer. Follow manufacturer's recommended procedures for producing best results, including testing of substrates, moisture in substrates, and humidity and temperature limitations. Do not apply exterior coatings during rain or snow, or when relative humidity is outside the humidity ranges required by the paint product manufacturer. Minimum Application Temperatures for Latex Paints: 45 degrees F (7 degrees C) for interiors; 50 degrees F (10 degrees C) for exterior; unless required otherwise by manufacturer's instructions. Minimum Application Temperature for Varnish Finishes: 65 degrees F (18 degrees C) for interior or exterior, unless required otherwise by manufacturer's instructions. Provide lighting level of 80 ft candles (860 Ix) measured mid -height at substrate surface. 099000-2 PAINTINGS AND COATINGS CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS 1.07 EXTRA MATERIALS RM ARCHITECTURE SEPTEMBER, 2016 A. See Section 01 6000 - Product Requirements, for additional provisions. B. Supply 1 gallon (4 L) of each color; store where directed. C. Label each container with color in addition to the manufacturer's label. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Provide all paint and coating products used in any individual system from the same manufacturer; no exceptions. B. Paints: PPG Architectural Finishes: www.ppgideascapes.com. C. Substitutions: See Section 01 6000 - Product Requirements. 2.02 PAINTS AND COATINGS — GENERAL A. Paints and Coatings: Ready mixed, unless intended to be a field -catalyzed coating. 1. Provide paints and coatings of a soft paste consistency, capable of being readily and uniformly dispersed to a homogeneous coating, with good flow and brushing properties, and capable of drying or curing free of streaks or sags. 2. Provide materials that are compatible with one another and the substrates indicated under conditions of service and application, as demonstrated by manufacturer based on testing and field experience. 3. Supply each coating material in quantity required to complete entire project's work from a single production run. 4. Do not reduce, thin, or dilute coatings or add materials to coatings unless such procedure is specifically described in manufacturer's product instructions. B. Primers: Where the manufacturer offers options on primers for a particular substrate, use primer categorized as "best" by the manufacturer. C. Volatile Organic Compound (VOC) Content: 1. Provide coatings that comply with the most stringent requirements specified in the following: a. 40 CFR 59, Subpart D --National Volatile Organic Compound Emission Standards for Architectural Coatings. b. Architectural coatings VOC limits of 2. Determination of VOC Content: Testing and calculation in accordance with 40 CFR 59, Subpart D (EPA Method 24), exclusive of colorants added to a tint base and water added at project site, or other method acceptable to authorities having jurisdiction. PAINTINGS AND COATINGS 099000-3 RM ARCHITECTURE SEPTEMBER, 2016 CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS D. Colors: To be selected from manufacturer's full range of available colors. 1. Selection to be made by Architect after award of contract. 2. Color Schedules a. The Architect will prepare a color schedule with samples for guidance in painting after color selection from samples submitted. b. The Architect may select, allocate, and vary colors on different surfaces throughout the work, subject to the following: 1) Interior Work: A maximum of six (6) different pigmented colors will be used, with variations for trim and wall surfaces and wainscots. 3. Paints at Wet Areas a. In toilet rooms and contiguous areas, add an approved fungicide to paints. b. For oil based paints, use 1 % phenylmercuric or 4% tetrachlorophenol. C. For water emulsion and glue size surfaces, use 4% sodium tetrachlorophenate. PART 3 EXECUTION 3.01 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. C. If substrate preparation is the responsibility of another installer, notify Architect of unsatisfactory preparation before proceeding. D. Test shop -applied primer for compatibility with subsequent cover materials. E. 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. Gypsum Wallboard: 12 percent. 2. Plaster and Stucco: 12 percent. 3. Masonry, Concrete, and Concrete Unit Masonry: 12 percent. 4. Exterior Wood: 15 percent, measured in accordance with ASTM D 4442. 3.02 PREPARATION A. Clean surfaces thoroughly and correct defects prior to coating application. B. Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for the substrate under the project conditions. C. Remove or repair existing coatings that exhibit surface defects. D. Remove surface appurtenances, including electrical plates, hardware, light fixture trim, escutcheons, and fittings, prior to preparing surfaces or finishing. E. Seal surfaces that might cause bleed through or staining of topcoat. F. Remove mildew from impervious surfaces by scrubbing with solution of tetra -sodium phosphate and bleach. Rinse with clean water and allow surface to dry. 099000-4 PAINTINGS AND COATINGS CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS RM ARCHITECTURE SEPTEMBER, 2016 G. Concrete and Unit Masonry Surfaces to be Painted: Remove dirt, loose mortar, scale, salt or alkali powder, and other foreign matter. Remove oil and grease with a solution of tri -sodium phosphate; rinse well and allow to dry. Remove stains caused by weathering of corroding metals with a solution of sodium metasilicate after thoroughly wetting with water. Allow to dry. H. Gypsum Board Surfaces to be Painted: Fill minor defects with filler compound. Spot prime defects after repair. I. Galvanized Surfaces to be Painted: Metal etch and solvent clean per SSPC-SP1 followed by thorough water rinsing. Brush blast or sand with 80-100 grit sand paper to remove pre -treatments and produce lightly etched surface. Apply a test patch of the coating system specified. Allow product(s) to cure at least one week before testing adhesion per ASTM D3359. J. Ferrous Metal Surfaces to be Painted: Prepare using SSPC SP -6 (NACE No. 3 - commercial blast cleaning). K. Uncorroded Uncoated Steel and Iron Surfaces to be Painted: Remove grease, mill scale, weld splatter, dirt, and rust. Where heavy coatings of scale are evident, remove by hand wire brushing or sandblasting; clean by washing with solvent. Apply a treatment of phosphoric acid solution, ensuring weld joints, bolts, and nuts are similarly cleaned. Prime paint entire surface; spot prime after repairs. L. Shop -Primed Steel Surfaces to be Finish Painted: Sand and scrape to remove loose primer and rust. Feather edges to make touch-up patches inconspicuous. Clean surfaces with solvent. Prime bare steel surfaces. Re -prime entire shop -primed item. M. Exterior Wood Surfaces to Receive Opaque Finish: Remove dust, grit, and foreign matter. Seal knots, pitch streaks, and sappy sections. Fill nail holes with tinted exterior caulking compound after prime coat has been applied. Back prime concealed surfaces before installation. N. Metal Doors to be Painted: Prime metal door top and bottom edge surfaces. A. Exterior Wood to Receive Opaque Finish: If final painting must be delayed more than 2 weeks after installation of woodwork, apply primer within 2 weeks and final coating within 4 weeks. B. Apply products in accordance with manufacturer's instructions. C. Do not apply finishes to surfaces that are not dry. Allow applied coats to dry before next coat is applied. D. Apply each coat to uniform appearance. E. Sand wood and metal surfaces lightly between coats to achieve required finish. Vacuum clean surfaces of loose particles. Use tack cloth to remove dust and particles just prior to applying next coat. PAINTINGS AND COATINGS 099000-5 RM ARCHITECTURE CITY OF NEWPORT BEACH SEPTEMBER, 2016 LIBRARY RESTROOM REMODEL PROJECTS G. Reinstall electrical cover plates, hardware, light fixture trim, escutcheons, and fittings removed prior to finishing. 3.04 FIELD QUALITY CONTROL A. See Section 01 4000 - Quality Requirements, for general requirements for field inspection. 3.05 SCHEDULE - PAINT SYSTEMS A. Interior 1. Gypsum Board: a. Prime Coat: 6-2 SpeedHide Interior Quick -Drying Latex Sealer b. Second Coat: 6-500 SpeedHide Interior Semi -Gloss Latex C. Third Coat: 6-500 SpeedHide Interior Semi -Gloss Latex END OF SECTION 099000-6 PAINTINGS AND COATINGS CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS SECTION 10 1400 IDENTIFYING DEVICES PART 1GENERAL 1.01 SECTION INCLUDES A. Interior signage 1.02 SUBMITTALS RM ARCHITECTURE SEPTEMBER, 2016 A. See Section 01 3000 - Administrative Requirements, for submittal procedures. B. Product Data: Manufacturer's specifications and other data needed to prove compliance with the specified requirements. 1. Materials list of items proposed to be provided under this Section. 2. Manufacturer's specifications and other data needed to prove compliance with the specified requirements. C. Details of installation and anchorage sufficient to enable proper interface of the work of this Section with the work of other trades. D. Manufacturer's recommended installation procedures which, when approved by the Architect, will become the basis for accepting or rejecting actual installation procedures used on the Work. 1.03 QUALITY ASSURANCE A. Use adequate number of skilled workmen thoroughly trained and experienced in the necessary crafts and completely familiar with the specified requirements and methods needed for proper performance of the work of this Section. Unless noted otherwise signage to be provided by one manufacturer. 1.06 DELIVERY, STORAGE, AND HANDLING A. Comply with pertinent provisions of Section 01 6000 — Product Requirements. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Design is based on use of standard products manufactured by Architectural Signing, Inc., and trade names of that manufacturer are used herein. B. Substitutions: See Section 01 6000—Product Requirements, IDENTIFYING DEVICES 101400-1 RM ARCHITECTURE SEPTEMBER, 2016 2.02 DOOR SIGNS CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS A. Provide ASI series SPE toilet room door sign plaques with the following attributes: 1. Size: 12" circle to signify unisex use complying with pertinent requirement of Title 24 of California Administrative Code, %" thick. 2. Type style:'Times Roman' 3. Plaque color: To be selected by Architect. 4. Background color: To be selected by Architect. 5. Frame finish: To be selected by Architect. 6. Margins: Center/center. 7. Mounting: Screw mounting — 60" high above finish floor. 8. Messages: Unisex symbols. 9. Text: Provide raised letters and Braille text to meet ADA standards and any other ADA required signs. Mount at +60" above finished floor to center of sign on latch side of door. PART 3 EXECUTION 3.01 SURFACE CONDITIONS A. Examine the areas and conditions under which work of this Section will be performed. Correct conditions detrimental to timely and proper completion of the Work. Do not proceed until unsatisfactory conditions are corrected. 3.02 INSTALLATION A. Install the work of this Section in strict accordance with the manufacturer's recommendations as approved by the Owner, using only the approved mounting materials, and locating all components firmly into position, level, and plumb. END OF SECTION 101400-2 IDENTIFYING DEVICES CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS SECTION 10 2113 TOILET PARTITIONS PART GENERAL 1.01 SECTION INCLUDES A. Toilet partition stalls B. Urinal screens 1.02 SUBMITTALS RM ARCHITECTURE SEPTEMBER, 2016 A. See Section 01 3000 - Administrative Requirements, for submittal procedures. B. Product Data: Provide manufacturers' data sheets panels, connectors, and other materials. C. Shop Drawings: Indicate stall layout. D. Provide three samples, 4 inch by 4 inch, of each selected finish. 1.03 DELIVERY, STORAGE, AND HANDLING A. Protect panels and materials from damage with manufacturer's standard PVC film over components. 1.04 WARRANTY A. Provide manufacturers standard five year warranty against corrosion or discoloration. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Products listed are made by Accurate Partitions Group, Corp. Provide all compartments and screens from one manufacturer. 1. Toilet compartments: Floor anchored with overhead brace. 2. Urinal screens: Wall mounted B. Other Acceptable Manufacturers: 1. Substitutions: Section 01 6000 - Product Requirements. 2.02 MATERIALS A. Doors, panels, pilasters, and urinal screens: 1. Shall be manufactured with a resin impregnated honeycomb core that is bonded under pressure to the stainless steel with a non-toxic adhesive to ensure solid construction and sound attenuation. All the stainless steel components shall be assembled with a continuous roll -formed interlocking, 22 gauge stainless steel crown molding welded and ground smooth at the corners. TOILET PARTITIONS 102113-1 RM ARCHITECTURE CITY OF NEWPORT BEACH SEPTEMBER, 2016 LIBRARY RESTROOM REMODEL PROJECTS B. Pilasters: 1. Shall be 1 '/4 inch thick, 82 inches high, and fabricated from tension leveled 22 gauge, type 304 stainless steel bonded to sound deadening honeycomb core. 2.03 HARDWARE A. Door Hardware: 1. Accurate gravity actuated, cam -action hinges that permit door to remain at desired position when not in use. Hinges shall be one-piece strike and keeper shall be chromium plated Zamac to resist corrosion. Hinges, strike and keeper shall be attached with tamper resistant barrel nuts and shoulder screws. Conceded latch assembly will allow for emergency access. Doors for accessible compartments shall be supplied with Accurate ADA paddle handles. B. Mounting Hardware: 1. Chrome plated Zamac stirrup brackets shall be used to mount panels and pilasters. Mounting hardware shall be secured with tamper resistant screws. 2.04 ACCESSORIES A. Provide coat hook on each door of chromium plated Zamac to resist corrosion. B. Provide folding utility shelf (14 inch by 5 inch) at each compartment fabricated of 18 gauge type 304 stainless steel with raised rim with automatic hinge to return shelf to upright position when not in use. 2.05 FINISH A. All components shall be type 304 stainless steel with a #4 finish. PART 3 EXECUTION 3.01 EXAMINATION A. Verify existing conditions before starting work. B. Verify exact location of accessories for installation. 3.02 PREPARATION A. Provide templates and rough -in measurements as required. 3.03 INSTALLATION A. Install accessories in accordance with manufacturers' instructions. B. Install plumb and level, securely and rigidly anchored to substrate. C. Mounting Heights and Locations: As required by accessibility regulations and as indicated on drawings 102113-2 TOILET PARTITIONS CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS D. Partition Installation: RM ARCHITECTURE SEPTEMBER, 2016 One-piece mounting fork and include an integral leveling bolt to provide proper height adjustment. Floor anchoring system shall be concealed by a type 304 stainless steel trim show with a #4 finish. Aluminum headrail with anti -grip profile shall provide overhead bracing and span all compartments and brace the end pilaster to the back wall. END OF SECTION TOILET PARTITIONS 102113-3 CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS SECTION 10 2813 TOILET, BATH, AND LAUNDRY ACCESSORIES PART 1GENERAL 1.01 SECTION INCLUDES A. Accessories for toilet rooms. B. Grab bars. C. Hand dryers. 1.02 REFERENCE STANDARDS RM ARCHITECTURE SEPTEMBER, 2016 A. ASTM A 666 - Standard Specification for Annealed or Cold -Worked Austenitic Stainless Steel Sheet, Strip, Plate, and Flat Bar, 2003.B.GSA CID A -A-3002 - Mirrors, Glass; U.S. General Services Administration, 1996. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Products listed are made by American Specialties. Inc. Provide all accessories from one manufacturer. B. Other Acceptable Manufacturers: 1. Substitutions: Section 01 6000 - Product Requirements. 2.02 TOILET ROOM ACCESSORIES A. Grab Bars: Series 3800, Type 56. Stainless steel, 1-1/4 inches (32 mm) outside diameter, minimum 0.05 inch (1.3 mm) wall thickness, nonslip grasping surface finish, concealed flange mounting; 1-1/2 inches (38 mm) clearance between wall and inside of grab bar. B. Partition Mounted Dispensers: 1. Men: Model 0484 partition mounted dual access seat cover and toilet tissue dispenser. 2. Women: Model 0484 partition mounted dual access seat cover and toilet tissue dispenser with sanitary napkin disposal. C. Mirrors: Model 8026 frameless stainless steel mirror, 18 inch by 24 inch. D. Soap Dispenser: Model 20333 automatic deck mounted soap dispenser. E. Paper Towel Dispensers: Model 0457 recessed paper towel dispenser. F. Free Standing Waste Receptacle: Model 0811 freestanding open waste receptacle. G. Baby Changing Station: Model 9012 surface mounted baby changing station. 1. Central Library Room 105: Model 9020 toddler safety seat. TOILET, BATH, AND LAUNDRY ACCESSORIES 102813-1 RM ARCHITECTURE SEPTEMBER, 2016 2.02 HAND DRYERS A. Manufacturer CITY OF NEWPORT BEACH LIBRARY RESTROOM REMODEL PROJECTS 1. Products listed are made by Dyson. 2. Substitutions: Section 01 6000 — Product Requirements B. Hand Dryer: 1. Model: Airblade V 2. Input Voltage: 110V 3. Amp: 11.7 amps 4. Motor Switching Rate: 6,100 per second 5. Operating Temperature: 32 degrees to 104 degrees F. 6. Heater Type: None 7. Filter: Double life HEPA filter, bacteria removal at 99.97% at 0.3 microns. 8. Operation: Touch free proximity capacitive sensor. 9. Operation Lockout: 30 seconds. 10. Airspeed: 420mph PART 3 EXECUTION 3.01 EXAMINATION A. Verify existing conditions before starting work. B. Verify exact location of accessories for installation. 3.02 PREPARATION A. Deliver inserts and rough -in frames to site for timely installation. B. Provide templates and rough -in measurements as required. 3.03 INSTALLATION A. Install accessories in accordance with manufacturers' instructions. B. Install plumb and level, securely and rigidly anchored to substrate. C. Mounting Heights and Locations: As required by accessibility regulations and as indicated on drawings END OF SECTION 102813-2 TOILET, BATH, AND LAUNDRY ACCESSORIES RM ARCHITECTURE CITY OF NEWPORT BEACH SEPTEMBER, 2016 LIBRARY REMODEL PROJECTS SECTION 22 05 03 PIPES AND TUBES FOR PLUMBING PIPING AND EQUIPMENT PART 1 -GENERAL 1.01 SUMMARY A. Section Includes: Pipe and pipe fittings for the following systems: 1. Domestic water piping, within 5 feet of building. 2. Domestic water piping, above grade. 3. Sanitary sewer piping, within 5 feet of building. 4. Sanitary sewer piping, above grade. 5. Unions and flanges. 6. Underground pipe markers. 7. Bedding and cover materials. B. Related Sections: 1. Section 07 84 00 - Firestopping: Product requirements for firestopping for placement by this section. 2. Section 08 31 13 - Access Doors and Frames: Product requirements for access doors for placement by this section. 3. Section 09 90 00 - Painting and Coating: Product and execution requirements for painting specified by this section. 4. Section 22 05 23 - General -Duty Valves for Plumbing Piping: Product requirements for valves for placement by this section. 5. Section 22 05 29 - Hangers and Supports for Plumbing Piping and Equipment: Product requirements for pipe hangers and supports and firestopping for placement by this section. 6. Section 22 07 00 - Plumbing Insulation: Product requirements for piping insulation for placement by this section. 7. Section 31 05 13 - Soils for Earthwork: Soils for backfill in trenches. 8. Section 31 05 16 - Aggregates for Earthwork: Aggregate for backfill in trenches. 9. Section 31 23 16 - Excavation: Product and execution requirements for excavation and backfill required by this section. 10. Section 31 23 17 - Trenching: Execution requirements for trenching for underground piping systems. 11. Section 31 23 23 - Fill: Execution requirements for backfilling required by this section. 1.02 REFERENCES A. American Society of Mechanical Engineers: 1. ASME B16.1 -Cast Iron Pipe Flanges and Flanged Fittings. 2. ASME B16.3 - Malleable Iron Threaded Fittings. 3. ASME B16.4 - Gray Iron Threaded Fittings. 4. ASME 816.18 - Cast Copper Alloy Solder Joint Pressure Fittings. 5. ASME 816.22 - Wrought Copper and Copper Alloy Solder Joint Pressure Fittings. 6. ASME B16.23 - Cast Copper Alloy Solder Joint Drainage Fittings (DWV). 7. ASME B16.29 - Wrought Copper and Wrought Copper Alloy Solder Joint Drainage Fittings - DW V. 8. ASME B31.9 - Building Services Piping. 9. ASME B36.10M - Welded and Seamless Wrought Steel Pipe. B. ASTM International: 1. ASTM A47IA47M - Standard Specification for Ferritic Malleable Iron Castings. PIPES AND TUBES FOR PLUMBING PIPING AND EQUIPMENT 22-0503-1 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS RM ARCHITECTURE SEPTEMBER, 2016 2. ASTM A53/A53M - Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc - Coated, Welded and Seamless. 3. ASTM A74 - Standard Specification for Cast Iron Soil Pipe and Fittings. 4. ASTM A234/A234M - Standard Specification for Piping Fittings of Wrought Carbon Steel and Alloy Steel for Moderate and High Temperature Service. 5. ASTM A888 — Standard Specification for Hubless Cast Iron Soil Pipe and Fittings for Sanitary and Storm Drain, Waste, and Vent Piping Applications. 6. ASTM B32 - Standard Specification for Solder Metal. 7. ASTM B88 - Standard Specification for Seamless Copper Water Tube. 8. ASTM B306 - Standard Specification for Copper Drainage Tube (DW V). 9. ASTM C564 - Standard Specification for Rubber Gaskets for Cast Iron Soil Pipe and Fittings. 10. ASTM D1248 — Standard Specification for Polyethylene Plastics Molding and Extrusion Material. C. American Welding Society: 1. AWS A5.8 - Specification for Filler Metals for Brazing and Braze Welding. 2. AWS D1.1 -Structural Welding Code -Steel. D. Cast Iron Soil Pipe Institute: 1. CISPI 301 - Standard Specification for Hubless Cast Iron Soil Pipe and Fittings for Sanitary and Storm Drain, Waste, and Vent Piping Applications. 2. CISPI 310 -Specification for Coupling for Use in Connection with Hubless Cast Iron Soil Pipe and Fittings for Sanitary and Storm Drain, Waste, and Vent Piping Applications. 1.03 SUBMITTALS A. Section 01 33 00 - Submittal Procedures: Submittal procedures. B. Shop Drawings: Indicate layout of piping systems, including equipment, critical dimensions, and sizes. Submit shop drawings sealed by registered professional engineer. C. Product Data: Submit data on pipe materials and fittings. Submit manufacturers catalog information. D. Design Data: Indicate pipe sizes. Indicate pipe sizing methods. Indicate calculations used. Submit sizing methods and calculations sealed by registered professional engineer. E. Welders' Certificate: Include welders' certification of compliance with ASME Section IX. 1.04 QUALITY ASSURANCE A. Perform Work in accordance with ASME 831.9 code for installation of piping systems and ASME Section IX for welding materials and procedures. B. Maintain one copy of each document on site. 1.05 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing Products specified in this section with minimum three years documented experience. B. Installer: Company specializing in performing work of this section with minimum 5 years documented experience approved by manufacturer. C. Design piping systems with pipe hangers and supports under direct supervision of Professional Engineer experienced in design of this Work and licensed in State of California. 220503-2 PIPES AND TUBES FOR PLUMBING PIPING AND EQUIPMENT RM ARCHITECTURE SEPTEMBER, 2016 1.06 PRE -INSTALLATION MEETINGS CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS A. Section 01 30 00 - Administrative Requirements: Pre -installation meeting. B. Convene minimum one week prior to commencing work of this section. 1.07 DELIVERY, STORAGE, AND HANDLING A. Section 01 60 00 - Product Requirements: Requirements for transporting, handling, storing, and protecting products. B. Furnish temporary end caps and closures on piping and fittings. Maintain in place until installation. C. Protect piping from entry of foreign materials by temporary covers, completing sections of the Work, and isolating parts of completed system. 1.08 ENVIRONMENTAL REQUIREMENTS A. Section 01 60 00 - Product Requirements: Environmental conditions affecting products on site. B. Do not install underground piping when bedding is wet or frozen. 1.09 FIELD MEASUREMENTS A. Verify field measurements prior to fabrication. 1.10 COORDINATION A. Section 01 30 00 - Administrative Requirements: Requirements for coordination. B. Coordinate installation of buried piping with trenching. PART2-PRODUCTS 2.01 DOMESTIC WATER PIPING, BURIED WITHIN 5 FEET OF BUILDING A. Copper Tubing: ASTM B88, Type K annealed. 1. Fittings: ASME B16.18, cast copper, or ASME 816.22, wrought copper. 2. Joints: Compression connection or Brazed, AWS A5.8 BCuP silver/phosphorus/copper alloy with melting range 1190 to 1480 degrees F. 2.02 DOMESTIC WATER PIPING, ABOVE GRADE A. Copper Tubing: ASTM B88, Type L., hard drawn. 1. Fittings: ASME 816.18, cast copper alloy or ASME 816.22, wrought copper and bronze. 2. Joints: Solder, lead free, ASTM B32, 95-5 tin -antimony, or tin and silver, with melting range 430 to 535 degrees F. 2.03 SANITARY SEWER PIPING, BURIED WITHIN 5 FEET OF BUILDING A. Cast Iron Soil Pipe: ASTM A888 plain ends. 1. Fittings: Cast iron, ASTM A888. 2. Joints: CIS PI HSN compression type with ASTM C564 neoprene gaskets or lead and oakum. PIPES AND TUBES FOR PLUMBING PIPING AND EQUIPMENT 22.0503.3 CITY OF NEWPORT BEACH RM ARCHITECTURE LIBRARY REMODEL PROJECTS SEPTEMBER, 2016 3. Acceptable Manufacturers: ABI, Charlotte and Tyler Pipe. B. Cast Iron Pipe: CISPI 301, hub -less. 1. Fittings: Cast iron, CISPI 301. 2. Joints: CISPI 310, neoprene gasket and stainless steel clamp and shield assemblies. 3. Acceptable Manufacturers: ABI, Charlotte and Tyler Pipe. C. Polyethylene Encasement: ASTM D1248 polyethylene tube or sheet form to encase cast iron pipe, with minimum 0.008 inch (0.20 mm) thickness. Install encasement as per ASTM A74 and manufacturers recommendations. 2.04 SANITARY SEWER PIPING, ABOVE GRADE A. Cast Iron Pipe: ASTM A888, service weight. 1. Fittings: Cast iron, ASTM A888. 2. Joints: ASTM C564, rubber gasket joint devices or lead and oakum. 3. Acceptable Manufacturers: ABI, Charlotte and Tyler Pipe. B. Cast Iron Pipe: CISPI 301, hub -less, service weight. 1. Fittings: Cast iron, CISPI 301. 2. Joints: CISPI 310, neoprene gaskets and stainless steel clamp -and -shield assemblies. 3. Acceptable Manufacturers: ABI, Charlotte and Tyler Pipe. C. Copper Tube: ASTM B306, DWV. 1. Fittings: ASME 816.23, cast bronze, or ASME B16.29, wrought copper. 2. Joints: Solder, lead free, ASTM B32, 95-5 tin -antimony, or tin and silver, with melting range 430 to 535 degrees F. 2.05 FLEXIBLE CONNECTORS A. Manufacturers: 1. Flex -Hose Co., Inc. 2. Flex -Weld, Inc./Keflex. 3. The Metraflex Company. 4. Twin City Hose, Inc. 5. USHose Corp. 6. Substitutions: Section 01 60 00 - Product Requirements. B. 2 inches and Smaller: Corrugated stainless steel hose with single layer of stainless steel exterior braiding, copper tubing ends; maximum working pressure 170 psig, threaded or soldered connections. C. 2-1/2 inches and Larger: Corrugated stainless steel hose with single layer of stainless steel exterior braiding, Class 150 flanged ends; maximum working pressure 190 psig. 2.06 UNIONS AND FLANGES A. Unions for Pipe 2 inches and Smaller: 1. Ferrous Piping: Class 150, malleable iron, threaded. 2. Copper Piping: Class 150, bronze unions with soldered. 3. Dielectric Connections: Union with galvanized or plated steel threaded end, copper solder end, water impervious isolation barrier. B. Flanges for Pipe 2-1/2 inches and Larger: 1. Ferrous Piping: Class 150, forged steel, slip-on flanges. 2. Copper Piping: Class 150, slip-on bronze flanges. 220503-4 PIPES AND TUBES FOR PLUMBING PIPING AND EQUIPMENT RM ARCHITECTURE CITY OF NEWPORT BEACH SEPTEMBER, 2016 LIBRARY REMODEL PROJECTS 3. Gaskets: 1/16 inch thick preformed neoprene gaskets. 2.07 UNDERGROUND PIPE MARKERS A. Manufacturers: 1. Secton. 2. Brady. 3. Substitutions: Section 01 60 00 - Product Requirements. B. Plastic Ribbon Tape: Bright colored, continuously printed, minimum 6 inches wide by 4 mil thick, manufactured for direct burial service. C. Trace Wire: Magnetic detectable conductor, bare. 2.08 BEDDING AND COVER MATERIALS A. Bedding: As specified in Section 31 05 16. B. Cover: As specified in Section 31 05 16. C. Soil Backfill from Above Pipe to Finish Grade: As specified in Section 31 05 13. Subsoil with no rocks over 6 inches in diameter, frozen earth or foreign matter. PART 3 -EXECUTION 3.01 EXAMINATION A. Section 01 30 00 - Administrative Requirements: Verification of existing conditions before starting work. B. Verify excavations are to required grade, dry, and not over -excavated. C. Verify trenches are ready to receive piping. 3.02 PREPARATION A. Ream pipe and tube ends. Remove burrs. B. Remove scale and dirt on inside and outside before assembly. C. Prepare piping connections to equipment with flanges or unions. D. Keep open ends of pipe free from scale and dirt. Protect open ends with temporary plugs or caps. 3.03 INSTALLATION - BURIED PIPING SYSTEMS A. Verify connection size, location, and invert are as indicated on Drawings. B. Establish elevations of buried piping with not less than 1 It of cover. C. Establish minimum separation of 1 foot from other services piping in accordance with CPC code. D. Excavate pipe trench in accordance with Section 31 23 17. E. Install pipe to elevation as indicated on Drawings or as required. PIPES AND TUBES FOR PLUMBING PIPING AND EQUIPMENT 22.0503.5 CITY OF NEWPORT BEACH RM ARCHITECTURE LIBRARY REMODEL PROJECTS SEPTEMBER, 2016 F. Place bedding material at trench bottom to provide uniform bedding for piping, level bedding materials in one continuous layer not exceeding 6 inches compacted depth; compact to 95 percent maximum density. G. Install pipe on prepared bedding. H. Route pipe in straight line. I. Install pipe to allow for expansion and contraction without stressing pipe or joints. J. Install shutoff and drain valves at locations indicated on Drawings in accordance with this Section. K. Install plastic ribbon tape continuous overtop of pipe, 6 inches above pipeline. L. Install trace wire continuous overtop of pipe, 6 inches above pipeline. M. Pipe Cover and Backfilling: 1. Backfill trench in accordance with Section 31 23 23. 2. Maintain optimum moisture content of fill material to attain required compaction density. 3. After hydrostatic test, evenly backfill entire trench width by hand placing backfill material and hand tamping in 6 inches compacted layers to 12 inches minimum cover over top of jacket. Compact to 95 percent maximum density. 4. Evenly and continuously backfill remaining trench depth in uniform layers with backfill material. 5. Do not use wheeled or tracked vehicles for tamping. 3.04 INSTALLATION -ABOVE GROUND PIPING A. Route piping in orderly manner and maintain gradient. Route parallel and perpendicular to walls. B. Install piping to maintain headroom without interfering with use of space or taking more space than necessary. C. Group piping whenever practical at common elevations. D. Sleeve pipe passing through partitions, walls and floors. Refer to Section 22 05 29. E. Install piping to allow for expansion and contraction without stressing pipe, joints, or connected equipment. F. Provide clearance in hangers and from structure and other equipment for installation of insulation and access to valves and fittings. Refer to Section 22 07 00. G. Provide clearance for installation of insulation and access to valves and fittings. H. Provide access where valves and fittings are not accessible. Coordinate size and location of access doors with Section 08 31 13. I. Install non -conducting dielectric connections wherever jointing dissimilar metals. J. Establish invert elevations, slopes for drainage to Y, inch per foot minimum. Maintain gradients unless otherwise indicated. K. Slope piping and arrange systems to drain at low points. 220503-6 PIPES AND TUBES FOR PLUMBING PIPING AND EQUIPMENT RM ARCHITECTURE SEPTEMBER, 2016 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS L. Protect piping systems from entry of foreign materials by temporary covers, completing sections of the Work, and isolating parts of completed system. M. Where pipe support members are welded to structural building framing, scrape, brush clean and apply one coat of zinc rich primer to welding. N. Prepare pipe, fittings, supports and accessories not prefinished, ready for finish painting. O. Install valves with steams upright or horizontal, not inverted. P. Provide one plug cock wrench for every ten plug cocks sized 2 inches and smaller, minimum of one. Provide each plug cock sized 2-1/2 inches and larger with a wrench with set screw. Q. Provide firestopping at fire rated walls, floors or ceiling assemblies under provisions of Division 7. R. Install piping penetrating roofed areas to maintain integrity of roof assembly. S. Install valves in accordance with Section 22 05 23. T. Insulate piping. Refer to Section 22 07 00. 3.05 INSTALLATION -DOMESTIC WATER PIPING SYSTEMS A. Install domestic water piping system in accordance with CPC. 3.06 INSTALLATION -SANITARY WASTE AND VENT PIPING SYSTEMS A. Install sanitary waste and vent piping systems in accordance with CPC. 3.07 APPLICATION A. Install unions downstream of valves and at equipment or apparatus connections B. Install brass male adapters each side of valves in copper piped system. Sweat solder adapters to pipe. C. Install ball valves for shut-off and to isolate equipment or part of system. Install access panel in hard ceilings and or walls as indicated on plans. D. Install globe or ball valves for throttling, bypass or manual flow control services. Install access panel in hard ceilings and or walls as indicated on plans. 3.08 FIELD QUALITY CONTROL A. Section 01 70 00 - Execution and Closeout Requirements: Field inspecting, testing, adjusting, and balancing. B. Test domestic water piping system in accordance with applicable code. C. Test sanitary waste and vent piping system in accordance with applicable code. D. Test storm drainage piping system in accordance with applicable code. E. Test for Compressed Air Piping Leak Test: Prior to initial operation, clean and test compressed air piping in accordance with ASME 831.9. PIPES AND TUBES FOR PLUMBING PIPING AND EQUIPMENT 22-0503-7 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS 3.09 CLEANING RM ARCHITECTURE SEPTEMBER, 2016 A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for cleaning. 3.10 DISINFECTION OF DOMESTIC WATER PIPING SYSTEM A. Disinfection of potable water system shall comply with ANSI/AW WA C651-92. B. When hot and cold water piping, including fixtures, have been installed, tested and accepted. Disinfect the system using any of the three methods of chlorination explained in AW WA C651-92 standard. C. The basic disinfection procedure shall consists of: 1. Preventing contaminating materials from entering the water piping system during storage, construction or repair. 2. Removing, by flushing. or other means, those materials that may have entered the water piping system. 3. Chlorinating any residual contamination that may remain, and flushing the chlorinated water from the piping system. 4. Protecting the existing distribution system from backflow due to hydrostatic pressure test and disinfection procedures. 5. Determining the bacteriological quality by laboratory test after disinfect ion. At least one water sample from the existing distribution system shall be tested. 6. Final connection of the water piping system to the active distribution system. D. Submit Record of Compliance: The record of compliance shall be the bacteriological test results certifying the water sampled from the water piping system to be free of coliform bacteria contamination, and to be equal to or better than the bacteriologic water quality in the distribution system. END OF SECTION 220503-6 PIPES AND TUBES FOR PLUMBING PIPING AND EQUIPMENT RM ARCHITECTURE SEPTEMBER, 2016 SECTION 22 05 23 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS GENERAL -DUTY VALVES FOR PLUMBING PIPING PART 1 -GENERAL 1.01 SUMMARY A. Section Includes: 1. Ball valves. 2. Check valves. B. Related Sections: 1. Section 22 05 03 - Pipes and Tubes for Plumbing Piping and Equipment: Product and installation requirements for piping materials applying to various system types. 2. Section 22 05 29 - Hangers and Supports for Plumbing Piping and Equipment: Product and installation requirements for pipe hangers and supports. 3. Section 22 07 00 - Plumbing Insulation: Product and installation requirements for insulation for valves. 1.02 REFERENCES A. Manufacturers Standardization Society of the Valve and Fittings Industry: 1. MSS SP 68 — High Pressure — Offset Seat Butterfly Valves. 2. MSS SP 70 - Cast Iron Gate Valves, Flanged and Threaded Ends. 3. MSS SP 80 - Bronze Gate, Globe, Angle and Check Valves. 4. MSS SP 110 - Ball Valves Threaded, Socket -Welding, Solder Joint, Grooved and Flared Ends. 1.03 SUBMITTALS A. Section 01 33 00 - Submittal Procedures: Requirements for submittals. B. Product Data: Submit manufacturers catalog information with valve data and ratings for each service. C. Manufacturer's Installation Instructions: Submit hanging and support methods, joining procedures. D. Manufacturer's Certificate: Certify products meet or exceed specified requirements. 1.04 CLOSEOUT SUBMITTALS A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for submittals. B. Project Record Documents: Record actual locations of valves. C. Operation and Maintenance Data: Submit installation instructions, spare parts lists, exploded assembly views. 1.05 QUALITY ASSURANCE A. Maintain one copy of each document on site. GENERAL DUTY VALVES FOR PLUMBING PIPING 22-0523-1 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS 1.06 QUALIFICATIONS RM ARCHITECTURE SEPTEMBER, 2016 A. Manufacturer: Company specializing in manufacturing Products specified in this section with minimum three years documented experience. B. Installer: Company specializing in performing work of this section with minimum 3 years documented experience. 1.07 PRE -INSTALLATION MEETINGS A. Section 01 30 00 - Administrative Requirements: Pre -installation meeting. B. Convene minimum one week prior to commencing work of this section. 1.08 DELIVERY, STORAGE, AND HANDLING A. Section 01 60 00 - Product Requirements: Requirements for transporting, handling, storing, and protecting products. B. Accept valves on site in shipping containers with labeling in place. Inspect for damage. C. Provide temporary protective coating on cast iron and steel valves. 1.09 ENVIRONMENTAL A. Section 01 60 00 - Product Requirements: Environmental conditions affecting products on site. B. Do not install valves underground when bedding is wet or frozen. 1.10 WARRANTY A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for warranties. B. Furnish five year manufacturer warranty for valves excluding packing. 1.11 EXTRA MATERIALS A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for extra materials. B. Furnish two packing kits for each size valve. PART2-PRODUCTS 2.01 BALL VALVES A. Manufacturers: 1. Crane Valve, North America. 2. Milwaukee Valve Company. 3. NIBCO, Inc. 4. Stockham Valves & Fittings. 5. Substitutions: Section 01 60 00 - Product Requirements. B. 2 inches and Smaller: MSS SP 110, 600 psi WOG, two-piece bronze body, 316 stainless steel ball full port, PTFE seats, blow-out proof stem, threaded ends, lever handle. Similar to Nibco Model T-580-70-66 GENERAL DUTY VALVES FOR PLUMBING PIPING 22-0523-2 RM ARCHITECTURE SEPTEMBER, 2016 2.02 CHECK VALVES CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS A. Horizontal Swing Check Valves: 1. Manufacturers: a. Crane Valve, North America. b. Milwaukee Valve Company. c. NIBCO, Inc. d. Stockham Valves & Fittings. e. Substitutions: Section 01 60 00 - Product Requirements. 2. 2 inches and Smaller: MSS SP 80, Class 150, bronze body and cap, bronze seat, bronze disc, solder or threaded ends. Similar to Nibco Model T-433. 3. 2-1/2 inches and Larger: MSS SP 71, Class 125, cast iron body, bolted cap, bronze or cast iron disc, renewable disc seal and seat, flanged ends. Similar to Nibco Model F-918-13. PART 3 - EXECUTION 3.01 EXAMINATION A. Section 01 30 00 - Administrative Requirements: Verification of existing conditions before starting work. B. Verify piping system is ready for valve installation. 3.02 INSTALLATION A. Install valves with stems upright or horizontal, not inverted. B. Install brass male adapters each side of valves in copper piped system. Solder adapters to pipe. C. Install 3/4 inch ball valves with cap for drains at main shut-off valves, low points of piping, bases of vertical risers, and at equipment. D. Install valves with clearance for installation of insulation and allowing access. E. Provide access where valves and fittings are not accessible. F. Refer to Section 22 05 29 for pipe hangers. G. Refer to Section 22 07 00 for insulation requirements for valves. H. Refer to Section 22 05 03 for piping materials applying to various system types. 3.03 VALVE APPLICATIONS A. Install ball for shut-off and to isolate equipment, part of systems, or vertical risers. B. Install ball valves in domestic water systems for shut-off service. END OF SECTION GENERAL DUTY VALVES FOR PLUMBING PIPING 22-0523.3 RM ARCHITECTURE CITY OF NEWPORT BEACH SEPTEMBER, 2016 LIBRARY REMODEL PROJECTS SECTION 22 05 29 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Pipe hangers and supports. 2. Hanger rods. 3. Inserts. 4. Sleeves. 5. Mechanical sleeve seals. 6. Formed steel channel, 7. Firestopping relating to plumbing work. 8. Firestopping accessories. B. Related Sections: 1. Section 03 10 00 - Concrete Forming and Accessories: Execution requirements for placement of inserts in concrete forms specified by this section. 2. Section 07 84 00 - Firestopping: Product requirements for firestopping for placement by this section. 3. Section 07 90 00 - Joint Protection: Product requirements for sealant materials for placement by this section. 4. Section 09 90 00 - Painting and Coating: Product and execution requirements for painting specified by this section. 5. Section 22 05 03 - Pipes and Tubes for Plumbing Piping and Equipment: Execution requirements for placement of hangers and supports specified by this section. 6. Section 22 05 48 - Vibration and Seismic Controls for Plumbing Piping and Equipment: Product and execution requirements for vibration isolators. 1.02 REFERENCES A. American Society of Mechanical Engineers: 1. ASME B31.1 - Power Piping. 2. ASME B31.9 - Building Services Piping. B. ASTM International: 1. ASTM E84 - Test Method for Surface Burning Characteristics of Building Materials. 2. ASTM E119 - Method for Fire Tests of Building Construction and Materials. 3. ASTM E814 - Test Method of Fire Tests of Through Penetration Firestops. 4. ASTM F708 - Standard Practice for Design and Installation of Rigid Pipe Hangers. 5. ASTM E1966 - Standard Test Method for Fire -Resistive Joint Systems. C. American Welding Society: 1. AWS D1.1 -Structural Welding Code -Steel. D. FM Global: 1. FM - Approval Guide, A Guide to Equipment, Materials & Services Approved By Factory Mutual Research For Property Conservation. E. Manufacturers Standardization Society of the Valve and Fittings Industry: 1. MSS SP 58 - Pipe Hangers and Supports - Materials, Design and Manufacturer. 2. MSS SP 69 - Pipe Hangers and Supports - Selection and Application. 3. MSS SP 89 - Pipe Hangers and Supports - Fabrication and Installation Practices. HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT 22-0529-1 CITY OF NEWPORT BEACH RM ARCHITECTURE LIBRARY REMODEL PROJECTS SEPTEMBER, 2016 F. Underwriters Laboratories Inc.: 1. UL 263 - Fire Tests of Building Construction and Materials. 2. UL 723 - Tests for Surface Burning Characteristics of Building Materials. 3. UL 1479 - Fire Tests of Through -Penetration Firestops. 4. UL 2079 - Tests for Fire Resistance of Building Joint Systems. 5. UL - Fire Resistance Directory. G. Intertek Testing Services (Warnock Hersey Listed): 1. WH - Certification Listings. 1.03 DEFINITIONS A. Firestopping (Through -Penetration Protection System): Sealing or stuffing material or assembly placed in spaces between and penetrations through building materials to arrest movement of fire, smoke, heat, and hot gases through fire rated construction. 1.04 SYSTEM DESCRIPTION A. Firestopping Materials: ASTM E119, ASTM E814, UL 263 and UL 1479 to achieve fire ratings as noted on Drawings for adjacent construction, but not less than 1 hour fire rating. B. Surface Burning: ASTM E84, UL 723 with maximum flame spread / smoke developed rating of 25/450. C. Firestop interruptions to fire rated assemblies, materials, and components. 1.05 PERFORMANCE REQUIREMENTS A. Firestopping: Conform to FM or UL for fire resistance ratings and surface burning characteristics. B. Firestopping: Provide certificate of compliance from authority having jurisdiction indicating approval of materials used. 1.06 SUBMITTALS A. Section 01 33 00 - Submittal Procedures: Submittal procedures. B. Shop Drawings: Indicate system layout with location including critical dimensions, sizes, and pipe hanger and support locations and detail of trapeze hangers. C. Product Data: 1. Hangers and Supports: Submit manufacturers catalog data including load capacity. 2. Firestopping: Submit data on product characteristics, performance and limitation criteria. D. Firestopping Schedule: Submit schedule of opening locations and sizes, penetrating items, and required listed design numbers to seal openings to maintain fire resistance rating of adjacent assembly. E. Design Data: Indicate load carrying capacity of trapeze, multiple pipe, and riser support hangers. Indicate calculations used to determine load carrying capacity of trapeze, multiple pipe, and riser support hangers. Submit sizing methods and calculations sealed by a registered professional engineer. F. Manufacturer's Installation Instructions: 1. Hangers and Supports: Submit special procedures and assembly of components. 2. Firestopping: Submit preparation and installation instructions. 220529-2 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT RM ARCHITECTURE SEPTEMBER, 2016 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS G. Manufacturer's Certificate: Certify products meet or exceed specified requirements. H. Engineering Judgements: For conditions not covered by UL or WH listed designs, submit judgements by licensed professional engineer suitable for presentation to authority having jurisdiction for acceptance as meeting code fire protection requirements. 1.07 QUALITY ASSURANCE A. Through Penetration Firestopping of Fire Rated Assemblies: UL 1479 or ASTM E814 with 0.10 inch water gage minimum positive pressure differential to achieve Ore F -Ratings and temperature T -Ratings as indicated on Drawings, but not less than 1 -hour. 1. Wall Penetrations: Fire F -Ratings as indicated on Drawings, but not less than 1 -hour. 2. Floor Penetrations: Fire F -Ratings and temperature T -Ratings as indicated on Drawings, but not less than 1 -hour. a. Floor Penetrations Within Wall Cavities: T -Rating is not required. B. Through Penetration Firestopping of Non -Fire Rated Floor Assemblies: Materials to resist free passage of flame and products of combustion. 1. Noncombustible Penetrating Items: Noncombustible materials for penetrating items connecting maximum of three stories. 2. Penetrating Items: Materials approved by authorities having jurisdiction for penetrating items connecting maximum of two stories. C. Fire Resistant Joints in Fire Rated Floor, Roof, and Wall Assemblies: ASTM E1966 or UL 2079 to achieve fire resistant rating as indicated on Drawings for assembly in which joint is installed. D. Fire Resistant Joints Between Floor Slabs and Exterior Walls: ASTM E119 with 0.10 inch water gage minimum positive pressure differential to achieve fire resistant rating as indicated on Drawings for floor assembly. E. Surface Burning Characteristics: 25/450 flame spread/smoke developed index when tested in accordance with ASTM E84. F. Perform Work in accordance with AWS D1.1 for welding hanger and support attachments to building structure. G. Maintain one copy of each document on site. 1.08 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing Products specified in this section with minimum three years documented experience. B. Installer: Company specializing in performing Work of this section with minimum 3 years documented experience. 1.09 PRE -INSTALLATION MEETINGS A. Section 01 30 00 - Administrative Requirements: Pre -installation meeting. B. Convene minimum one week prior to commencing work of this section. 1.10 DELIVERY, STORAGE, AND HANDLING A. Section 01 60 00 - Product Requirements: Requirements for transporting, handling, storing, and protecting products. B. Accept materials on site in original factory packaging, labeled with manufacturer's identification. HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT 22.0529-3 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS RM ARCHITECTURE SEPTEMBER, 2016 C. Protect from weather and construction traffic, dirt, water, chemical, and damage, by storing in original packaging. 1.11 ENVIRONMENTAL REQUIREMENTS A. Section 01 60 00 - Product Requirements: Environmental conditions affecting products on site. B. Do not apply firestopping materials when temperature of substrate material and ambient air is below 60 degrees F. C. Maintain this minimum temperature before, during, and for minimum 3 days after installation of firestopping materials. 1.12 FIELD MEASUREMENTS A. Verify field measurements prior to fabrication. 1.13 WARRANTY A. Section 01 70 00 - Execution and Closeout Requirements: Product warranties and product bonds. B. Furnish five year manufacturer warranty for pipe hangers and supports. PART2-PRODUCTS 2.01 PIPE HANGERS AND SUPPORTS A. Manufacturers: 1. Carpenter & Paterson Inc. 2. Creative Systems Inc. 3. Flex -Weld, Inc. 4. Glope Pipe Hanger Products Inc. 5. Michigan Hanger Co. 6. Superior Valve Co. 7. Tolco. 8. Substitutions: Section 0160 00 - Product Requirements. B. Plumbing Piping - DW V: 1. Conform to ASME 831.9, ASTM F708, MSS SP58, MSS SP69, or MSS SP89. 2. Hangers for Pipe Sizes 1/2 to 1-1/2 inch: Carbon steel, adjustable swivel, split ring. 3. Hangers for Pipe Sizes 2 inches and Larger: Carbon steel, adjustable, clevis. 4. Multiple or Trapeze Hangers: Steel channels with welded spacers and hanger rods. 5. Wall Support for Pipe Sizes 3 inches and Smaller: Cast iron hook. 6. Wall Support for Pipe Sizes 4 inches and Larger: Welded steel bracket and wrought steel clamp. 7. Vertical Support: Steel riser clamp. 8. Floor Support: Cast iron adjustable pipe saddle, lock nut, nipple, floor flange, and concrete pier or steel support. 9. Copper Pipe Support: Copper -plated, carbon -steel adjustable, ring. C. Plumbing Piping - Water. 1. Conform to ASME B31.9, ASTM F708, MSS SP58, MSS SP69 or MSS SP89. 2. Hangers for Pipe Sizes 1/2 to 1-1/2 inch: Carbon steel, adjustable swivel, split ring. 3. Hangers for Cold Pipe Sizes 2 inches and Larger: Carbon steel, adjustable, clevis. 4. Hangers for Hot Pipe Sizes 2 to 4 inches: Carbon steel, adjustable, clevis. 5. Multiple or Trapeze Hangers: Steel channels with welded spacers and hanger rods. 6. Vertical Support: Steel riser clamp. 220529-4 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT RM ARCHITECTURE CITY OF NEWPORT BEACH SEPTEMBER, 2016 LIBRARY REMODEL PROJECTS 7. Floor Support for Cold Pipe: Cast iron adjustable pipe saddle, lock nut, nipple, floor flange, and concrete pier or steel support. 8. Floor Support for Hot Pipe Sizes 4 inches and Smaller: Cast iron adjustable pipe saddle, lock nut, nipple, floor flange, and concrete pier or steel support. 9. Copper Pipe Support: Copper -plated, Carbon -steel ring. 2.02 ACCESSORIES A. Hanger Rods: Mild steel threaded both ends, threaded on one end, or continuous threaded. 2.03 MANUFACTURERS—SEISMIC BRACING A. Systems: Products of B -Line, Inc., Oakland, CA, are the standard of quality required and specified herein. Similar products of other manufacturers meeting the same standards of performance and approved by OSHPD or ORS/DSA may be submitted for approval. 2.04 INSERTS A. Inserts: Malleable iron case of galvanized steel shell and expander plug for threaded connection with lateral adjustment, top slot for reinforcing rods, lugs for attaching to forms; size inserts to suit threaded hanger rods. 2.05 SLEEVES A. Sleeves for Pipes Through Non -fire Rated Floors: 18 gage thick galvanized steel. B. Sleeves for Pipes Through Non -fire Rated Beams, Walls, Footings, and Potentially Wet Floors: Steel pipe or 18 gage thick galvanized steel. C. Sealant: Acrylic. 2.06 FIRESTOPPING A. Manufacturers: 1. Dow Corning Corp. 2. Fire Trak Corp. 3. HIM Corp. 4. International Protective Coating Corp. 5. 3M fire Protection Products. 6. Specified Technology, Inc. 7. Substitutions: Section 01 60 00 - Product Requirements. B. Product Description: Different types of products by multiple manufacturers are acceptable as required to meet specified system description and performance requirements; provide only one type for each similar application. 1. Silicone Firestopping Elastomeric Firestopping: Multiple component silicone elastomeric compound and compatible silicone sealant. 2. Foam Firestopping Compounds: Multiple component foam compound. 3. Formulated Firestopping Compound of Incombustible Fibers: Formulated compound mixed with incombustible non -asbestos fibers. 4. Fiber Stuffing and Sealant Firestopping: Composite of mineral fiber stuffing insulation with silicone elastomer for smoke stopping. 5. Mechanical Firestopping Device with Fillers: Mechanical device with incombustible fillers and silicone elastomer, covered with sheet stainless steel jacket, joined with collars, penetration sealed with flanged stops. 6. Intumescent Firestopping: Intumescent putty compound which expands on exposure to surface heat gain. 7. Firestop Pillows: Formed mineral fiber pillows. HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT 22-0529-5 CITY OF NEWPORT BEACH RM ARCHITECTURE LIBRARY REMODEL PROJECTS SEPTEMBER, 2016 C. Color: As selected from manufacturer's full range of colors. 2.07 FIRESTOPPING ACCESSORIES A. Primer: Type recommended by firestopping manufacturer for specific substrate surfaces and suitable for required fire ratings. B. Dam Material: Permanent: 1. Mineral fiberboard. 2. Mineral fiber matting. 3. Sheet metal. 4. Plywood or particle board. 5. Alumina silicate fire board. C. Installation Accessories: Provide clips, collars, fasteners, temporary stops or dams, and other devices required to position and retain materials in place. D. General: 1. Furnish UL listed products. 2. Select products with rating not less than rating of wall or floor being penetrated. E. Non -Rated Surfaces: 1. Stamped steel, chrome plated, hinged, split ring escutcheons or floor plates or ceiling plates for covering openings in occupied areas where piping is exposed. 2. For exterior wall openings below grade, furnish mechanical sealing device to continuously fill annular space between piping and cored opening or water -stop type wall sleeve. PART 3 -EXECUTION 3.01 EXAMINATION A. Section 01 30 00 - Administrative Requirements: Verification of existing conditions before starting work. B. Verify openings are ready to receive sleeves. C. Verify openings are ready to receive firestopping. 3.02 PREPARATION A. Clean substrate surfaces of dirt, dust, grease, oil, loose material, or other matter affecting bond of firestopping material. B. Remove incompatible materials affecting bond. C. Obtain permission from Architect/Engineer before using powder -actuated anchors. D. Do not drill or cut structural members. 3.03 INSTALLATION - INSERTS A. Install inserts for placement in concrete forms. B. Install inserts for suspending hangers from reinforced concrete slabs and sides of reinforced concrete beams. 220529-6 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT RM ARCHITECTURE SEPTEMBER, 2016 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS C. Provide hooked rod to concrete reinforcement section for inserts carrying pipe 4 inches and larger. D. Where concrete slabs form finished ceiling, locate inserts flush with slab surface. E. Where inserts are omitted, drill through concrete slab from below and provide through -bolt with recessed square steel plate and nut flush with top of slab. 3.04 INSTALLATION -PIPE HANGERS AND SUPPORTS A. Install in accordance with ASME B31.1, ASME 31.9, ASTM F708, MSS SP 58, MSS SP 69 or MSS SP 89. B. Support horizontal piping as scheduled. C. Install hangers with minimum 1/2 inch space between finished covering and adjacent work. D. Place hangers within 12 inches of each horizontal elbow. E. Use hangers with 1-1/2 inch minimum vertical adjustment. F. Support horizontal cast iron pipe adjacent to each hub, with 5 feet maximum spacing between hangers. G. Where piping is installed in parallel and at same elevation, provide multiple pipe or trapeze hangers. H. Support riser piping independently of connected horizontal piping. I. Provide copper plated hangers and supports for copper piping. J. Design hangers for pipe movement without disengagement of supported pipe. K. Prime coat exposed steel hangers and supports. Hangers and supports located in crawl spaces, pipe shafts, and suspended ceiling spaces are not considered exposed. L. Provide clearance in hangers and from structure and other equipment for installation of insulation. Refer to Section 22 07 00. 3.05 INSTALLATION - FLASHING A. Flash floor drains in floors with topping over finished areas with lead, 10 inches clear on sides with minimum 36 x 36 inch sheet size. Fasten flashing to drain clamp device. B. Seal floor, shower and mop sink drains watertight to adjacent materials. 3.06 INSTALLATION - SLEEVES A. Exterior watertight entries: Seal with mechanical sleeve seals. B. Set sleeves in position in forms. Provide reinforcing around sleeves. C. Size sleeves large enough to allow for movement due to expansion and contraction. Provide for continuous insulation wrapping. D. Extend sleeves through floors 1 inch above finished floor level. Caulk sleeves. HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT 22-0529-7 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS RM ARCHITECTURE SEPTEMBER, 2016 E. Where piping penetrates floor, ceiling, or wall, close off space between pipe and adjacent work with firestopping insulation and caulk. Provide close fitting metal collar or escutcheon covers at both sides of penetration. F. Install chrome plated steel escutcheons at finished surfaces. 3.07 INSTALLATION - FIRESTOPPING A. Install material at fire rated construction perimeters and openings containing penetrating sleeves, piping and other items, requiring firestopping. B. Apply primer where recommended by manufacturer for type of firestopping material and substrate involved, and as required for compliance with required fire ratings. C. Apply firestopping material in sufficient thickness to achieve required fire and smoke rating, to uniform density and texture. D. Fire Rated Surface: 1. Seal opening at floor, wall, partition, ceiling and roof as follows: b. Install sleeve through opening and extending beyond minimum of 1 inch on both sides of building element. c. Size sleeve allowing minimum of 1 inch void between sleeve and building element. d. Pack void with backing material. e. Seal ends of sleeve with UL listed fire resistive silicone compound to meet fire rating of structure penetrated. E. Non -Rated Surfaces: 1. Seal opening through non -fire rated wall, partition, floor, ceiling and roof opening as follows: f. Install sleeve through opening and extending beyond minimum of 1 inch on both sides of building element. g. Size sleeve allowing minimum of 1 inch void between sleeve and building element. h. Install type of firestopping material recommended by manufacturer. 2. Exterior wall openings below grade: Assemble rubber links of mechanical sealing device to size of piping and tighten in place, in accordance with manufacturer's instructions. 3.08 FIELD QUALITY CONTROL A. Section 01 40 00 - Quality Requirements: Field inspecting, testing, adjusting, and balancing. B. Inspect installed firestopping for compliance with specifications and submitted schedule. 3.09 CLEANING A. Section 0170 00 - Execution and Closeout Requirements: Requirements for cleaning. B. Clean adjacent surfaces of firestopping materials. 3.10 PROTECTION OF FINISHED WORK A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for protecting finished Work. B. Protect adjacent surfaces from damage by material installation. 3.11 SCHEDULES PIPE HANGER SPACING MAXIMUM HANGER ROD PIPE MATERIAL HANGER SPACING DIAMETER I Feet Inches 220529-8 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT RM ARCHITECTURE SEPTEMBER, 2016 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS Cast Iron (All Sizes) 5 5/8 Cast Iron (All Sizes) with 10 foot length of pipe 10 5/8 Copper Tube, 1-1/4 inches and smaller 6 1/2 Copper Tube, 1-1/2 inches and larger 10 1/2 Steel, 3 inches and smaller 12 1/2 Steel, 4 inches and larger 12 5/8 END OF SECTION HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT 22-0529-9 RM ARCHITECTURE SEPTEMBER, 2016 SECTION 22 05 53 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT PART1-GENERAL 1.01 SUMMARY A. Section Includes: 1. Nameplates. 2. Tags. 3. Stencils. 4. Pipe markers. 5. Ceiling tacks. B. Related Sections: 1. Section 09 90 00 - Painting and Coating: Execution requirements for painting specified by this section. 1.02 REFERENCES A. American Society of Mechanical Engineers: 1. ASME A13.1 - Scheme forthe Identification of Piping Systems. 1.03 SUBMITTALS A. Section 01 33 00 - Submittal Procedures: Submittal procedures. B. Product Data: Submit manufacturers catalog literature for each product required. C. Shop Drawings: Submit list of wording, symbols, letter size, and color coding for mechanical identification and valve chart and schedule, including valve tag number, location, function, and valve manufacturer's name and model number. D. Manufacturer's Installation Instructions: Indicate installation instructions, special procedures, and installation. E. Manufacturer's Certificate: Certify products meet or exceed specified requirements. 1.04 CLOSEOUT SUBMITTALS A. Section 01 70 00 - Execution and Closeout Requirements: Closeout procedures. B. Project Record Documents: Record actual locations of tagged valves; include valve tag numbers. 1.05 QUALITY ASSURANCE A. Conform to ASME A13.1 for color scheme for identification of piping systems and accessories. B. Maintain one copy of each document on site. 1.06 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years documented experience. IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT 22-0553-1 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS RM ARCHITECTURE SEPTEMBER, 2016 B. Installer: Company specializing in performing Work of this section with minimum three years documented experience. 1.07 PRE -INSTALLATION MEETINGS A. Section 01 30 00 - Administrative Requirements: Pre -installation meeting. B. Convene minimum one week prior to commencing work of this section. 1.08 FIELD MEASUREMENTS A. Verify field measurements prior to fabrication. 1.09 EXTRA MATERIALS A. Section 01 70 00 - Execution and Closeout Requirements: Spare parts and maintenance products. B. Furnish two containers of spray -on adhesive. PART2-PRODUCTS 2.01 NAMEPLATES A. Manufacturers: 1. Craftmark Identification Systems. 2. Safety Sign Co. 3. Seton Identification Products. 4. Brady Co. 5. Substitutions: Section 01 60 00 - Product Requirements. B. Product Description: Laminated three -layer plastic with engraved black letters on light contrasting background color. 2.02 TAGS A. Metal Tags: 1. Brass with stamped letters; tag size minimum 1-1/2 inches diameter with finished edges, supply with brass jack chain. B. Information Tags: 1. Clear plastic with printed "Danger," "Caution," or "Warning" and message; size 3-1/4 x 5-5/8 inches with grommet and self-locking nylon ties. C. Tag Chart: Typewritten letter size list of applied tags and location in anodized aluminum frame. 2.03 STENCILS A. Stencils: With clean cut symbols and letters of following size: 1. Up to 2 inches Outside Diameter of Insulation or Pipe: 1/2 inch high letters. 2. 2-1/2 to 6 inches Outside Diameter of Insulation or Pipe: 1 -inch high letters. B. Stencil Paint: As specified in Section 09 90 00, semi -gloss enamel, colors and lettering size conforming to ASME At3.1. 220553-2 IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT RM ARCHITECTURE CITY OF NEWPORT BEACH SEPTEMBER, 2016 LIBRARY REMODEL PROJECTS 2.04 PIPE MARKERS A. Color and Lettering: Conform to ASME A13.1 B. Plastic Pipe Markers: Factory fabricated, flexible, semi-rigid plastic, preformed to fit around pipe or pipe covering. Larger sizes may have maximum sheet size with spring fastener. C. Plastic Tape Pipe Markers: Flexible, vinyl film tape with pressure sensitive adhesive backing and printed markings. D. Plastic Underground Pipe Markers: Bright colored continuously printed plastic ribbon tape, minimum 6 inches wide by 4 mil thick, manufactured for direct burial service. 2.05 CEILING TACKS A. Description: Steel with 314 inch diameter color -coded head. B. Color code as follows: 1. Plumbing valves: Green. 2.06 LABELS A. Description: Aluminum, size 1.9 x 0.75 inches, adhesive backed with printed identification. PART 3 - EXECUTION 3.01 PREPARATION A. Degrease and clean surfaces to receive adhesive for identification materials. B. Prepare surfaces in accordance with Section 09 90 00 for stencil painting. 3.02 INSTALLATION A. Apply stencil painting in accordance with Section 09 90 00. B. Install identifying devices after completion of coverings and painting. C. Install plastic nameplates with corrosive -resistant mechanical fasteners, or adhesive. D. Install labels with sufficient adhesive for permanent adhesion and seal with clear lacquer. For unfinished canvas covering, apply paint primer before applying labels. E. Install tags using corrosion resistant chain. Number tags consecutively by location. F. Install underground plastic pipe markers 6 to 8 inches below finished grade, directly above buried pipe. G. Identify control panels and major control components outside panels with plastic nameplates. H. Identify valves in main and branch piping with tags. I. Identify piping, concealed or exposed, with plastic pipe markers, plastic tape pipe markers or stenciled painting. Identify service, flow direction, and pressure. Install in clear view and align with axis of piping. Locate identification not to exceed 20 feet on straight runs including risers and drops, adjacent to each valve and tee, at each side of penetration of structure or enclosure, and at each obstruction. IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT 22-0553.3 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS RM ARCHITECTURE SEPTEMBER, 2016 J. Provide ceiling tacks to locate valves above T -bar type panel ceilings. Locate in corner of panel closest to equipment. END OF SECTION 220553-4 IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT RM ARCHITECTURE SEPTEMBER, 2016 SECTION 22 07 00 PLUMBING INSULATION PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Plumbing piping insulation, jackets and accessories. 2. Plumbing equipment insulation, jackets and accessories. CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS B. Related Sections: 1. Section 07 84 00 - Firestopping: Product requirements for firestopping for placement by this section. 2. Section 09 90 00 - Painting and Coating: Execution requirements for painting insulation jackets and covering specified by this section. 1.02 REFERENCES A. ASTM International: 1. ASTM C450 - Standard Practice for Prefabrication and Field Fabrication of Thermal Insulating Fitting Covers for NPS Piping, Vessel Lagging, and Dished Head Segments. 2. ASTM C534 - Standard Specification for Preformed Flexible Elastomeric Cellular Thermal Insulation in Sheet and Tubular Form. 3. ASTM C585 - Standard Practice for Inner and Outer Diameters of Rigid Thermal Insulation for Nominal Sizes of Pipe and Tubing (NPS System). 4. ASTM C1136 - Standard Specification for Flexible, Low Permeance Vapor Retarders for Thermal Insulation. 5. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building Materials. B. National Fire Protection Association: 1. NFPA 255 - Standard Method of Test of Surface Burning Characteristics of Building Materials. C. Underwriters Laboratories Inc.: 1. UL 723 -Tests for Surface Burning Characteristics of Building Materials. 1.03 SUBMITTALS A. Section 01 33 00 - Submittal Procedures: Submittal procedures. B. Product Data: Submit product description, thermal characteristics and list of materials and thickness for each service, and location. C. Manufacturer's Installation Instructions: Submit manufacturers published literature indicating proper installation procedures. D. Manufacturer's Certificate: Certify products meet or exceed specked requirements. 1.04 QUALITY ASSURANCE A. Test pipe insulation for maximum flame spread index of 25 and maximum smoke developed index of not exceeding 50 in accordance with ASTM E84. B. Pipe insulation manufactured in accordance with ASTM C585 for inner and outer diameters. PLUMPING INSULATION 22.0700-1 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS RM ARCHITECTURE SEPTEMBER, 2016 C. Factory fabricated fitting covers manufactured in accordance with ASTM C450. D. Maintain one copy of each document on site. 1.05 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years documented experience. B. Applicator: Company specializing in performing Work of this section with minimum three years documented experience. 1.06 PRE -INSTALLATION MEETINGS A. Section 01 30 00 - Administrative Requirements: Pre -installation meeting. B. Convene minimum one week prior to commencing work of this section. 1.07 DELIVERY, STORAGE, AND HANDLING A. Section 01 60 00 - Product Requirements: Requirements for transporting, handling, storing, and protecting products. B. Accept materials on site in original factory packaging, labeled with manufacturer's identification, including product density and thickness. C. Protect insulation from weather and construction traffic, dirt, water, chemical, and damage, by storing in original wrapping. 1.08 ENVIRONMENTAL REQUIREMENTS A. Section 01 60 00 - Product Requirements: Environmental conditions affecting products on site. B. Install insulation only when ambient temperature and humidity conditions are within range recommended by manufacturer. C. Maintain temperature before, during, and after installation for minimum period of 24 hours. 1.09 FIELD MEASUREMENTS A. Verify field measurements prior to fabrication. 1.10 WARRANTY A. Section 01 70 00 - Execution and Closeout Requirements: Product warranties and product bonds. B. Furnish five year manufacturer warranty for man made fiber. PART2-PRODUCTS 2.01 MANUFACTURER A. Manufacturers for Glass Fiber and Mineral Fiber Insulation Products: 1. CertainTeed, 2. Knauf. 3. Johns Manville, 4. Owens -Coming. 220700-2 PLUMBING INSULATION RM ARCHITECTURE CITY OF NEWPORT BEACH SEPTEMBER, 2016 LIBRARY REMODEL PROJECTS 5. Substitutions: Section 0160 00 - Product Requirements. B. Manufacturers for Closed Cell Elastomeric Insulation Products: 1. Aeroflex. Aerocell. 2. Armacell, LLC. Armaflex. 3. Nomaco. K -flex. 4. Substitutions: Section 01 60 00 - Product Requirements. 2.02 PIPE INSULATION A. TYPE P-1: ASTM C547, molded glass fiber pipe insulation. 1. Thermal Conductivity: 0.23 at 75 degrees F. 2. Operating Temperature Range: 0 to 850 degrees F. 3. Vapor Barrier Jacket: ASTM C1136, Type I, factory applied reinforced foil kraft with self- sealing adhesive joints. 4. Jacket Temperature Limit: minus 20 to 150 degrees F. B. TYPE P-5: ASTM C534, Type I, flexible, closed cell elastomeric insulation, tubular. 1. Thermal Conductivity: 0.27 at 75 degrees F. 2. Operating Temperature Range: Range: Minus 70 to 180 degrees F. 2.03 PIPE INSULATION ACCESSORIES A. Vapor Retarder Lap Adhesive: Compatible with insulation. B. Covering Adhesive Mastic: Compatible with insulation. C. Piping 1-1/2 inches diameter and smaller: Galvanized steel insulation protection shield. MSS SP - 69, Type 40. Length: Based on pipe size and insulation thickness. D. Piping 2 inches diameter and larger: Wood insulation saddle, hard maple. Inserts length: not less than 6 inches long, matching thickness and contour of adjoining insulation. E. Closed Cell Elastomeric Insulation Pipe Hanger: Polyurethane insert with stainless steel jacket single piece construction with self adhesive closure. Thickness to match pipe insulation. F. Adhesives: Compatible with insulation. PART 3 - EXECUTION 3.01 EXAMINATION A. Section 01 30 00 - Administrative Requirements: Coordination and project conditions. B. Verify piping has been tested before applying insulation materials. C. Verify surfaces are clean and dry, with foreign material removed. 3.02 INSTALLATION - PIPING SYSTEMS A. Piping Exposed to View in Finished Spaces: Locate insulation and cover seams in least visible locations. B. Continue insulation through penetrations of building assemblies or portions of assemblies having fire resistance rating of one hour or less. Provide intumescent firestopping when continuing insulation through assembly. Finish at supports, protrusions, and interruptions. Refer to Section 07 84 00 for penetrations of assemblies with fire resistance rating greater than one hour. PLUMPING INSULATION 22-0700.3 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS RM ARCHITECTURE SEPTEMBER, 2016 C. Piping Systems Conveying Fluids Below Ambient Temperature: 1. Insulate entire system including fittings, valves, unions, flanges, strainers, flexible connections, and expansion joints. 2. Furnish factory -applied vapor retarder jackets. Secure factory -applied jackets with pressure sensitive adhesive self-sealing longitudinal laps and butt strips. 3. Insulate fittings, joints, and valves with molded insulation of like material and thickness as adjacent pipe. D. Hot Piping Systems less than 140 degrees F: 1. Furnish factory -applied standard jackets. Secure with outward clinch expanding staples or pressure sensitive adhesive system on standard factory -applied jacket and butt strips or both. 2. Insulate fittings, joints, and valves with insulation of like material and thickness as adjoining pipe. 3. Do not insulate unions and flanges at equipment, but bevel and seal ends of insulation at such locations. E. Inserts and Shields: 1. Piping 1-1/2 inches Diameter and Smaller: Install galvanized steel shield between pipe hanger and insulation. 2. Piping 2 inches Diameter and Larger: Install insert between support shield and piping and under finish jacket. a. Insert Configuration: Minimum 6 inches long, of thickness and contour matching adjoining insulation; may be factory fabricated. b. Insert Material: Compression resistant insulating material suitable for planned temperature range and service. F. Insulation Terminating Points: 1. Coil Branch Piping 1 inch and Smaller: Terminate hot water piping at union upstream of the coil control valve. G. Closed Cell Elastomeric Insulation: 1. Push insulation on to piping. 2. Miter joints at elbows.. 3. Seal seams and butt joints with manufacturer's recommended adhesive. 4. When application requires multiple layers, apply with joints staggered. 5. Insulate fittings and valves with insulation of like material and thickness as adjacent pipe. H. High Temperature Pipe Insulation: 1. Install in multiple layers to meet thickness scheduled. 2. Attach each layer with bands. Secure first layer with bands before installing next layer. 3. Stagger joints between layers. 4. Cover with seams located on bottom side of horizontal piping. I. Buried Piping: Insulate only where insulation manufacturer recommends insulation product may be installed in trench, tunnel or direct buried. Install factory fabricated assembly with inner all- purpose service jacket with self-sealing lap. J. Prepare pipe insulation for finish painting. Refer to Section 09 90 00. 3.03 SCHEDULES A. Water Supply Services Piping Insulation Schedule: 220700-4 PLUMBING INSULATION INSULATION INSULATION THICKNESS PIPING SYSTEM TYPE PIPE SIZE inches 220700-4 PLUMBING INSULATION RM ARCHITECTURE SEPTEMBER, 2016 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS Domestic Hot Water Supply P-1 1 inch and smaller 1.0 1-1/4 inches to 2 inches 1.5 2-1/2 inches and larger 2.0 END OF SECTION PLUMPING INSULATION 22.0700-5 RM ARCHITECTURE SEPTEMBER, 2016 SECTION 22 40 00 PLUMBING FIXTURES PART 1 -GENERAL 1.01 SUMMARY A. Section Includes: 1. Water closets. 2. Urinals. 3. Lavatories. 4. Sinks. 5. Insulation kit. 6. Mop sinks. 7. Floor drains. 8. Water hammer arrestors. 9. Trap primers. 10. Hose bibbs. 11. Access panels. 12. Cleanouts. CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS B. Related Sections: 1. Section 07 90 00 - Joint Protection: Product requirements for calking between fixtures and building components for placement by this section. 2. Section 22 11 00 - Facility Water Distribution: Supply connections to plumbing fixtures. 3. Section 22 13 00 - Facility Sanitary Sewerage: Waste connections to plumbing fixtures. 4. Section 26 05 03 - Equipment Wiring Connections: Execution requirements for electric connections to sensor valves and faucets specified by this section. 1.02 REFERENCES A. American National Standards Institute: 1. ANSI A117.1 - Accessible and Usable Buildings and Facilities. B. Air -Conditioning and Refrigeration Institute: 1. ARI 1010 - Self -Contained, Mechanically Refrigerated Drinking -Water Coolers. C. American Society of Mechanical Engineers: 1. ASME All 12.6.1 - Floor -Affixed Supports for Off -the -Floor Plumbing Fixtures for Public Use. 2. ASME All 12.18.1 - Plumbing Fixture Fittings. 3. ASME All 12.19.1M - Enameled Cast Iron Plumbing. Fixtures. 4. ASME All 12.19.2M - Vitreous China Plumbing Fixtures. 5. ASME Al 12.19.3 - Stainless Steel Plumbing Fixtures (Designed for Residential Use). 6. ASME All 12.19.4 - Porcelain Enameled Formed Steel Plumbing Fixtures. 7. ASME All 12.19.5 - Trim for Water -Closet Bowls, Tanks and Urinals. 1.03 SUBMITTALS A. Section 01 33 00 - Submittal Procedures: Submittal procedures. B. Product Data: Submit catalog illustrations of fixtures, sizes, rough -in dimensions, utility sizes, trim, and finishes. C. Manufacturer's Installation Instructions: Submit installation methods and procedures. D. Manufacturer's Certificate: Certify products meet or exceed specified requirements. PLUMBING FIXTURES 22.4000-1 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS 1.04 CLOSEOUT SUBMITTALS RM ARCHITECTURE SEPTEMBER, 2016 A. Section 01 70 00 - Execution and Closeout Requirements: Closeout procedures. B. Operation and Maintenance Data: Submit fixture, trim, exploded view and replacement parts lists. 1.05 QUALITY ASSURANCE A. Provide products requiring electrical connections listed and classified by Underwriters Laboratories Inc. as suitable for purpose specified and indicated. B. Maintain one copy of each document on site. 1.06 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years documented experience. B. Installer: Company specializing in performing Work of this section with minimum three years documented experience. 1.07 PRE -INSTALLATION MEETINGS A. Section 01 30 00 - Administrative Requirements: Pre -installation meeting. B. Convene minimum one week prior to commencing work of this section. 1.08 DELIVERY, STORAGE, AND HANDLING A. Section 01 60 00 - Product Requirements: Product storage and handling requirements. B. Accept fixtures on site in factory packaging. Inspect for damage. C. Protect installed fixtures from damage by securing areas and by leaving factory packaging in place to protect fixtures and prevent use. 1.09 WARRANTY A. Section 01 70 00 - Execution and Closeout Requirements: Product warranties and product bonds. B. Furnish five year manufacturer warranty for plumbing fixtures. 1.10 EXTRA MATERIALS A. Section 01 70 00 - Execution and Closeout Requirements: Spare parts and maintenance products. B. Furnish two sets of faucet washers, flush valve service kits, and lavatory supply fittings. PART2-PRODUCTS 2.01 FIXTURE REQUIREMENTS A. Accessible plumbing fixtures shall comply with all of the requirements of CBC Section 111513. B. Heights and location of all fixtures shall be according to CBC Section 11158.4. 224000-2 PLUMBING FIXTURES RM ARCHITECTURE CITY OF NEWPORT BEACH SEPTEMBER, 2016 LIBRARY REMODEL PROJECTS C. Fixture controls shall comply with CBC Sections 1115B.4.4.4 for showers, 111513.4.3, Item 1 for lavatories, 1115B.4.1, Item 5 for toilets, and 1115B.4.2, Item 2 for urinals. D. Each accessible sink shall be a maximum of 6-1/2" deep. Sinks shall be mounted with the counter or rim no higher than 34" above the finish floor. CBC Section 1117B.9, Item 2. 2.02 ACCEPTABLE MANUFACTURERS— FIXTURES A. American Standard B. Kohler C. Eller D. Acorn E. Mansfield 2.03 ACCEPTABLE MANUFACTURERS - FLUSH VALVES A. Sloan B. Zurn 2.04 ACCEPTABLE MANUFACTURERS- WATER CLOSET SEATS A. Olsonite B. Beneke C. Church D. Kohler 2.05 ACCEPTABLE MANUFACTURERS- FIXTURE CARRIERS A. J.R. Smith B. Zurn C. Josam 2.06 ACCEPTABLE MANUFACTURERS - FIXTURE TRIM A. Chicago Faucet B. Zurn 2.07 ACCEPTABLE MANUFACTURERS- FLOOR DRAINS A. J.R. Smith B. Zurn C. Josam PLUMBING FIXTURES 22-4000-3 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS 2.08 ACCEPTABLE MANUFACTURERS -WATER HAMMER ARRESTORS A. J.R. Smith B. Zum C. Josam D. PPP, Inc. 2.09 ACCEPTABLE MANUFACTURERS -TRAP PRIMERS A. J.R. Smith B. Zurn C. Josam D. PPP, Inc. 2.10 ACCEPTABLE MANUFACTURERS - HOSE BIBBS A. Acorn B. Woodford C. Josam 2.11 ACCEPTABLE MANUFACTURERS-CLEANOUTS A. J.R. Smith B. Zum C. Josam 2.12 WATER CLOSET, WALL HUNG, NORMAL/ACCESSIBLE RM ARCHITECTURE SEPTEMBER, 2016 A. Bowl: ANSI At 12.19.2; siphon jet, vitreous china closet bowl with elongated rim and 1-1/2" spud. For model number see schedule on drawings. B. Flush Valve: ANSI Al 12.19.2; exposed chrome plated, diaphragm type with oscillating handle, escutcheon, vacuum breaker. For model number see schedule on drawings. C. Seat: Solid elongated plastic open front with self-sustaining hinge, brass bolts. For model number see schedule on drawings. D. Wall Mounted Carrier: ANSI Al 12.19.1; cast iron and steel frame, lugs for floor and wall attachment, threaded fixture studs for fixture hanger, bearing studs. For model number see schedule on drawings. 2.13 URINAL, WALL HUNG, NORMAL A. Urinal: ANSI A112.19.2; vitreous china, 1/8 gallon per flush, siphon jet with flushing rim, integral trap, 3/4 inch top spud. For model number see schedule on drawings. 224000-4 PLUMBING FIXTURES RM ARCHITECTURE SEPTEMBER, 2016 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS B. Flush Valve: ANSI Al 12.18.1; exposed chrome plated, diaphragm type with oscillating handle, escutcheon, vacuum breaker. For model number see schedule on drawings. C. Wall Mounted Carrier: ANSI At 12.6.1; cast iron and steel frame with tubular legs, lugs for floor and wall attachment, threaded fixture studs for fixture hanger, bearing studs. For model number see schedule on drawings. 2.14 URINAL, WALL HUNG, ACCESSIBLE A. Urinal: ANSI At 12.19.2; vitreous china, 1/8 gallon per flush, siphon jet with flushing rim, integral trap, 3/4 inch top spud. For model number see schedule on drawings. B. Flush Valve: ANSI A112.18.1; exposed chrome plated, diaphragm type with oscillating handle, escutcheon, vacuum breaker. For model number see schedule on drawings. C. Wall Mounted Carrier: ANSI At 12.6.1; cast iron and steel frame with tubular legs, lugs for floor and wall attachment, threaded fixture studs for fixture hanger, bearing studs. For model number see schedule on drawings. 2.15 LAVATORY, UNDERMOUNT, ACCESSIBLE/NORMAL A. Basin (L-2): ANSI At 12.19.2; vitreous china unglazed rim for under counter mount, oval basin with front overflow. For model number see schedule on drawings. B. Trim: ANSI Al 12.18.1; chrome plated combination supply fitting battery operated sensor and strainer, chrome plated 17 gage L.A. pattern cast brass P -trap and arm with escutcheon, and rigid supplies. For model number see schedule on drawings. 2.16 INSULATION KIT A. Where lavatories or sinks are noted to be insulated for ADA compliance, furnish the following: Safety covers conforming to ANSI A177.1, ASTM E84-07 and consisting of insulation kit of molded closet cell vinyl construction, 3/16 inch thick, white color, for insulating tailpiece, P -trap, valves and supply piping. Furnish with weep hole and angle valve access covers. 2.17 FLOOR DRAINS A. FD -1: ANSI At 12.21.1; lacquered cast iron two piece body with double drainage flange, weep holes, reversible clamping collar, round, adjustable polished nickel -bronze strainer; and trap primer connection; see Schedule on drawings for Model number. 2.18 WATER HAMMER ARRESTORS A. ANSI A112.26.1; sized in accordance with manufacturer's recommendation, precharged suitable for operation in temperature range - 100 to 300 degrees F and maximum 250 psig working pressure; see Schedule on drawings for Model number. 2.19 TRAP PRIMERS A. TP -1; ANSI At 12.26; cast bronze with 1/2 -inch connection. See Schedule on drawings for Model number. B. TP -2: Provide a trap primer enclosed in a 12" x 12" x 4" NEMA -1 enclosure, with a 1/2" inch NPT female inlet complying with ANSI/ASME B1.20.1, outlet shall be 1/2" inch compression fitting, provide with circuit breaker, switch, timer, manual override, solenoid valve marked as UL Listed, electronic assembly tested and certified per UL #73, and backflow device anti -siphon atmospheric vacuum breaker IAPMO, ASSE 1001 and CSA. Provide in accordance with ASSE Standard No. 1018. See schedule on the drawings for model number. PLUMBING FIXTURES 22-4000-5 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS 2.20 HOSE BIBBS RM ARCHITECTURE SEPTEMBER, 2016 A. Provide recessed box, having one piece cast construction, stainless steel wall flange with a satin finish. The door shall be provided with a cam lock. Valves shall be cast bronze, exposed parts chrome -plated, tamper resistant lockshield bonnet and replaceable cartridge, 3/. inch inlet for cold, and''/. inch outlet with vacuum breaker, See Schedules for Model No. 2.21 ACCESS PANELS A. 12" x 12" No. 4 finish stainless steel flush type, locate and set after review. Steel door and frame with metal flange with concealed hinges and screwdriver operated stainless steel cam lock. Karp style DSC -214M forfire rated construction use KRP-150FR. 2.22 CLEANOUTS A. Interior Finished Floor Areas F.C.O.: Lacquered cast iron, two piece body with double drainage flange, weep holes, reversible clamping collar and adjustable nickel -bronze strainer, round with scoriated cover in service areas and round with depressed cover to accept floor finish in finished floor areas; see Schedule on drawings for Model number. B. Interior Finished Wall Areas W.C.O.: Line type with lacquered cast iron body and round epoxy coated gasketted cover and round stainless steel access cover secured with machine screw; see Schedule on drawings for Model number. PART 3 - EXECUTION 3.01 EXAMINATION A. Section 0130 00 - Administrative Requirements: Coordination and project conditions. B. Verify walls and floor finishes are prepared and ready for installation of fixtures. C. Verify electric power is available and of correct characteristics. D. Confirm millwork is constructed with adequate provision for installation of counter top lavatories and sinks. 3.02 PREPARATION A. Rough -in fixture piping connections in accordance with minimum sizes indicated in fixture rough - in schedule for particular fixtures. 3.03 INSTALLATION A. Install each fixture with trap, easily removable for servicing and cleaning. B. Provide chrome plated rigid or flexible supplies to fixtures with loose key stops, reducers, and escutcheons. C. Install components level and plumb. D. Install and secure fixtures in place with wall carriers and bolts. E. Seal fixtures to wall and floor surfaces with sealant as specked in Section 07 90 00, color to match fixture. 224000-6 PLUMBING FIXTURES RM ARCHITECTURE SEPTEMBER, 2016 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS F. Solidly attach water closets to floor with lag screws. Lead flashing is not intended hold fixture in place. G. For ADA accessible water closets, install flush valve with handle to wide side of stall. 3.04 INTERFACE WITH OTHER PRODUCTS A. Review millwork shop -drawings. Confirm location and size of fixtures and openings before rough in and installation. 3.05 ADJUSTING A. Section 01 70 00 - Execution and Closeout Requirements: Testing, adjusting, and balancing. B. Adjust stops or valves for intended water flow rate to fixtures without splashing, noise, or overflow. 3.06 CLEANING A. Section 01 70 00 - Execution and Closeout Requirements: Final cleaning. B. Clean plumbing fixtures and equipment. 3.07 PROTECTION OF INSTALLED CONSTRUCTION A. Section 01 70 00 - Execution and Closeout Requirements: Protecting installed construction. B. Do not permit use of fixtures before final acceptance. END OF SECTION PLUMBING FIXTURES 22-4000-7 RM ARCHITECTURE SEPTEMBER, 2016 SECTION 26 00 60 ELECTRICAL DEMOLITION PART 1 -GENERAL 1.01 SECTION INCLUDES CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS A. Electrical Demolition: Selective removal and disposal of interior and exterior components of existing electrical systems not to remain for completed Project, as indicated on Drawings and specified herein. 1. Demolition Work shall include complete demolition of components and shall include all buried and concealed items, their supports, coverings and adjoining finishes. 2. Demolition shall include terminating and labeling of conductors and removal of circuit overload protection devices and relabeling of panel board circuit diagrams and other such informational aids. 3. Extent of demolition is only indicated generally on Drawings and shall not be considered as the complete scope of demolition necessary. Conditions indicated are based on limited surveys of existing conditions. Deviations and conditions which could not be reasonably anticipated shall be governed by provisions in the Conditions of the Contract pertaining to unforeseen conditions. B. Electrical Components to be Demolished: 1. Lighting fixtures: ceiling -mounted, as indicated on Drawings. 2. Power outlets and related conductors, including devices, outlet boxes and as indicated on Drawings. 3. Fire, signaling devices, and related conductors, as indicated on Drawings. C. Electrical Demolition due to Reconfiguration of Electrical Systems: Removal, disposal and reconfiguration of electrical components in order to keep existing systems operable, due to the following. 1. Removal of partitions, walls, floors, ceilings and roofs. 2. Penetrations through partitions, walls, floors, ceilings and roofs. D. Electrical Demolition to Eliminate Interferences: Removal disposal and reconfiguration of electrical components in order to eliminate conflicts of existing components to remain, due to the following. 1. Interference with new electrical components provided under this Project. 2. Interference with new, added partitions, walls, floors and ceilings. 3. Interference with access for Work under this Contract, including structural, architectural, plumbing, HVAC and fire protection Work, whether or not indicated on Drawings, as necessary. 4. Interference with required clearances between and around components remaining and new components. E. Maintenance of Service: Maintain electrical power and signal services in full operation and protect systems against damage and disruption. Provide temporary services around Project area as necessary. F. Patching and Refinishing: Restore surfaces damaged due to electrical demolition, if not otherwise indicated or accomplished by Work described elsewhere in the Drawings and Specifications. ELECTRICAL DEMOLITION 26-0060-1 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS 1.02 SUBMITTALS RM ARCHITECTURE SEPTEMBER, 2016 A. Schedule of Electrical Demolition: Submit proposed schedule for electrical demolition for review prior to commencing demolition Work. Indicate types and extent of service interruptions. 1.03 QUALITY ASSURANCE A. Field Investigation: Before submission of schedule of electrical demolition, Contractor shall obtain from Owner all existing record drawings of electrical systems and shall conduct field inspections and tests as necessary to determine and confirm existing conditions of electrical systems in locations involving both electrical and general demolition Work. B. Relationship to Existing Construction: 1. Maintain and re -use existing conduit system serving fire alarm system in place and operational as far as practicable. 2. Owner will maintain conditions existing at the time of bidding in so far as practicable. However, variations within Project area may occur due to Owner's removal and salvage operations prior to the start of electrical demolition Work. 3. Protect building occupants and existing Work remaining in place. See Division 01 - Temporary Facilities and Controls for detailed requirements. 4. Repair and restore to original sound condition all items or portions of existing construction affected by electrical demolition Work. C. Coordination: Coordinate and sequence demolition with Owner to minimize disruption to Owner's continuing operations. 1. Meet with Owner to review schedule and sequence of demolition which will interrupt electrical system operations and otherwise disrupt continuing operations in the facility. 2. Schedule review(s) a minimum of seven (7) working days before intended date of service interruption(s). 3. Do not interrupt electrical system operations without the written approval of the Owner. D. Termination and Disruption of Electrical Systems: Contractor shall make arrangements for temporary deactivation of services. 1. Deactivation periods: Keep deactivation periods to a minimum. Use intermittent periods as directed. Schedule with Owner deactivation periods of systems to remain in service. Do not deactivate any electrical system to remain in service without the prior written approval of the Owner. PART 2 -PRODUCTS 2.01 SALVAGEABLE MATERIALS A. Salvageable Item Removed by Owner: Prior to start of electrical demolition work, the Owner will make reasonable efforts to remove furnishings and equipment not fixed to the building or to utility services. Refer to phasing and scheduling requirements in Division 01 - Summary of the Project. B. Salvageable Items: The Owner shall have "first right of refusal" for all salvageable items associated with the electrical demolition of systems. Prior to the start of electrical demolition work, the contractor shall obtain from the owner a list of salvageable items the owner wishes to retain. Ownership of salvageable items shall remain with Owner, unless otherwise indicated. 2.02 NON -SALVAGEABLE MATERIALS A. Nonsalvageable Materials: All other materials, equipment, fixtures and debris become the property of the Contractor and shall be removed from the Site. 260060-2 ELECTRICAL DEMOLITION RM ARCHITECTURE SEPTEMBER, 2016 PART 3 - EXECUTION 3.01 PREPARATION CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS A. Review of Existing Systems: Review documents and verify against existing conditions immediately prior to starting electrical demolition Work. 1. Confirm locations of disconnects, conductors and outlets. Mark locations of concealed elements on surfaces. 2. Confirm whether circuits are active. Temporarily deactivate circuits as necessary. B. Utility Service Disconnection: Disconnect, remove, and cap designated utility services within demolition areas. Mark location of disconnected utilities. Identify and indicate capping locations on project record drawings. 3.02 PROTECTION A. Protection: Conduct demolition Work and removal of debris to ensure minimum interference with exit ways, roads, streets, walks, and facilities remaining operational. B. Temporary Barriers: Protect existing items which are not indicated to be altered. Erect and maintain weatherproof closures for exterior openings. Erect and maintain temporary partitions or barriers to prevent spread of dust, fumes, noise, and smoke to provide for continued occupancy of facility by Owner. C. Dust Control: Use water sprinkling, temporary enclosures, and other approved methods to minimize amount of dust and debris rising and scattering in the air. Comply with governing regulations pertaining to environmental protection. Do not use water when it may create hazardous or objectionable conditions such as ice, staining, flooding, pollution and electrical shock. D. Disposal Methods: Use methods which minimize spread of dust and debris. 1. Do not throw materials from windows. Use enclosed chutes which dump directly into disposal containers. 2. Do not transport materials and debris through spaces to remain occupied, unless approved by Owner. When necessary to cross through occupied spaces, provide temporary covers and dust barriers. See Section 015000 - Temporary Facilities and Controls. Provide plywood covers where necessary for wheeled traffic to cross existing flooring. E. Protection of Existing Construction: In removal of materials, take care not to damage construction remaining in place, salvageable materials and equipment. Repair or replace existing construction, materials and equipment damaged during demolition, to Owner's satisfaction, at no change in Contract Time and Cost. F. Remove all electrical materials completely and neatly, leaving surfaces smooth and ready for new Work. Saw -cut where cutting is necessary. See additional requirements specified in under Cutting and Patching. 3.03 DEMOLITION A. Demolition Equipment: Locate demolition equipment so as not to impose excessive loads to supporting walls, floors, roof or framing. ELECTRICAL DEMOLITION 26-0060-3 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS RM ARCHITECTURE SEPTEMBER, 2016 B. Demolition: Proceed with demolition in an orderly and careful manner. Protect existing foundation supporting structural members and finish material to remain. Coordinate activities with Work specified in other Sections. C. Removal: Remove materials to be re -installed or retained in manner to prevent damage. Store and protect materials. Carefully remove, store, and protect for re -installation electrical materials and equipment identified on Drawings. 3.04 DISPOSAL AND CLEANING A. Disposal: Promptly remove from the Site all debris, rubbish, and other materials resulting from demolition operations. Dispose of debris legally. On-site burning or burying of debris will not be permitted. B. Salvage: Items of salvageable value shall be delivered to Owner at location at Project site as directed. C. Cleaning and Restoration: Clean adjacent finishes, equipment, improvements and other features of dust, dirt, and debris caused by demolition operations. Restore adjacent areas to condition existing prior to start of the Work, unless otherwise indicated. END OF SECTION 260060-4 ELECTRICAL DEMOLITION CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS SECTION 26 0500 COMMON WORK RESULTS FOR ELECTRICAL PART 1 -GENERAL 1.01 SUMMARY RM ARCHITECTURE SEPTEMBER, 2016 A. This Section specifies the basic requirements for electrical installations and includes requirements common to more than one section of Division 26. It expands and supplements the requirements specified in sections of Division 01. B. Applicable Standards 1. ASTM D 709 — Laminated Thermosetting materials. 2. ANSUNEMA FB -1 — Standard for Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit, Electrical Metallic Tubing, and Cable. 3. ANSUNEMA 250 — Enclosure for Electrical Equipment (1000 Volts Maximum). 4. California Electrical Code (CEC). 5. IEEE C57.12.28 — Standard for Pad -Mounted equipment (Enclosure Integrity). 6. UL 1 — Standard for Flexible Metal Conduit. 7. UL 1242 — Standard for Electrical Intermediate Metal Conduit. 8. UL 6 — Electrical Rigid Metal Conduit -Steel. 9. UL 797— Electrical Metallic Tubing -Steel. 10. UL 870 — Standard for Wireways, Auxiliary Gutters, and Associated Fittings 1.02 BASIC ELECTRICAL REQUIREMENTS A. Quality Assurance: 1. Workers possessing the skills and experience obtained in performing work of similar scope and complexity shall perform the Work of this Division. 2. Refer to other sections of the Specifications for other qualification requirements. B. Drawings and Specifications Coordination: 1. For purposes of clearness and legibility, Drawings are essentially diagrammatic and the size and location of equipment is indicated to scale whenever possible. Verify conditions, dimensions, indicated equipment sizes, and manufacturer's data and information as necessary to install the Work of this Division. Coordinate location and layout with other Work. 2. Verify final locations for rough -ins with field measurements and with the requirements of the equipment to be connected. 3. Drawings indicate required size and points of termination of conduits, number and size of conductors, and diagrammatic routing of conduit. Install conduits with minimum number of bends to conform to structure, avoid obstructions, preserve headroom, keep openings and passageways clear, and comply with applicable code requirements. 4. Routing of conduits may be changed provided that the length of any conduit run is not increased more than 10 percent of length indicated on the Drawings. 5. Outlet locations shall be coordinated with architectural elements prior to start of construction. Locations indicated on the Drawings may be distorted for clarity. 6. Coordinate electrical equipment and materials installation with building components and the Work of other trades 7. As much as practical, connect equipment for ease of disconnecting, with minimum of interference with other installations. 8. Coordinate connection of electrical systems with existing underground utilities and services. C. Terminology: COMMON WORK RESULTS FOR ELECTRICAL 26-0500-1 1. Signal Systems: Applies to clock, bell, fire alarm, annunciator, sound, public address, buzzer, telephone, television, inter -communication, elevator access controls, lighting control systems and security systems. 2. Low Voltage: Applies to signal systems operating at 120 volts and less, and power systems operating at less than 600 volts. Medium voltage: Applies to power systems operating at more than 600 volts. 3. UL: Underwriter's Laboratories Inc, Nationally Recognized Testing Laboratory (NRTL), or equal. D. Regulations: Work shall comply with the requirements of authorities having jurisdiction and the California Electrical and Building Codes. Material shall conform to regulations of the National Board of Fire Underwriters for electrical wiring and apparatus. Materials shall be new and listed by UL, or another NRTL. E. Structural Considerations for Conduit Routing: 1. Where conduits pass through or interfere with any structural member, or where notching, boring or cutting of the structure is necessary, or where special openings are required through walls, floors, footings, or other buildings elements; conform to CBC, Part 2, Title 24, Section 1906.3 for conduits and pipes embedded in concrete and Sections 2308.9.10 and 2308.9.11 for notches and bored holes in wood; for steel, as detailed on the structural steel Shop Drawings. 2. Where a concrete encasement for underground conduit abuts a foundation wall or underground structure which the conduits enter, encasement shall rest on a haunch integral with wall or structure, or shall extend down to footing projection, if any, or shall be doweled into structure unless otherwise indicated. Underground structures shall include maintenance holes; pull boxes, vaults, and buildings. 3. Holes required for conduit entrances into speaker poles, floodlight poles or other poles, shall be drilled with the conduit nipple or coupling welded to poles. Welds shall be provided by the electric arc process and shall be continuous around nipple or coupling. F. Electrically Operated Equipment and Appliances: 1. Furnished Equipment and Appliances: a. Work shall include furnishing and installing wiring enclosures for, and the complete connection of electrically operated equipment and appliances and electrical control devices which are specified to be furnished and installed in this or other sections of the Specifications, wiring enclosures shall be concealed except where exposed Work is indicated on the Drawings. b. Connections shall be provided as necessary to install equipment ready for use. Equipment shall be tested for proper operation and, if motorized, for proper rotation. If outlets are of incorrect electrical characteristics or any specified equipment fails to operate properly, repair and/or replace the outlet and/or equipment. 2. Equipment and Appliances Furnished by Others: c. Equipment and appliances indicated on Drawings as "not in contract" (NIC), "furnished by others," or "furnished by the Owner," will be delivered to the Project site. Required electrical connections shall be performed for such equipment and appliances. Motorized equipment will be furnished factory -wired to a control panel or junction box unless otherwise indicated. Appliances will be furnished equipped with portable cord and cap. Provide disconnect switches where required. d. Connections to equipment furnished under this Division shall be part of the Work of this section. Work shall include internal wiring, installation, connection and adjustment of bolted drive motors in which the motor is supplied as a separate unit, and connections only for equipment furnished with factory installed internal wiring, except as further limited by Drawings and this Specification. Work shall include furnishing and installing suitable outlets, disconnecting devices, starters, push-button stations, selector switches, conduit, junction boxes, and wiring necessary for a complete electrical installation. Work shall also include furnishing and installing conduit and boxes for HVAC control systems, furnished under Division 23. Devices and equipment furnished shall be of same type used elsewhere on the Work or as specified. 260500.2 COMMON WORK RESULTS FOR ELECTRICAL CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS RM ARCHITECTURE SEPTEMBER, 2016 e. Electrical equipment furnished under other sections, for installation and connection under Work of this section, will be delivered to the Project site ready for installation. f. Mechanical equipment furnished under other sections, and requiring electrical connection under this section, will be set in place as part of the Work of the section furnishing such equipment unless noted otherwise. g. Suitability and condition of equipment furnished under other sections shall be determined in advance of installation. Immediate notice of damage, unsuitability, or lack of parts shall be given to the entity providing such equipment. G. Protection of Materials: 1. Protect materials and equipment from damage and provide adequate and proper storage facilities during progress of the Work. Damaged materials and/or equipment shall be replaced. H. Cleaning: 1. Exposed parts of Work shall be left in a neat, clean, usable condition. Finished painted surfaces shall be unblemished and metal surfaces shall be polished. 2. Thoroughly clean parts of apparatus and equipment. Exposed parts to be painted shall be thoroughly cleaned of cement, plaster, and other materials. Remove grease and oil spots with solvent. Such surfaces shall be wiped and corners and cracks scraped out. Exposed rough metal shall be smooth, free of sharp edges, carefully steel brushed to remove rust and other spots, and left in proper condition to receive finish painting. 3. Remove rubbish, debris, and waste materials and legally dispose of off the Project site. 1.03 WARRANTIES A. Provide one year warranty on all material and labor performed, unless noted otherwise in specific sections. PART 2 - PRODUCTS - NOT USED PART 3 - EXECUTION 3.01 GENERAL REQUIREMENTS A. Advise the Inspector before starting the Work of this Division. B. Exposed conduits shall be painted to match the surfaces adjacent to installation C. Salvaged materials removed from buildings shall be removed from the Project site as required by the OAR. D. Trenches outside of barricade limits shall be backfilled and paved within 24 hours after being inspected by the Inspector. Provide traffic plates during the time that trenches are open in traffic areas and in areas accessible to students and staff. E. Where existing structural walls are cored for new conduit runs, separation between cored holes shall be three inches edge to edge from new or existing holes, unless otherwise required by the Architect. All coring to be laid out and reviewed by Architect prior to drilling. Contractor to verify location of structural steel, rebar, stress cabling or similar prior to lay out. F. Electrical equipment shall be braced and anchored for CBC Seismic Design requirements, or as otherwise indicated on the Drawings. 3.02 DELIVERY STORAGE AND HANDLING A. Deliver products to project site with proper identification, which shall include names, model numbers, types, grades, compliance labels, and similar information needed for District COMMON WORK RESULTS FOR ELECTRICAL 26-0500.3 identification; all products and materials shall be adequately packaged and protected to prevent damage during shipment, storage, and handling. B. Coordinate deliveries of electrical materials and equipment to minimize construction site congestion. 3.03 CUTTING AND PATCHING A. Cutting and patching of electrical equipment, components, and materials shall include the removal and legal disposal of selected materials, components, and equipment. B. Do not endanger or damage installed Work through procedures and processes of cutting and patching. C. Repair or restore other work, or surfaces damaged as a result of the work performed under this contract. 3.04 CLEANUP A. Remove rubbish, debris and waste materials and legally dispose off the Project site. B. Remove equipment and implements of service, and leave entire work area neat and clean, to the satisfaction of the Owner Authorized Representative. 3.05 PROTECTION A. Protect the Work of this section until Substantial Completion. END OF SECTION 260500-4 COMMON WORK RESULTS FOR ELECTRICAL RM ARCHITECTURE CITY OF NEWPORT BEACH SEPTEMBER, 2016 LIBRARY REMODEL PROJECTS SECTION 26 05 19 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES PART1-GENERAL 1.01 SUMMARY A. Section includes building wire and cable; nonmetallic -sheathed cable; direct burial cable; service entrance cable; armored cable; metal clad cable; and wiring connectors and connections. 1.02 REFERENCES A. International Electrical Testing Association: 1. NETA ATS -Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems. B. National Fire Protection Association: 1. NFPA 70 - National Electrical Code. 2. NFPA 262 -Standard Method of Test for Flame Travel and Smoke of Wires and Cables for Use in Air -Handling Spaces. C. Underwriters Laboratories, Inc.: 1. UL 1277 - Standard for Safety for Electrical Power and Control Tray Cables with Optional Optical -Fiber Members. 1.03 SYSTEM DESCRIPTION A. Product Requirements: Provide products as follows: 1. Solid conductor for feeders and branch circuits 10 AWG and smaller. 2. Stranded conductors for feeders and branch circuits 8 AWG and larger. 3. Stranded conductors for control circuits. 4. Conductor not smaller than 12 AWG for power and lighting circuits. 5. Conductor not smaller than 16 AWG for control circuits. 6. 10 AWG conductors for 20 ampere, 120 volt branch circuits larger than 75 feet. 7. 10 AWG conductors for 20 ampere, 277 volt branch circuits larger than 200 feet. B. Wiring Methods: Provide the following wiring methods: 1. Concealed Dry Interior Locations: Use only building wire, Type THHN/THWN insulation, in raceway. 2. Exposed Dry Interior Locations: Use only building wire, Type THHN/THWN insulation, in raceway. 3. Above Accessible Ceilings: Use only building wire, Type THHN/THWN insulation, in raceway. 4. Wet or Damp Interior Locations: Use only building wire, Type THHN/THWN insulation, in raceway. 5. Exterior Locations: Use only building wire, Type THHN/THWN insulation, in raceway. 6. Underground Locations: Use only building wire, Type THHN/THWN insulation, in raceway. 1.04 DESIGN REQUIREMENTS A. Conductor sizes are based on copper type THHN/THWN 600V insulation rated 75 degrees C. 1.05 SUBMITTALS A. Section 01 33 00 - Submittal Procedures: Requirements for submittals. LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 26.0519.1 CITY OF NEWPORT BEACH RM ARCHITECTURE LIBRARY REMODEL PROJECTS SEPTEMBER, 2016 B. Product Data: Submit for building wire and each cable assembly type. C. Test Reports: Indicate procedures and values obtained. 1.06 CLOSEOUT SUBMITTALS A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for submittals. B. Project Record Documents: Record actual locations of components and circuits. 1.07 QUALITY ASSURANCE A. Provide wiring materials located in plenums with peak optical density not greater than 0.5, average optical density not greater than 0.15, and flame spread not greater than 5 feet (1.5 m) when tested in accordance with NFPA 262. B. Perform Work in accordance with State of California Public Work's standard. C. Maintain two copies of each document on site. 1.08 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years experience. 1.09 FIELD MEASUREMENTS A. Verify field measurements are as indicated on Drawings. 1.10 COORDINATION A. Section 01 30 00 - Administrative Requirements: Requirements for coordination. B. Where wire and cable destination is indicated and routing is not shown, determine routing and lengths required. PART2-PRODUCTS 2.01 BUILDING WIRE A. Manufacturers: 1. General Cable Co. 2. Rome Cable. 3. Southwire. 4. Superior Essex. 5. Substitutions: Section 01 60 00 - Product Requirements. B. Product Description: Single conductor insulated wire. C. Conductor: Copper. 2.02 ARMORED CABLE A. Manufacturers: 1. Diamond Wire & Cable Co. 2. Essex Group Inc. 3. General Cable Co. 260519-2 LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES RM ARCHITECTURE SEPTEMBER, 2016 4. Substitutions: Section 01 60 00 - Product Requirements. B. Conductor: Copper. C. Insulation Voltage Rating: 600 volts. D. Insulation Temperature Rating: 60 degrees C. E. Insulation Material: Thermoplastic. F. Armor Material: Steel G. Armor Design: Interlocked metal tape. 2.03 METAL CLAD CABLE A. Manufacturers: 1. Diamond Wire & Cable Co. 2. Essex Group Inc. 3. General Cable Co. 4. Substitutions: Section 01 60 00 - Product Requirements. B. Conductor: Copper. C. Insulation Voltage Rating: 600 volts. D. Insulation Temperature Rating: 60 degrees C. E. Insulation Material: Thermoplastic. F. Armor Material: Steel. G. Armor Design: Interlocked metal tape. H. Jacket: PVC. 2.04 WIRING CONNECTORS A. Split Bolt Connectors: 1. ILSCO, Model SK. 2. Blackburn, Model HPS. 3. Burndy, Model KSU. 4. Substitutions: Section 01 60 00 - Product Requirements. B. Solderless Pressure Connectors: 1. ILSCO, Model SLUH. 2. Burndy, Model KA -U. 3. Panduit, Model IAM. 4. Substitutions: Section 01 60 00 - Product Requirements. C. Compression Connectors: 1. ILSCO, Model CRL. 2. Blackburn, Model ATL. 3. Burndy, Model HYLUG/HYLINK. 4. Substitutions: Section 01 60 00 - Product Requirements. CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 26-0519-3 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS 2.05 TERMINATIONS RM ARCHITECTURE SEPTEMBER, 2016 A. Terminal Lugs for Wires 6 AWG and Smaller: Solderless, compression type copper. B. Lugs for Wires 4 AWG and Larger: Color keyed, compression type copper, with insulating sealing collars. PART 3 -EXECUTION 3.01 EXAMINATION A. Section 01 30 00 -Administrative Requirements: Coordination and project conditions. B. Verify interior of building has been protected from weather. C. Verify mechanical work likely to damage wire and cable has been completed. D. Verify raceway installation is complete and supported. 3.02 PREPARATION A. Completely and thoroughly swab raceway before installing wire. 3.03 INSTALLATION A. Route wire and cable to meet Project conditions. B. Neatly train and lace wiring inside boxes, equipment, and panelboards. C. Identify wire and cable under provisions of Section 26 05 53. Identify each conductor with its circuit number or other designation indicated. D. Special Techniques --Building Wire in Raceway: 1. Pull conductors into raceway at same time. 2. Install building wire 4 AWG and larger with pulling equipment. E. Special Techniques - Cable: 1. Protect exposed cable from damage. 2. Support cables above accessible ceiling, using spring metal clips or plastic cable ties to support cables from structure. Do not rest cable on ceiling panels. 3. Use suitable cable fittings and connectors. F. Special Techniques - Wiring Connections: 1. Clean conductor surfaces before installing lugs and connectors. 2. Make splices, taps, and terminations to carry full ampacity of conductors with no perceptible temperature rise. 3. Tape uninsulated conductors and connectors with electrical tape to 150 percent of insulation rating of conductor. 4. Install split bolt connectors for copper conductor splices and taps, 6 AWG and larger. 5. Install solderless pressure connectors with insulating covers for copper conductor splices and taps, 8 AWG and smaller. G. Install stranded conductors for branch circuits 10 AWG and smaller. When stranded conductors are used in lieu of solid, then install crimp on fork terminals for device terminations. Do not place bare stranded conductors directly under screws. 260519-4 LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES RM ARCHITECTURE SEPTEMBER, 2016 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS H. Size lugs in accordance with manufacturer's recommendations terminating wire sizes. Install t- hole type lugs to connect wires 4 AWG and larger to copper bus bars. I. For terminal lugs fastened together such as on motors, transformers, and other apparatus, or when space between studs is small enough that lugs can turn and touch each other, insulate for dielectric strength of 2-1/2 times normal potential of circuit. 3.04 WIRE COLOR A. General: 1. For wire sizes 10 AWG and smaller, install wire colors in accordance with the following: a. Black and red for single phase circuits at 120/240 volts. b. Black, red, and blue for circuits at 120/208 volts single or three phase. c. Orange, brown, and yellow for circuits at 277/480 volts single or three phase. 2. For wire sizes 8 AWG and larger, identify wire with colored tape at terminals, splices and boxes. Colors are as follows: d. Black and red for single phase circuits at 120/240 volts. e. Black, red, and blue for circuits at 120/208 volts single or three phase. f. Orange, brown, and yellow for circuits at 277/480 volts single or three phase. B. Neutral Conductors: White. When two or more neutrals are located in one conduit, individually identify each with proper circuit number. C. Branch Circuit Conductors: Install three or four wire home runs with each phase uniquely color coded. D. Feeder Circuit Conductors: Uniquely color code each phase. E. Ground Conductors: 1. For 6 AWG and smaller: Green. 2. For 4 AWG and larger: Identify with green tape at both ends and visible points including junction boxes. 3.05 FIELD QUALITY CONTROL A. Section 01 40 00 - Quality Requirements, 01 70 00 - Execution and Closeout Requirements: Field inspecting, testing, adjusting, and balancing. B. Inspect and test in accordance with NETA ATS, except Section 4. C. Perform inspections and tests listed in NETA ATS, Section 7.3.1. END OF SECTION LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 26-0519-5 RM ARCHITECTURE SEPTEMBER, 2016 SECTION 26 05 26 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS PART 1 -GENERAL 1.01 SUMMARY A. Section Includes: 1. Rod electrodes. 2. Wire. 3. Grounding well components. 4. Mechanical connectors. 5. Exothermic connections. 1.02 REFERENCES A. Institute of Electrical and Electronics Engineers: 1. IEEE 142 -Recommended Practice for Grounding of Industrial and Commercial Power Systems. 2. IEEE 1100 -Recommended Practice for Powering and Grounding Electronic Equipment. B. International Electrical Testing Association: 1. NETA ATS -Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems. C. National Fire Protection Association: 1. NFPA 70 - National Electrical Code. 2. NFPA 99 -Standard for Health Care Facilities. 1.03 SYSTEM DESCRIPTION A. Grounding systems use the following elements as grounding electrodes: 1. Metal underground water pipe. 2. Metal building frame. 3. Concrete -encased electrode. 4. Ground ring specified in Section 33 79 00. 5. Rod electrode. 6. Plate electrode. 1.04 PERFORMANCE REQUIREMENTS A. Grounding System Resistance: 5 ohms maximum. 1.05 SUBMITTALS A. Section 01 33 00 - Submittal Procedures: Requirements for submittals. B. Product Data: Submit data on grounding electrodes and connections. C. Test Reports: Indicate overall resistance to ground and resistance of each electrode. 1.06 CLOSEOUT SUBMITTALS A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for submittals. GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 26-0526-1 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS RM ARCHITECTURE SEPTEMBER, 2016 B. Project Record Documents: Record actual locations of components and grounding electrodes. 1.07 QUALITY ASSURANCE A. Provide grounding materials conforming to requirements of NEC, IEEE 142, and UL labeled. B. Perform Work in accordance with State of California Public Work's standard. C. Maintain two copies of each document on site. 1.08 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing Products specified in this section with minimum three years experience. 1.09 PRE -INSTALLATION MEETINGS A. Section 01 30 00 - Administrative Requirements: Pre -installation meeting. B. Convene minimum one week prior to commencing work of this section. 1.10 DELIVERY, STORAGE, AND HANDLING A. Section 01 60 00 - Product Requirements: Requirements for transporting., handling, storing, and protecting products. B. Accept materials on site in original factory packaging, labeled with manufacturer's identification. C. Protect from weather and construction traffic, dirt, water, chemical, and mechanical damage, by storing in original packaging. D. Do not deliver items to project before time of installation. Limit shipment of bulk and multiple -use materials to quantities needed for immediate installation. 1.11 COORDINATION A. Section 01 30 00 - Administrative Requirements: Requirements for coordination. B. Complete grounding and bonding of building reinforcing steel prior to concrete placement. PART2-PRODUCTS 2.01 ROD ELECTRODES A. Manufacturers: 1. Erico, Inc. 2. Harger. 3. Burndy. 4. Substitutions: Section 01 60 00 - Product Requirements. B. Product Description: 1. Material: Copper -clad steel. 2. Diameter: 3/4 inch. 3. Length: 10 feet. C. Connector: Connector for exothermic welded connection. 260526-2 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS RM ARCHITECTURE SEPTEMBER, 2016 2.02 WIRE A. Material: Stranded copper. B. Foundation Electrodes: 4 AWG oras noted. CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS C. Grounding Electrode Conductor: Copper conductor bare size to meet CEC requirements. D. Bonding Conductor: Copper conductor bare. 2.03 GROUNDING WELL COMPONENTS A. Well Pipe: 8 inches NPS by 24 inches long concrete pipe with belled end. B. Well Cover: Cast iron with legend "GROUND" embossed on cover. 2.04 EXOTHERMIC CONNECTIONS A. Manufacturers: 1. Copperweld, Inc. 2. Caldwell. 3. Burndyweld 4. Substitutions: Section 0160 00 - Product Requirements. B. Product Description: Exothermic materials, accessories, and tools for preparing and making permanent field connections between grounding system components. PART 3 -EXECUTION 3.01 EXAMINATION A. Section 01 30 00 - Administrative Requirements: Verification of existing conditions before starting work. B. Verify final backfill and compaction has been completed before driving rod electrodes. 3.02 PREPARATION A. Remove paint and surface contaminants at connection points. 3.03 INSTALLATION A. Install rod electrodes at locations as indicated on Drawings. Install one additional rod electrode six feet from the first electrode if grounding resistance test fails. B. Install grounding and bonding conductors concealed from view. C. Install grounding well pipe with cover at each rod location. Install well pipe top flush with finished grade. D. Install grounding electrode conductor and connect to reinforcing steel in foundation footing as indicated on Drawings. E. Bond together metal siding not attached to grounded structure; bond to ground. F. Equipment Grounding Conductor: Install separate, insulated conductor within each feeder and branch circuit raceway. Terminate each end on suitable lug, bus, or bushing. GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 26-0526-3 CITY OF NEWPORT BEACH RM ARCHITECTURE LIBRARY REMODEL PROJECTS SEPTEMBER, 2016 G. Connect to site grounding system. Refer to Section 33 79 00. H. Install continuous grounding using underground cold water system and building steel as grounding electrode. Where water piping is not available, install artificial station ground by means of driven rods or buried electrodes. I. Permanently ground entire light and power system in accordance with CEC, including service equipment, distribution panels, lighting panelboards, switch and starter enclosures, motor frames, grounding type receptacles, and other exposed non-current carrying metal parts of electrical equipment. J. Accomplish grounding of electrical system by using insulated grounding conductor installed with feeders and branch circuit conductors in conduits. Size grounding conductors in accordance with CEC. Install from grounding bus of serving panel to ground bus of served panel, grounding screw of receptacles, lighting fixture housing, light switch outlet boxes or metal enclosures of service equipment. Ground conduits by means of grounding bushings on terminations at panelboards with installed number 12 conductor to grounding bus. K. Grounding electrical system using continuous metal raceway system enclosing circuit conductors in accordance with CEC. L. Permanently attach equipment and grounding conductors prior to energizing equipment. 3.04 FIELD QUALITY CONTROL A. Section 01 40 00 - Quality Requirements and 01 70 00 - Execution and Closeout Requirements: Field inspecting, testing, adjusting, and balancing. B. Inspect and test in accordance with NETA ATS, except Section 4. C. Grounding and Bonding: Perform inspections and tests listed in NETA ATS, Section 7.13. D. Perform ground resistance testing in accordance with IEEE 142. E. Perform leakage current tests in accordance with NFPA 99. F. Perform continuity testing in accordance with IEEE 142. G. When improper grounding is found on receptacles, check receptacles in entire project and correct. Perform retest. END OF SECTION 260526-4 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS RM ARCHITECTURE SEPTEMBER, 2016 SECTION 26 05 29 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS PART1-GENERAL 1.01 SUMMARY A. Section Includes: 1. Conduit supports. 2. Formed steel channel. 3. Spring steel clips. 4. Sleeves. 5. Firestopping relating to electrical work. 6. Firestopping accessories. 7. Equipment bases and supports. 1.02 REFERENCES A. ASTM International: 1. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building Materials. 2. ASTM E119 -Standard Test Methods for Fire Tests of Building Construction and Materials. 3. ASTM E814 - Standard Test Method for Fire Tests of Through -Penetration Fire Stops. 4. ASTM E1966 -Standard Test Method for Fire -Resistive Joint Systems. B. FM Global: 1. FM - Approval Guide, A Guide to Equipment, Materials & Services Approved By Factory Mutual Research For Property Conservation. C. California Electrical Code 1. CEC — California Electrical Code. D. Underwriters Laboratories Inc.: 1. UL 263 - Fire Tests of Building Construction and Materials. 2. UL 723 - Tests for Surface Burning Characteristics of Building Materials. 3. UL 1479 - Fire Tests of Through -Penetration Firestops. 4. UL 2079 - Tests for Fire Resistance of Building Joint Systems. 5. UL - Fire Resistance Directory. 1.03 DEFINITIONS A. Firestopping (Through -Penetration Protection System): Sealing or stuffing material or assembly placed in spaces between and penetrations through building materials to arrest movement of fire, smoke, heat, and hot gases through fire rated construction. 1.04 SYSTEM DESCRIPTION A. Firestopping Materials: ASTM E119, UL 1479 to achieve fire ratings as noted on Drawings for adjacent construction, but not less than 1 hour fire rating. B. Firestopping Materials ASTM E119, UL 1479 to achieve fire ratings of adjacent construction in accordance with UL Design Numbers noted on Drawings. C. Firestop interruptions to fire rated assemblies, materials, and components. HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 26-0529.1 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS 1.05 PERFORMANCE REQUIREMENTS RM ARCHITECTURE SEPTEMBER, 2016 A. Firestopping: Conform to CSFM and UL for Fre resistance ratings and surface burning characteristics. B. Firestopping: Provide certificate of compliance from authority having jurisdiction indicating approval of materials used. 1.06 SUBMITTALS A. Section 01 33 00 - Submittal Procedures: Requirements for submittals. B. Shop Drawings: Indicate system layout with location and detail of trapeze hangers. C. Product Data: 1. Hangers and Supports: Submit manufacturers catalog data including load capacity. 2. Firestopping: Submit data on product characteristics, performance and limitation criteria. D. Firestopping Schedule: Submit schedule of opening locations and sizes, penetrating items, and required listed design numbers to seal openings to maintain Fre resistance rating of adjacent assembly. E. Design Data: Indicate load carrying capacity of trapeze hangers and hangers and supports. F. Manufacturer's Installation Instructions: 1. Hangers and Supports: Submit special procedures and assembly of components. 2. Firestopping: Submit preparation and installation instructions. G. Manufacturer's Certificate: Certify products meet or exceed specked requirements. H. Engineering Judgements: For conditions not covered by UL listed designs, submit judgements by licensed professional engineer suitable for presentation to authority having jurisdiction for acceptance as meeting code fire protection requirements. 1.07 QUALITY ASSURANCE A. Through Penetration Firestopping of Fire Rated Assemblies: ASTM E814 with 0.10 inch water gage minimum positive pressure differential to achieve fire F -Ratings and temperature T -Ratings as indicated on Drawings, but not less than 1 -hour. 1. Wall Penetrations: Fire F -Ratings as indicated on Drawings, but not less than 1 -hour. 2. Floor Penetrations: Fire F -Ratings and temperature T -Ratings as indicated on Drawings, but not less than 1 -hour. a. Floor Penetrations Within Wall Cavities: T -Rating is not required. B. Through Penetration Firestopping of Non -Fire Rated Floor Assemblies: Materials to resist free passage of flame and products of combustion. 1. Noncombustible Penetrating Items: Noncombustible materials for penetrating items connecting maximum of three stories. 2. Penetrating Items: Materials approved by authorities having jurisdiction for penetrating items connecting maximum of two stories. C. Fire Resistant Joints in Fire Rated Floor, Roof, and Wall Assemblies: UL 2079 to achieve fire resistant rating as indicated on Drawings for assembly in which joint is installed. D. Fire Resistant Joints Between Floor Slabs and Exterior Walls: ASTM E119 with 0.10 inch water gage minimum positive pressure differential to achieve fire resistant rating as indicated on Drawings for floor assembly. 260529-2 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS RM ARCHITECTURE SEPTEMBER, 2016 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS E. Surface Burning Characteristics: Maximum 25/450 flame spread/smoke developed index when tested in accordance with ASTM E84. F. Perform Work in accordance with State of California Public Work's standard. G. Maintain two copies of each document on site. 1.08 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing Products specified in this section with minimum three years documented experience. B. Installer: Company specializing in performing work of this section with minimum three years documented experience. 1.09 PRE -INSTALLATION MEETINGS A. Section 01 30 00 - Administrative Requirements: Pre -installation meeting. B. Convene minimum one week prior to commencing work of this section. 1.10 DELIVERY, STORAGE, AND HANDLING A. Section 0160 00 - Product Requirements: Requirements for transporting, handling, storing, and protecting products. B. Accept materials on site in original factory packaging, labeled with manufacturer's identification. C. Protect from weather and construction traffic, dirt, water, chemical, and mechanical damage, by staring in original packaging. 11 ENVIRONMENTAL REQUIREMENTS A. Section 01 60 00 - Product Requirements: Environmental conditions affecting products on site. B. Do not apply firestopping materials when temperature of substrate material and ambient air is below 60 degrees F. C. Maintain this minimum temperature before, during, and for minimum 3 days after installation of firestopping materials. PART2-PRODUCTS 2.01 CONDUIT SUPPORTS A. Manufacturers: 1. Cooper B -Line Systems 2. Panduit Corp. 3. Unistrut Corp. 4. Substitutions: Section 01 60 00 - Product Requirements. B. Hanger Rods: Threaded high tensile strength galvanized carbon steel with free running threads. C. Beam Clamps: Malleable Iron, with tapered hole in base and back to accept either bolt or hanger rod. Set screw: hardened steel. HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 26-0529-3 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS RM ARCHITECTURE SEPTEMBER, 2016 D. Conduit clamps for trapeze hangers: Galvanized steel, notched to fit trapeze with single bolt to tighten. E. Conduit clamps -general purpose: One hole malleable iron for surface mounted conduits. F. Cable Ties: High strength nylon temperature rated to 185 degrees F. Self locking. 2.02 FORMED STEEL CHANNEL A. Manufacturers: 1. Cooper B -Line Systems. 2. Panduit Corp. 3. Unistrut Corp. 4. Substitutions: Section 01 60 00 - Product Requirements. B. Product Description: Galvanized (12 gage) thick steel. With holes 1-1/2 inches on center. 2.03 SPRING STEEL CLIPS A. Manufacturers: 1. Cooper B -Line Systems 2. Substitutions: Section 01 60 00 - Product Requirements. B. Product Description: Mounting hole and screw closure. 2.04 SLEEVES A. Furnish materials in accordance State of California Public Work's standard. B. Sleeves for Through Non -fire Rated Floors: 18 gage thick galvanized steel. C. Sleeves for Through Non -fire Rated Beams, Walls, Footings, and Potentially Wet Floors: Steel pipe or 18 gage thick galvanized steel. D. Sleeves for Through Fire Rated and Fire Resistive Floors and Walls, and Fire Proofing: Prefabricated fire rated sleeves including seals, UL listed. 2.05 FIRESTOPPING A. Manufacturers: 1. Dow Corning Corp. 2. Fire Trak Corp. 3. Hilti Corp. 4. International Protective Coating Corp. 5. 3M Fire Protection Products. 6. Specified Technology, Inc. 7. Substitutions: Section 01 60 00 - Product Requirements. B. Product Description: Different types of products by multiple manufacturers are acceptable as required to meet specked system description and performance requirements; provide only one type for each similar application. 1. Silicone Firestopping Elastomeric Firestopping: Silicone elastomeric compound and compatible silicone sealant. 2. Foam Firestopping Compounds: Foam compound. 3. Fiber Stuffing and Sealant Firestopping: Composite of mineral or ceramic fiber stuffing insulation with silicone elastomer for smoke stopping. 4. Intumescent Firestopping: Intumescent putty compound which expands on exposure to surface heat gain. 260529-4 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS RM ARCHITECTURE CITY OF NEWPORT BEACH SEPTEMBER, 2016 LIBRARY REMODEL PROJECTS 5. Firestop Pillows: Formed mineral fiber pillows. C. Color: As selected from manufacturers full range of colors. 2.06 FIRESTOPPING ACCESSORIES A. Primer: Type recommended by firestopping manufacturer for specific substrate surfaces and suitable for required fire ratings. B. Dam Material: Permanent: 1. Mineral fiberboard. 2. Sheet metal. C. Installation Accessories: Provide clips, collars, fasteners, temporary stops or dams, and other devices required to position and retain materials in place. D. General: 1. Furnish UL listed products or products tested by nationally recognized independent testing laboratory. 2. Select products with rating not less than rating of wall or floor being penetrated. E. Non -Rated Surfaces: 1. Stamped steel, chrome plated, hinged, split ring escutcheons or floor plates or ceiling plates for covering openings in occupied areas where conduit is exposed. 2. For exterior wall openings below grade, furnish modular mechanical type seal consisting of interlocking synthetic rubber links shaped to continuously fill annular space between conduit and cored opening or water -stop type wall sleeve. PART 3 -EXECUTION 3.01 EXAMINATION A. Section 01 30 00 - Administrative Requirements: Verification of existing conditions before starting work. B. Verify openings are ready to receive sleeves. C. Verify openings are ready to receive firestopping. 3.02 PREPARATION A. Clean substrate surfaces of dirt, dust, grease, oil, loose material, or other matter affecting bond of firestopping material. B. Remove incompatible materials affecting bond. C. Install backing or damming materials to arrest liquid material leakage. D. Obtain permission from Architect/Engineer before using powder -actuated anchors. E. Obtain permission from Architect/Engineer before drilling or cutting structural members. 3.03 INSTALLATION -HANGERS AND SUPPORTS A. Anchors and Fasteners: 1. Concrete Structural Elements: Provide expansion anchors. 2. Steel Structural Elements: Provide beam clamps. HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 26-0529-5 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS RM ARCHITECTURE SEPTEMBER, 2016 3. Concrete Surfaces: Provide expansion anchors. 4. Hollow Masonry, Plaster, and Gypsum Board Partitions: Provide toggle bolts and hollow wall fasteners. 5. Solid Masonry Walls: Provide expansion anchors and preset inserts. 6. Sheet Metal: Provide sheet metal screws. 7. Wood Elements: Provide wood screws. B. Inserts: 1. Install inserts for placement in concrete forms. 2. Install inserts for suspending hangers from reinforced concrete slabs and sides of reinforced concrete beams. 3. Provide hooked rod to concrete reinforcement section for inserts carrying pipe over 4 inches. 4. Where concrete slabs form finished ceiling, locate inserts flush with slab surface. C. Install conduit and raceway support and spacing in accordance with CEC. D. Do not fasten supports to pipes, ducts, mechanical equipment, or conduit. E. Install multiple conduit runs on common hangers. F. Supports: 1. Fabricate supports from structural steel or formed steel channel. Install hexagon head bolts to present neat appearance with adequate strength and rigidity. Install spring lock washers under nuts. 2. Install surface mounted cabinets and panelboards with minimum of four anchors. 3. In wet and damp locations install steel channel supports to stand cabinets and panelboards 1 inch off wall. 4. Support vertical conduit at every floor. 3.04 INSTALLATION - FIRESTOPPING A. Install material at fire rated construction perimeters and openings containing penetrating sleeves, piping, ductwork, conduit and other items, requiring firestopping. B. Apply primer where recommended by manufacturer for type of firestopping material and substrate involved, and as required for compliance with required fire ratings. C. Apply firestopping material in sufficient thickness to achieve required fire and smoke rating. D. Dam material to remain. E. Fire Rated Surface: 1. Seal opening at wall, ceiling, and roof as follows: b. Install sleeve through opening and extending beyond minimum of 1 inch on both sides of building element. c. Size sleeve allowing minimum of 1 inch void between sleeve and building element. d. Pack void with backing material. e. Seal ends of sleeve with UL listed fire resistive silicone compound to meet fire rating of structure penetrated. 2. Where cable tray, conduit, or wireway penetrates fire rated surface, install firestopping product in accordance with manufacturer's instructions. F. Non -Rated Surfaces: 1. Seal opening through non -fire rated wall, floor, ceiling, and roof opening as follows: f. Install sleeve through opening and extending beyond minimum of 1 inch on both sides of building element. g. Size sleeve allowing minimum of 1 inch void between sleeve and building element. h. Install type of firestopping material recommended by manufacturer. 260529-6 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS RM ARCHITECTURE CITY OF NEWPORT BEACH SEPTEMBER, 2016 LIBRARY REMODEL PROJECTS 2. Install escutcheons, floor plates or ceiling plates where conduit, penetrates non -fire rated surfaces in occupied spaces. Occupied spaces include rooms with finished ceilings and where penetration occurs below finished ceiling. 3. Exterior wall openings below grade: Assemble rubber links of mechanical seal to size of conduit and tighten in place, in accordance with manufacturer's instructions. 4. Interior partitions: Seal pipe penetrations at telecommunication rooms. Apply sealant to both sides of penetration to completely fill annular space between sleeve and conduit. 3.05 INSTALLATION - EQUIPMENT BASES AND SUPPORTS A. Provide housekeeping pads of concrete, minimum 3-1/2 inches thick and extending 6 inches beyond supported equipment as indicated on Drawings. Refer to Section 03 30 00. B. Using templates furnished with equipment, install anchor bolts, and accessories for mounting and anchoring equipment. C. Construct supports of formed steel channel. Brace and fasten with flanges bolted to structure. 3.06 INSTALLATION - SLEEVES A. Exterior entries: Seal with adjustable interlocking rubber links. B. Set sleeves in position in forms. Provide reinforcing around sleeves. C. Size sleeves large enough to allow for movement due to expansion and contraction. Provide for continuous insulation wrapping. D. Extend sleeves through floors 2 inches above finished floor level. Caulk sleeves. E. Where conduit or raceway penetrates floor, ceiling, or wall, close off space between conduit or raceway and adjacent work with fire stopping insulation and caulk airtight. Provide close fitting metal collar or escutcheon covers at both sides of penetration. F. Install stainless steel escutcheons at finished surfaces. 3.07 FIELD QUALITY CONTROL A. Section 01 40 00 - Quality Requirements and 01 70 00 - Execution and Closeout Requirements: Field inspecting, testing, adjusting, and balancing. B. Inspect installed firestopping for compliance with specifications and submitted schedule. 3.08 CLEANING A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for cleaning. B. Clean adjacent surfaces of firestopping materials. 3.09 PROTECTION OF FINISHED WORK A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for protecting finished Work. B. Protect adjacent surfaces from damage by material installation. END OF SECTION HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 26-0529-7 RM ARCHITECTURE SEPTEMBER, 2016 SECTION 26 05 3 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS PART1-GENERAL 1.01 SUMMARY A. Section includes conduit and tubing, surface raceways, wireways, outlet boxes, pull and junction boxes, and handholes. 1.02 REFERENCES A. American National Standards Institute: 1. ANSI C80.1 - Rigid Steel Conduit, Zinc Coated. 2. ANSI C80.3 -Specification for Electrical Metallic Tubing, Zinc Coated. 3. ANSI C80.5 - Aluminum Rigid Conduit - (ARC). B. National Electrical Manufacturers Association: 1. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum). 2. NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit and Cable Assemblies. 3. NEMA OS 1 - Sheet Steel Outlet Boxes, Device Boxes, Covers, and Box Supports. 4. NEMA OS 2 - Nonmetallic Outlet Boxes, Device Boxes, Covers, and Box Supports. 5. NEMA RN 1 - Polyvinyl Chloride (PVC) Externally Coated Galvanized Rigid Steel Conduit and Intermediate Metal Conduit. 6. NEMA TC 2 - Electrical Polyvinyl Chloride (PVC) Tubing and Conduit. 7. NEMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing. 1.03 SYSTEM DESCRIPTION A. Raceway and boxes located as indicated on Drawings, and at other locations required for splices, taps, wire pulling, equipment connections, and compliance with regulatory requirements. Raceway and boxes are shown in approximate locations unless dimensioned. Provide raceway to complete wiring system. B. Underground More than 5 feet outside Foundation Wall: Provide thickwall nonmetallic conduit. Provide cast metal boxes. C. Underground Within 5 feet from Foundation Wall: Provide rigid steel conduit. Provide cast metal boxes. D. Under Slab on Grade: Provide rigid steel conduit. Provide cast metal boxes. E. Outdoor Locations, Above Grade: Provide PVC coated rigid steel conduit. Provide cast metal or nonmetallic outlet, pull, and junction boxes. F. Wet and Damp Locations: Provide rigid steel conduit. Provide cast metal outlet, junction, and pull boxes. Provide flush mounting outlet box in finished areas. G. Concealed Dry Locations: Provide electrical metallic tubing. Provide sheet -metal boxes. Provide flush mounting outlet box in finished areas. Provide hinged enclosure for large pull boxes. H. Exposed Dry Locations: Provide electrical metallic tubing. Provide sheet -metal boxes. Provide flush mounting outlet box in finished areas. Provide hinged enclosure for large pull boxes. RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS 26-0533.1 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS 1.04 DESIGN REQUIREMENTS RM ARCHITECTURE SEPTEMBER, 2016 A. Minimum Raceway Size: 3/4 inch above grade and once unless otherwise specified. 1.05 SUBMITTALS A. Section 01 33 00 - Submittal Procedures: Submittal procedures. B. Product Data: Submit forthe following: 1. Flexible metal conduit. 2. Liquidtight flexible metal conduit. 3. Nonmetallic conduit. 4. Flexible nonmetallic conduit. 5. Nonmetallic tubing. 6. Raceway fittings. 7. Conduit bodies. 8. Surface raceway. 9. Wireway. 10. Pull and junction boxes. 11. Handholes. C. Manufacturer's Installation Instructions: Submit application conditions and limitations of use stipulated by Product testing agency specified under Regulatory Requirements. Include instructions for storage, handling, protection, examination, preparation, and installation of Product. 1.06 CLOSEOUT SUBMITTALS A. Section 01 70 00 - Execution and Closeout Requirements: Closeout procedures. B. Project Record Documents: 1. Record actual routing of conduits larger than 2 inches. 2. Record actual locations and mounting heights of outlet, pull, and junction boxes. 1.07 DELIVERY, STORAGE, AND HANDLING A. Section 01 60 00 - Product Requirements: Product storage and handling requirements. B. Protect conduit from corrosion and entrance of debris by storing above grade. Provide appropriate covering. C. Protect PVC conduit from sunlight. 1.08 COORDINATION A. Section 01 30 00 - Administrative Requirements: Coordination and project conditions. B. Coordinate installation of outlet boxes for equipment connected under Section 26 05 03. C. Coordinate mounting heights, odentation and locations of outlets mounted above counters, benches, and backsplashes. PART 2 -PRODUCTS 2.01 METAL CONDUIT A. Manufacturers: 2605332-2 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS RM ARCHITECTURE SEPTEMBER, 2016 1. Allied Tube. 2. Hubbell Wiring Devices. 3. Thomas & Betts Corp. 4. Walker Systems Inc. 5. The Wiremold Co.. 6. Substitutions: Section 01 60 00 - Product Requirements, B. Rigid Steel Conduit: ANSI C80.1. C. Intermediate Metal Conduit (IMC): Rigid steel. D. Fittings and Conduit Bodies: NEMA FB 1. 2.02 PVC COATED METAL CONDUIT A. Manufacturers: 1. Allied Tube. 2. Hubbell Wiring Devices. 3. Thomas & Betts Corp. 4. Walker Systems Inc. 5. The Wiremold Co.. 6. Substitutions: Section 01 60 00 - Product Requirements. CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS B. Product Description: NEMA RN 1; rigid steel conduit with external PVC coating, 20 mil thick. C. Fittings and Conduit Bodies: NEMA FB 1; steel fittings with external PVC coating to match conduit. 2.03 FLEXIBLE METAL CONDUIT A. Manufacturers: 1. Allied Tube. 2. Hubbell Wiring Devices 3. Thomas & Betts Corp. 4. Walker Systems Inc. 5. The Wiremold Co.. 6. Substitutions: Section 01 60 00 - Product Requirements. B. Product Description: Interlocked steel construction. C. Fittings: NEMA FB 1. 2.04 LIQUIDTIGHT FLEXIBLE METAL CONDUIT A. Manufacturers: 1. Allied Tube. 2. Hubbell Wiring Devices. 3. Thomas & Betts Corp. 4. Walker Systems Inc. 5. The Wiremold Co.. 6. Substitutions: Section 01 60 00 - Product Requirements. B. Product Description: Interlocked steel construction with PVC jacket. C. Fittings: NEMA FB 1. RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS 26-0533.3 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS 2.05 ELECTRICAL METALLIC TUBING (EMT) A. Manufacturers: 1. Allied Tube. 2. Hubbell Wiring Devices. 3. Thomas & Betts Corp. 4. Walker Systems Inc. 5. The Wiremold Co.. 6. Substitutions: Section 01 60 00 - Product Requirements. B. Product Description: ANSI C80.3; galvanized tubing. C. Fittings and Conduit Bodies: NEMA FB 1; steel , compression type. 2.06 NONMETALLIC CONDUIT A. Manufacturers: 1. Allied Tube. 2. Hubbell Wiring Devices. 3. Thomas & Betts Corp. 4. Walker Systems Inc. 5. The Wiremold Co.. 6. Substitutions: Section 0160 00 - Product Requirements. B. Product Description: NEMA TC 2; Schedule 40 PVC. C. Fittings and Conduit Bodies: NEMA TC 3. 2.07 SURFACE METAL RACEWAY A. Manufacturers: 1. Hubbell Wiring Devices. 2. Panduit Corp. 3. Walker Systems Inc. 4. The Wiremold Co.. 5. Substitutions: Section 0160 00 - Product Requirements. RM ARCHITECTURE SEPTEMBER, 2016 B. Product Description: Sheet metal channel with fitted cover, suitable for use as surface metal raceway. C. Size: As noted on drawings. D. Finish: As noted on drawings. E. Fittings, Boxes, and Extension Rings: Furnish manufacturer's standard accessories; match finish on raceway. 2.08 SURFACE NONMETAL RACEWAY A. Manufacturers: 1. Carlon Electrical Products. 2. Hubbell Wiring Devices. 3. Thomas & Betts Corp. 4. Walker Systems Inc. 5. The Wiremold Co.. 6. Substitutions: Section 01 60 00 - Product Requirements. B. Product Description: Plastic channel with fitted cover, suitable for use as surface raceway. 2605332-4 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS RM ARCHITECTURE SEPTEMBER, 2016 C. Size: As noted on drawings. D. Finish: As noted on drawings. CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS E. Fittings, Boxes, and Extension Rings: Furnish manufacturer's standard accessories, finish to match raceway. 2.09 WIREWAY A. Manufacturers: 1. Carton Electrical Products. 2. Hubbell Wiring Devices. 3. Thomas & Betts Corp. 4. Walker Systems Inc. 5. The Wiremold Co.. 6. Substitutions: Section 01 60 00 - Product Requirements, B. Product Description: General purpose type wireway. C. Knockouts: Manufacturer's standard. D. Size: As indicated on Drawings. E. Cover: Screw cover. F. Connector: Slip -in. G. Fittings: Lay -in type with removable top, bottom, and side; captive screws. H. Finish: Rust inhibiting primer coating with gray enamel finish. 2.10 OUTLET BOXES A. Manufacturers: 1. Carton Electrical Products. 2. Hubbell Wiring Devices. 3. Thomas & Betts Corp. 4. Walker Systems Inc. 5. The Wiremold Co.. 6. Substitutions: Section 01 60 00 - Product Requirements. B. Sheet Metal Outlet Boxes: NEMA OS 1, galvanized steel. 1. Luminaire and Equipment Supporting Boxes: Rated for weight of equipment supported; furnish 1/2 inch male fixture studs where required. 2. Concrete Ceiling Boxes: Concrete type. C. Nonmetallic Outlet Boxes: NEMA OS 2. D. Cast Boxes: NEMA FB 1, Type FD, cast feralloy. Furnish gasketed cover by box manufacturer. Furnish threaded hubs. E. Wall Plates for Finished Areas: As specified in Section 26 27 26. F. Wall Plates for Unfinished Areas: Furnish gasketed cover. RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS 26-0533-5 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS 2.11 PULL AND JUNCTION BOXES A. Manufacturers: 1. Carton Electrical Products. 2. Hubbell Wiring Devices. 3. Thomas & Betts Corp. 4. Walker Systems Inc. 5. The Wiremold Co.. 6. Substitutions: Section 01 60 00 - Product Requirements. B. Sheet Metal Boxes: NEMA OS 1, galvanized steel. C. Hinged Enclosures: As specified in Section 26 27 16. RM ARCHITECTURE SEPTEMBER, 2016 D. Surface Mounted Cast Metal Box: NEMA 250, Type 4; flat -flanged, surface mounted junction box: 1. Material: Cast aluminum. 2. Cover: Furnish with ground flange, neoprene gasket, and stainless steel cover screws. E. In -Ground Cast Metal Box: NEMA 250, Type 6, outside flanged, recessed cover box for flush mounting: 1. Material: Cast aluminum. 2. Cover: Nonskid cover with neoprene gasket and stainless steel cover screws. 3. Cover Legend: 'POWER" or "SIGNAL" or as otherwise noted on drawings. PART 3 - EXECUTION 3.01 EXAMINATION A. Section 01 30 00 - Administrative Requirements: Coordination and project conditions. B. Verify outlet locations and routing and termination locations of raceway prior to rough -in. 3.02 INSTALLATION A. Ground and bond raceway and boxes in accordance with Section 26 05 26. B. Fasten raceway and box supports to structure and finishes in accordance with Section 26 05 29. C. Identify raceway and boxes in accordance with Section 26 05 53. D. Arrange raceway and boxes to maintain headroom and present neat appearance. 3.03 INSTALLATION - RACEWAY A. Raceway routing is shown in approximate locations unless dimensioned. Route to complete wiring system. B. Arrange raceway supports to prevent misalignment during wiring installation. C. Support raceway using coated steel or malleable iron straps, lay -in adjustable hangers, clevis hangers, and split hangers. D. Group related raceway; support using conduit rack. Construct rack using steel channel specified in Section 26 05 29; provide space on each for 25 percent additional raceways. E. Do not support raceway with wire or perforated pipe straps. Remove wire used for temporary supports 2605332-6 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS RM ARCHITECTURE SEPTEMBER, 2016 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS F. Do not attach raceway to ceiling support wires or other piping systems. G. Construct wireway supports from steel channel specified in Section 26 05 29. H. Route exposed raceway parallel and perpendicular to walls. I. Route raceway installed above accessible ceilings parallel and perpendicular to walls. J. Route conduit under slab from point-to-point. K. Maintain clearance between raceway and piping for maintenance purposes. L. Maintain 12 inch clearance between raceway and surfaces with temperatures exceeding 104 degrees F. M. Cut conduit square using saw or pipe cutter; de -burr cut ends. N. Bring conduit to shoulder of fittings; fasten securely. O. Join nonmetallic conduit using cement as recommended by manufacturer. Wipe nonmetallic conduit dry and clean before joining. Apply full even coat of cement to entire area inserted in fitting. Allow joint to cure for minimum 20 minutes. P. Install conduit hubs or sealing locknuts to fasten conduit to sheet metal boxes in damp and wet locations and to cast boxes. O. Install no more than equivalent of three 90 degree bends between boxes. Install conduit bodies to make sharp changes in direction, as around beams. Install factory elbows for bends in metal conduit larger than 2 inch size. R. Avoid moisture traps; install junction box with drain fitting at low points in conduit system. S. Install fittings to accommodate expansion and deflection where raceway crosses seismic and expansion joints. T. Install suitable pull string or cord in each empty raceway except sleeves and nipples. U. Install suitable caps to protect installed conduit against entrance of dirt and moisture. V. Surface Raceway: Install flat -head screws, clips, and straps to fasten raceway channel to surfaces; mount plumb and level. Install insulating bushings and inserts at connections to outlets and corner fittings. W. Close ends and unused openings in wireway. 3.04 INSTALLATION - BOXES A. Install wall mounted boxes at elevations to accommodate mounting heights as indicated on Drawings. B. Adjust box location up to 10 feet prior to rough -in to accommodate intended purpose. C. Orient boxes to accommodate wiring devices oriented as specified in Section 26 27 26. D. Install pull boxes and junction boxes above accessible ceilings and in unfinished areas only. RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS 26.0533-7 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS RM ARCHITECTURE SEPTEMBER, 2016 E. In Accessible Ceiling Areas: Install outlet and junction boxes no more than 6 inches from ceiling access panel or from removable recessed luminaire. F. Locate flush mounting box in masonry wall to require cutting of masonry unit comer only. Coordinate masonry cutting to achieve neat opening. G. Do not install flush mounting box back-to-back in walls; install with minimum 6 inches separation. Install with minimum 24 inches separation in acoustic rated walls. H. Secure flush mounting box to interior wall and partition studs. Accurately position to allow for surface finish thickness. I. Install stamped steel bridges to fasten flush mounting outlet box between studs. J. Install flush mounting box without damaging wall insulation or reducing its effectiveness. K. Install adjustable steel channel fasteners for hung ceiling outlet box. L. Do not fasten boxes to ceiling support wires or other piping systems. M. Support boxes independently of conduit. N. Install gang box where more than one device is mounted together. Do not use sectional box. O. Install gang box with plaster ring for single device outlets. 3.05 INTERFACE WITH OTHER PRODUCTS A. Install conduit to preserve fire resistance rating of partitions and other elements, using materials and methods in accordance with Section 07 84 00. B. Route conduit through roof openings for piping and ductwork or through suitable roof jack with pitch pocket. C. Locate outlet boxes to allow luminaires positioned as indicated on Drawings. D. Align adjacent wall mounted outlet boxes for switches, thermostats, and similar devices. 3.06 ADJUSTING A. Section 01 70 00 - Execution and Closeout Requirements: Testing, adjusting, and balancing. B. Adjust flush -mounting outlets to make front flush with finished wall material. C. Install knockout closures in unused openings in boxes. 3.07 CLEANING A. Section 01 70 00 - Execution and Closeout Requirements: Final cleaning. B. Clean interior of boxes to remove dust, debris, and other material. C. Clean exposed surfaces and restore finish. END OF SECTION 2605332-8 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS RM ARCHITECTURE SEPTEMBER, 2016 SECTION 26 05 48 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS SEISMIC CONTROLS FOR ELECTRICAL WORK PART 1 -GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes seismic restraints and other earthquake -damage -reduction measures for electrical components. It complements optional seismic construction requirements in the various electrical component Sections. 1.03 DEFINITIONS A. BOCA: BOCA National Building Code. B. SBC: Standard Building Code. C. UBC: Uniform Building Code. D. Seismic Restraint: A fixed device (a seismic brace, an anchor bolt or stud, or a fastening assembly) used to prevent vertical or horizontal movement, or both vertical and horizontal movement, of an electrical system component during an earthquake. E. Mobile Structural Element: A part of the building structure such as a slab, floor structure, or wall that may move independent of other mobile structural elements during an earthquake 1.04 SUBMITTALS A. Product Data: Illustrate and indicate types, styles, materials, strength, fastening provisions, and finish for each type and size of seismic restraint component used. 1. Anchor Botts and Studs: Tabulate types and sizes, complete with report numbers and rated strength in tension and shear as evaluated by ICBO Evaluation Service. B. Shop Drawings: For anchorage and bracing not defined by details and charts n Drawings. Indicate materials, and show designs and calculations signed and sealed by a professional engineer. 1. Design Analysis: To support selection and arrangement of seismic restraints. Include calculations of combined tensile and shear loads. 2. Details: Detail fabrication and arrangement. Detail attachment of restraints to both structural and restrained items. Show attachment locations, methods, and spacings, identifying components and listing their strengths. Indicate direction and value of forces transmitted to the structure during seismic events. 3. Preapproval and Evaluation Documentation: By ICBO Evaluation Service, showing maximum ratings of restraints and the basis for approval (tests or calculations). 4. Coordination Drawings: Plans and sections drawn to scale and coordinating seismic bracing for electrical components with other systems and equipment, including other seismic restraints, in the vicinity. C. Product Certificates: Signed by manufacturers of seismic restraints certifying that products furnished comply with requirements. SEISMIC CONTROLS FOR ELECTRICAL WORKS 26-0548-1 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS RM ARCHITECTURE SEPTEMBER, 2016 D. Qualification Data: For firms and persons specified in "Quality Assurance" Article. E. Material Test Reports: From a qualified testing agency indicating and interpreting test results of seismic control devices for compliance with requirements indicated. 1.05 QUALITY ASSURANCE A. Comply with seismic restraint requirements in California Building Code, unless requirements in this Section are more stringent. B. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing seismic engineering services, including the design of seismic restraints, that are similar to those indicated for this Project. C. Testing Agency Qualifications: An independent testing agency, acceptable to authorities having jurisdiction, with the experience and capability to conduct the testing indicated. 1.06 PROJECT CONDITIONS A. Project Seismic Zone and Zone Factor as Defined in UBC: Zone 4, Zone Factor 0.40. B. Occupancy Category as Defined in UBC: IV. 1.07 PROJECT CONDITIONS A. Project Seismic Hazard Exposure Group as Defined in BOCA or SBC: III. 1.08 COORDINATION A. Coordinate layout and Installation of seismic bracing with building structural system and architectural features, and with mechanical, fire -protection, electrical, and other building features in the vicinity. B. Coordinate concrete bases with building structural system. PART2-PRODUCTS 2.01 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Amber/Booth Company, Inc. 2. B -Line Systems, Inc. 3. Erico, Inc. 4. GS Metals Corp. 5. Loos & Company, Inc. 6. Mason Industries, Inc, 7. Powerstrut. 8. Thomas & Betts Corp. 9. Unistrut Corporation. 260548-2 SEISMIC CONTROLS FOR ELECTRICAL WORK RM ARCHITECTURE SEPTEMBER, 2016 2.02 MATERIALS A. Use the following materials for restraints: 1. Indoor Dry Locations: Steel, zinc plated. 2. Outdoors and Damp Locations: Galvanized steel. 3. Corrosive Locations: Stainless steel. CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS 2.03 ANCHORAGE AND STRUCTURAL ATTACHMENT COMPONENTS A. Strength: Defined in reports by ICBO Evaluation Service or another agency acceptable to authorities having jurisdiction. 1. Structural Safety Factor: Strength in tension and shear of components used shall be at least two times the maximum seismic forces to which they will be subjected. B. Concrete and Masonry Anchor Bolts and Studs: Steel -expansion wedge type. 1. Concrete Inserts: Steel -channel type. C. Through Bolts: Structural type, hex head, high strength. Comply with ASTM A 325. D. Welding Lugs: Comply with MSS SP -69, Type 57. E. Beam Clamps for Steel Beams and Joists: Double sided. Single -sided type is not acceptable. F. Bushings for Floor -Mounted Equipment Anchors: Neoprene units designed for seismically rated rigid equipment mountings, and matched to the type and size of anchor bolts and studs used. G. Bushing Assemblies for Wall -Mounted Equipment Anchorage: Assemblies of neoprene elements and steel sleeves designed for seismically rated rigid equipment mountings, and matched to the type and size of attachment devices used. 2.04 SEISMIC BRACING COMPONENTS A. Slotted Steel Channel: 1 -5/8 -by -1 -5/8 -inch cross section, formed from 0.1046 -inch thick steel, with 9/16 -by -7/8 -inch slots at a maximum of 2 inches o.c. in webs, and flange edges turned toward web. 1. Materials for Channel: ASTM A 570, GR 33. 2. Materials for Fittings and Accessories: ASTM A 575, ASTM A 576, or ASTM A 36. 3. Fittings and Accessories: Products of the same manufacturer as channels and designed for use with that product. 4. Finish: Baked, rust -inhibiting, acrylic -enamel paint applied after cleaning and phosphate treatment, unless otherwise indicated. B. Channel -Type Bracing Assemblies: Slotted steel channel, with adjustable hinged steel brackets and bolts. C. Cable -Type Bracing Assemblies: Zinc -coated, high-strength steel wire rope cable attached to steel thimbles, brackets, and bolts designed for cable service. 1. Arrange units for attachment to the braced component atone end and to the structure at the other end. 2. Wire Rope Cable: Comply with ASTM 603. Use 49- or 133 -strand cable with a minimum strength of 2 times the calculated maximum seismic force to be resisted. D. Hanger Rod Stiffeners: Slotted steel channels with internally bolted connections to hanger rod. SEISMIC CONTROLS FOR ELECTRICAL WORKS 26.0548-3 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS PART 3 -EXECUTION 3.01 APPLICATION RM ARCHITECTURE SEPTEMBER, 2016 A. Generator Sets: Comply with Division 15 Section "Mechanical Vibration Controls and Seismic Restraints." 3.02 INSTALLATION A. Install seismic restraints according to applicable codes and regulations and as approved by authorities having jurisdiction, unless more stringent requirements are indicated. 3.03 STRUCTURAL ATTACHMENTS A. Use bolted connections with steel brackets, slotted channel, and slotted -channel fittings to spread structural loads and reduce stresses. B. Attachments to New Concrete: Bolt to channel -type concrete inserts or use expansion anchors. C. Holes for Expansion Anchors in Concrete: Drill at locations and to depths that avoid reinforcing bars. D. Attachments to Solid Concrete Masonry Unit Walls: Use expansion anchors. E. Attachments to Hollow Walls: Boll to slotted steel channels fastened to wall with expansion anchors. F. Attachments to Wood Structural Members: Install bolts through members. G. Attachments to Steel: Bolt to clamps on flanges of beams or on upper truss chords of bar joists. 3.04 ELECTRICAL EQUIPMENT ANCHORAGE A. Anchor rigidly to a single mobile structural element or to a concrete base that is structurally tied to a single mobile structural element. B. Anchor panelboards, motor -control centers, motor controls, switchboards, switchgear, transformers, unit substations, fused power -circuit devices, transfer switches, busways, battery racks, static uninterruptible power units, power conditioners, capacitor units, communication system components, and electronic signal processing, control, and distribution units as follows: 1. Size concrete bases so expansion anchors will be a minimum of 10 bolt diameters from the edge of the concrete base. 2. Concrete Bases for Floor -Mounted Equipment: Use female expansion anchors and install studs and nuts after equipment is positioned. 3. Bushings for Floor -Mounted Equipment Anchors: Install to allow for resilient media between anchor bolt or stud and mounting hole in concrete. 4. Anchor Bolt Bushing Assemblies for Wall -Mounted Equipment: Install to allow for resilient media where equipment or equipment -mounting channels are attached to wall. 5. Torque bolts and nuts on studs to values recommended by equipment manufacturer. 3.05 SEISMIC BRACING INSTALLATION A. Install bracing according to spacings and strengths indicated by approved analysis. B. Expansion and Contraction: Install to allow for thermal movement of braced components. C. Cable Braces: Install with maximum cable slack recommended by manufacturer. 260548-4 SEISMIC CONTROLS FOR ELECTRICAL WORK RM ARCHITECTURE SEPTEMBER, 2016 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS D. Attachment to Structure: If specific attachment is not indicated, anchor bracing to the structure at flanges of beams, upper truss chords of bar joists, or at concrete members. 3.06 ACCOMMODATION OF DIFFERENTIAL SEISMIC MOTION A. Make flexible connections in raceways, cables, wireways, cable trays, and busways where they cross expansion and seismic control joints, where adjacent sections or branches are supported by different structural elements, and where they terminate at electrical equipment anchored to a different mobile structural element from the one supporting them. 3.07 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified testing agency to perform the following field quality -control testing: B. Testing Agency: Engage a qualified testing agency to perform the following field quality -control testing: C. Testing: Test pull-out resistance of seismic anchorage devices. 1. Provide necessary test equipment required for reliable testing. 2. Provide evidence of recent calibration of test equipment by a testing agency acceptable to authorities having jurisdiction. 3. Schedule test with Owner, through Architect, before connecting anchorage device to restrained component (unless post -connection testing has been approved), and with at least seven days' advance notice. 4. Obtain Architect's approval before transmitting test loads to the structure. Provide temporary load -spreading members. 5. Test at least four of each type and size of installed anchors and fasteners selected by Architect. 6. Test to 90 percent of rated proof load of device. 7. If a device fails the test, modify all installations of same type and retest until satisfactory results are achieved. 8. Record test results. END OF SECTION SEISMIC CONTROLS FOR ELECTRICAL WORKS 26-0548-5 RM ARCHITECTURE SEPTEMBER, 2016 SECTION 26 05 53 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS IDENTIFICATION FOR ELECTRICAL SYSTEMS PART1-GENERAL 1.01 SUMMARY A. Section Includes: 1. Nameplates. 2. Labels. 3. Wire markers. 4. Conduit markers. 5. Stencils. 6. Underground Warning Tape. 7. Lockout Devices. 1.02 SUBMITTALS A. Section 01 33 00 - Submittal Procedures: Submittal procedures. B. Product Data: 1. Submit manufacturers catalog literature for each product required. 2. Submit electrical identification schedule including list of wording, symbols, letter size, color coding, tag number, location, and function. C. Manufacturer's Installation Instructions: Indicate installation instructions, special procedures, and installation. 1.03 CLOSEOUT SUBMITTALS A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for submittals. B. Project Record Documents: Record actual locations of tagged devices; include tag numbers. 1.04 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing Products specified in this section with minimum three years documented experience. B. Installer: Company specializing in performing Work of this section with minimum three years documented experience. 1.05 DELIVERY, STORAGE, AND HANDLING A. Section 01 60 00 - Product Requirements: Requirements for transporting, handling, storing, and protecting products. B. Accept identification products on site in original containers. Inspect for damage. C. Accept materials on site in original factory packaging, labeled with manufacturer's identification, including product density and thickness. D. Protect insulation from weather and construction traffic, dirt, water, chemical, and mechanical damage, by storing in original wrapping. IDENTIFICATION FOR ELECTRICAL SYSTEMS 22-0553-1 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS 1.06 ENVIRONMENTAL REQUIREMENTS RM ARCHITECTURE SEPTEMBER, 2016 A. Section 01 60 00 - Product Requirements: Environmental conditions affecting products on site. B. Install products only when ambient temperature and humidity conditions for adhesive are within range recommended by manufacturer. 1.07 EXTRA MATERIALS A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for extra materials. PART2-PRODUCTS 2.01 NAMEPLATES A. Furnish materials in accordance with State of California Public Work's standards B. Product Description: Laminated three -layer plastic with engraved black letters on white background color. C. Letter Size: 1. 1/8 inch high letters for identifying individual equipment and loads. 2. 1/4 inch high letters for identifying grouped equipment and loads. D. Minimum nameplate thickness: 1/8 inch. 2.02 LABELS A. Furnish materials in accordance with State of California Public Work's standards. B. Labels: Embossed adhesive tape, with 3/16 inch white letters on black background. 2.03 WIRE MARKERS A. Furnish materials in accordance with State of California Public Work's standards. B. Description: Split sleeve type wire markers. C. Legend: 1. Power and Lighting Circuits: Branch circuit or feeder number as indicated on Drawings. 2. Low voltage and Control Circuits: Wire number as indicated on shop drawings. 2.04 CONDUIT AND RACEWAY MARKERS A. Furnish materials in accordance State of California Public Work's standards. B. Description: Labels fastened with adhesive black lettering on white background. C. Legend: 1. 480 Volt System: 480 VOLTS. 2. 208 Volt System: 208 VOLTS. 2.05 STENCILS A. Furnish materials in accordance with State of California Public Work's standards. B. Stencils: With clean cut symbols and letters of following size: 260553-2 IDENTIFICATION FOR ELECTRICAL SYSTEMS RM ARCHITECTURE CITY OF NEWPORT BEACH SEPTEMBER, 2016 LIBRARY REMODEL PROJECTS 1. Up to 2 inches Outside Diameter of Raceway: 1/2 inch high letters. 2. 2-1/2 to 6 inches Outside Diameter of Raceway: 1 inch high letters. C. Stencil Paint: As specified in Section 09 90 00, semi -gloss enamel, colors conforming to the following: 1. Black lettering on white background. 2.06 UNDERGROUND WARNING TAPE A. Description: 4 inch wide plastic tape, detectable type, colored yellow with suitable warning legend describing buried electrical lines. 2.07 LOCKOUT DEVICES A. Lockout Hasps: 1. Anodized aluminum hasp with erasable label surface; size minimum 7-1/4 x 3 inches. PART 3 - EXECUTION 3.01 PREPARATION A. Degrease and clean surfaces to receive adhesive for identification materials. B. Prepare surfaces in accordance with Section 09 90 00 for stencil painting. 3.02 INSTALLATION A. Install identifying devices after completion of painting. B. Nameplate Installation: 1. Install nameplate parallel to equipment lines. 2. Install nameplate for each electrical distribution and control equipment enclosure with corrosive -resistant mechanical fasteners, or adhesive. 3. Install nameplates for each control panel and major control components located outside panel with corrosive -resistant mechanical fasteners, or adhesive. 4. Secure nameplate to equipment front using adhesive. 5. Secure nameplate to inside surface of door on recessed panelboard in finished locations. 6. Install nameplates for the following: a. Switchboards. b. Panelboards. c. Transformers. d. Service Disconnects. C. Label Installation: 1. Install label parallel to equipment lines. 2. Install label for identification of individual control device stations. 3. Install labels for permanent adhesion and seal with clear lacquer. D. Wire Marker Installation: 1. Install wire marker for each conductor at panelboard gutters, pull boxes, outlet and junction boxes and each load connection. E. Stencil Installation: 1. Apply stencil painting in accordance with Section 09 90 00. F. Underground Warning Tape Installation: IDENTIFICATION FOR ELECTRICAL SYSTEMS 22-0553-3 CITY OF NEWPORT BEACH LIBRARY REMODEL PROJECTS RM ARCHITECTURE SEPTEMBER, 2016 1. Install underground warning tape along length of each underground conduit, raceway, or cable 6 to 8 inches below finished grade, directly above buried conduit, raceway, or cable. END OF SECTION 260553-4 IDENTIFICATION FOR ELECTRICAL SYSTEMS