Loading...
HomeMy WebLinkAboutC-8134-1 - Fire Station No. 4 Interior Renovation-I I ,y 4 n11. •,s.n CV CITY OF NEWPORT BEACH NOTICE INVITING BIDS All bids shall be electronically submitted via PlanetBids to the City of Newport Beach Office of the City Clerk By 10:00 AM on the 14th day of November, 2017, at which time such bids shall be opened and read for FIRE STATION NO. 4 INTERIOR RENOVATION Contract No. 8134-1 $ 100,000 - $110,000 Engineer's Estimate Approved by Mirk Vukoj vic City Engineer VOLUNTARY PRE-BID JOB WALK WHEN: November 1, 2017 at 10:00 AM WHERE: JOB SITE This will be the only opportunity for contractors to take inventory of the site conditions including the Fire Station interiors where work will be performed. Hard copy plans and specifications 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 Fond Tse, Project Manager at (949) 644-3321 City of Newport Beach FIRE STATION NO. 4 INTERIOR RENOVATION Contract No. 8134-1 TABLE OF CONTENTS NOTICE INVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS...................................................................................... 3 BIDDER'S BOND............................................................................................................6 DESIGNATION OF SUBCONTRACTOR(S)...................................................................9 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .......................................... 10 NON -COLLUSION AFFIDAVIT..................................................................................... 14 DESIGNATION OF SURETIES..................................................................................... 15 CONTRACTOR'S INDUSTRIAL SAFETY RECORD .................................................... 16 ACKNOWLEDGEMENT OF ADDENDA....................................................................... 18 INFORMATION REQUIRED OF BIDDER..................................................................... 19 NOTICE TO SUCCESSFUL BIDDER........................................................................... 22 SAMPLECITY CONTRACT......................................................................................... 23 PROPOSAL.............................................................................................................. PR -1 SPECIALPROVISIONS............................................................................................ SP -1 2 City of Newport Beach FIRE STATION NO. 4 INTERIOR RENOVATION Contract No. 8134-1 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed, uploaded and received electronically by the City Clerk via PlanetBids in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND 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 the Civic 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 Bid Bonds must be submitted to the City Clerk's Office.) 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. 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. For sole ownership, the signature shall be of the owner. 14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on behalf of itself or a subcontractor that lacks privity of contract with the City but has requested that contractor proceed on its behalf, sent by registered mail or certified mail return receipt requested for a time extension, payment by the City for money or damages arising from work done by, or on behalf of, the contractor and payment forwhich is not otherwise expressly provided or to which the claimant is not otherwise entitled, or for payment of an amount that is disputed by the City, the following is a summary of the claims resolution process to be applied: A. The City shall review the claim and, within 45 days, shall provide a written statement identifying the portions of the claim that are disputed and undisputed. This time period may be extended by mutual agreement. The claimant shall furnish all reasonable documentation to support the claim. If the City needs approval from its City Council to provide the written statement and the City Council does not meet within the prescribed time period, the City shall have up to 3 days following the next regular meeting of the City Council to provide the written statement. Payment of the undisputed portion of the claim shall be made within 60 days after the City issues its written statement. B. If the claimant disputes the City's written statement or if the City does not issue a written statement in the prescribed time period, the claimant may demand in writing an informal meet and confer conference, which shall be scheduled within 30 days of receipt of claimant's demand. C. Within 10 business days of the meet and confer conference, if a dispute remains, the City shall provide a written statement identifying the portion of the claim that remains in dispute and the undisputed portion. The City shall pay any remaining amount of the undisputed portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding mediation or similar nonbinding process, with the City and claimant sharing the costs equally and agreeing to a mediator within 10 business days. If the parties cannot timely agree on a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate the remaining disputed portion. If mediation is unsuccessful, any remaining disputed portion shall be addressed using procedures outside of Public Contract Code section 9204. D. Failure by the City to meet the time requirements herein shall result in the claim being rejected in its entirety and shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. The signature below represents that the above has been reviewed. 1000483/ B & C-33 Contractor's License No. & Classification 1000026569/06-30-2018 DIR Reference Number & Expiration Date TL VETERANS CONSTRUCTION, INC. Bidder Authorized Signature/Title // - /.3- 2/2/9 Date City of Newport Beach FIRE STATION NO. 4 INTERIOR RENOVATION Contract No. 8134-1 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 OF AMOUNT BID Dollars ($ 10% ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of FIRE STATION NO, 4 INTERIOR RENOVATION, Contract No. 8134-1 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 9TH day of NOVEMBER , 2097, TL VETERANS CONSTRUCTION, INC. Name of Contractor (Principal) UNITED STATES FIRE INSURANCE COMPANY Name of Surety 534 E. BADILLO ST. COVINA, CA 91723 Address of Surety 626-859-1000 Telephone Authorized Agent Signature KEVIN VEGA, ATTORNEY -in -FACT Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) 1DALPFORMA ALL-PpI1RPOSP /�6C5 J0�6�Do�Gifd�R9v CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the Identity of the Individual who signed the document to which this certificate Is attached, and not the truthfulness, accuracy, or validity of that documept. State of California I n ) County of oS On_ 0114 U� bCefforeme,� hate yy) Win 1, OtQv vU II(, �,� n Here Insert Name and Title of the Off er Personally appeared 1 r `` d��� (/Wa ull I -f a Names) who proved to me on the basis' of satisfactory evidence to be the pe op a Whose namx Ile subscribe to the within instrume t and acknowledgg�,dd t me that he/sq /tty executed the same his/Xier/t�r authorized capacity s), and that by hls/t7r3r/t�r signatureKon the instrument the perso or the entity upon behalf of whit the personX 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 heOd d official seal. RRANCHIESKA CARINO Notary Public -California Signature i :'• Los Angeles County i S'r'nat� e ofNotaryPub/fc Z Commission # 2163321 M Comm. Expires Aug 21. 2020 Place Notary Seal Above OPTIONAL Though this section Is optional, completing this Information can deter alteration of the document or ffaudufent reattachment of this form to an unintended document. Description of Attached Do um n Title or Type of Document: 1((Q.YI( �hVti� Do Number of Pages: Signer(s) Other Than Named Abovve:cument Date: bIII-.0 Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): El Partner —, El Limited O General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Q - �'� 'v4 vGV.-tiGVG'a<"✓� eiGVtiCV7L-G`-G'vG(✓- -a —< / • I , ' :i h'r'.. POW ER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE- MORRIS'TOWN, NEW JERSEY 04594432915 KNOW ALL MEN BY THESE PRESENTS: That United States Fire Insurance Company, a corporation duly organized and existing under the laws of the state of Delaware, has made, constituted and appointed, and does hereby make, constitute and appoint: Philip E. Vega, Kepin Vega, Brilmn Christiansen, Myrna Smith much, its true and lawful Aaorney(s)dn-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver: Any and all bonds and undertakings orsurmy and other documents that the ordinary course of surety business may require, and to bind United States Fire Insurance Company thereby as fully and to the same extent as rsuch bonds or undertakings had been duly executed and acknowledged by the regularly elected officers of United States Fire Insurance Company at its principal office, in amounts or penalties not exceeding: Seven Million, Five Hundred 'Thousand Dollars ($7,500,000). 'Phis Power or Attorney limits the act of those named therein to the bunds and undertakings specifically named therein, and they have no authority to bind United States Fire Insurance Company except in the manner and to the extent therein stated. This Power ul'Attorney revokes all previous Powers ol'Attorney issued on behalforibe Attorneys -In -Fact named above and expires on January 31, 2018. This Power of Attorney is granted pursuant to Article IV or the By -Laws of United States Fire Insurance Company as now in full lune and ellect, and consistent with Article III lhereol; which Articles provide, in pertinent part: Article IV, Execution orinstruments - Except as the Board ol'Directors may authorize by resolution, the Chairman of the Board, President, any Vice -President, any Assistant Vice President, the Secretary, or any Assistant Secretary shall have power un behalrof the Corporation: (a) to execute, ullix the corporate seal manually or by facsimile to, acknowledge, verify and deliver any contracts, obligations, instruments and documents whatsoever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undertakings, recognizances, powers of attorney or revocations of any powers of attorney, stipulations, policies of Insurance, deeds, leases, mortgages, releases, satisfactions and agency agreements; (b) to appoint, in writing, one or more persons for any or all of the purposes mentioned in the preceding paragraph (a), including allixing (lie seal of the Corporation. Article III, Officers, Section 3.11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds, guarantees, undertakings, recognizances, stipulations, powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed, facsimile, lithographed or otherwise produced. In addition, if and as authorized by the Board of Directors, dividend warrants or checks, or other numerous instruments similar to one another in form, may be signed by the facsimile signature or signatures, lithographed or otherwise produced, or such officer or officers of the Corporation as from time to time may be authorized to sign such instruments on behall' or the Corporation. The Corporation may continue to use for the purposes herein stated the facsimile signature orany person or persons who shall have been such officer or officers of the Corporation, notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued. IN WI'T'NESS WIIEREOF, United Slates Fire Insurance Company has caused these presents to be signed mid attested by its appropriate ullicer and its corporate seal hereunto aBixed this I0a' clay orMarch, 2016. UNITED STATFS 1112r INRDRANCE COMPANY ���1 Anthony R. Slimuwiez, Senior Vice President State orNew Jersey) County of Murris ) On this 10i' day at' Murch 2016, before me, a Notary public or the State of New Jersey, came the above named officer of United States Fire Insurance Company, to me personally known to be the individual and officer described herein, Lind acknowledged that he executed the foregoing instrument and affixed the seal ol'Uniled States Fire Insurance Company thereto by the nnlmrily orhis office. SONIASCALA "t;l Ayc�w i��!�Gt.•�lt� NO'T'ARY PUBLICOF NEW JERSEY Sonia Scala (Notary Public) MY COMMISSION EXPIRES3/25/2019 I, the undersigned officer of United States Fire Insurance Company, a Delaware corporation, do hereby certify that (lie original Power or Attorney orwhich the foregoing is a full, true and correct copy is still in force and ellect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal orUnited States Fire insurance Company on the9th day of Nov 2017 UNITED STATES FIRE INSURANCE COMPANY 4 i Al Wright, Senior Vice President CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of LOS ANGELES On 11/09/2017 Date before me, PHILIP VEGA, NOTARY PUBLIC Here Insert Name and Title of the Officer personally appeared KEVIN VEGA Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the persorX whose nameN is/art subscribed to the within instrument and acknowledged to me that he/sloe/trey executed the same in his/NsWthar authorized capacity(ta4 and that by his/he0hei; signature(* on the instrument the person(SI, or the entity upon behalf of which the personN 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 offiVlotary ° PHILIP VEGA f COMMA 2152121 > m q NOTARYPUBLIC CALIFORNIA 9 SI nature LOB ANOILES COUNTY � qF. MY COMM. EAP. MAY 01, 2020 Signet r Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney In Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ©2014 National Notary Association • www.NationalNotary.org'• 1 -800 -US NOTARY (1-800-876-6827) Item #5907 City of Newport Beach FIRE STATION NO. 4INTERIOR RENOVATION Contract No. 8134-1 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: Address: Phone: p State License Number: N/A DIR Reference: Email Address: Name: Address: Phone: State License Number: N/A DIR Reference: Email Address: Name: Address: Phone: State License Number: N/A DIR Reference: Email Address TL VETERANS CONSTRUCTION, INC. I �,� PRESIDENT Bidder Authorized Signature/Title W City of Newport Beach FIRE STATION NO. 4 INTERIOR RENOVATION Contract No. 8134-1 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name TL VETERANS CONSTRUCTION, INC. 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 past 2 years in excess of $15,000, provide the following information: No. 1 Project Name/Number San Marcos Campus Painting Project / 102-17 Project Description Preparing and paintina Palomar College's San Marcos Campus Buildings Approximate Construction Dates: From 05-30-2017 To: 06-21-2017 Agency Name Palomar College Contact Person Jeff Bennett Telephone (760) 744-1150 Original Contract Amount $162.800.00 Final Contract Amount $ 173.30o.00 If final amount is different from original, please explain (change orders, extra work, etc.) Change orders requested by the client 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. N/A 10 No. 2 Project Name/Number Rehabilitation at Alacuinas Apartments/ GPNA-17-07 Project Description Install retrofit windows complete, clean/re-varnish cabinetry Approximate Construction Dates: From 04-21-2017 Agency Name San Diego Housing Commission 07-21-2017 Contact Person Steve R. Dean Telephone (619) 578-7515 Original Contract Amount $292.800.00Final Contract Amount $299.060.00 If final amount is different from original, please explain (change orders, extra work, etc.) Chance orders requested by the client 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. N/A No. 3 Project Name/Number Painting Services at Pulitzer Place Apartments/ GPNA-17-01 Project Description Painting improvements at Pulitzer Place Apartments Approximate Construction Dates: From 01-09-2017 Agency Name San Diego Housing Commission To: 03-20-2017 Contact Person George Hunt Telephone (619) 578-7434 Original Contract Amount $123 500 on Final Contract Amount $148.200.00 If final amount is different from original, please explain (change orders, extra work, etc.) Change orders requested by the client 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. N/A 11 No. 4 Project Name/Number Wallpaper Removal and Painting at the District Office / Bid No. 1309 Project Description Wallpaper removal and interior building paint Approximate Construction Dates: From 12-16-2016 To: 02-21-2017 Agency Name Rancho Santiago Community College District Contact Person Alex Oviedo Telephone (714) 450-7517 Original Contract Amount $45,250.00 Final Contract Amount $45,250.00 If final amount is different from original, please explain (change orders, extra work, etc.) 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. 5 Project Name/Number San Juan Capistrano Public Library Painting / CIP 15302 Project Description Exterior building paint Approximate Construction Dates: From 10-17-2018 To: 01-11-2017 Agency Name City of San Juan Capistrano Contact Person Joe Mankawich Telephone (749) 487-4313 Original Contract Amount $79,145.00 Final Contract Amount $ 84.725.00 If final amount is different from original, please explain (change orders, extra work, etc.) Change orders requested by the client 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. 12 No. 6 Project Name/Number Mission Bay High School Exterior Paint/CP-16-1095 Project Description Exterior building paint Approximate Construction Dates: From 06-22-2016 To: 09-09-2016 Agency Name San Diego Unified School District Contact Person Erik Reuter Telephone (619) 889-3745 Original Contract Amount $_L30.120 00IFinal Contract Amount $ 200.705.00 If final amount is different from original, please explain (change orders, extra work, etc.) Project scope adjustment - less available allowances than initially anticipated 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. N/A 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 financial conditions. TL VETERANS CONSTRUCTION. INC. � l._e. PRESIDENT Bidder Authorized Signature/Title 13 HARRISON GREGORY LEE (213) 210-6343 I harrison.lee(abtiveterans.com 211o6 Oakleaf Canyon Drive Santa Clarita, CA 91321 EMPLOYMENT TL Veterans Construction Inc. Santa Clarita, CA Senior Vice President December 2014 -Present • Responsible for overseeing the field operations — serve as the firm's liaison to clients and their representatives at work sites, instruct and supervise field staff, and conduct quality check and safety training as required • Plan for bidding opportunities and attend meetings as required for solicited projects • Study the market trend for cost/benefit analysis and prepare reports to advise the staff on where to increase operational efficiency • Recruit and train prospective field staff • Advise the president with technical expertise and experience in the construction industry KBD Construction Inc. Vice President Santa Clarita, CA December 2013 -November 2014 • Planned and supervised all field operations, including personnel recruitment/retention, training, logistics, and quality assurance • Attended client meetings with the project manager and provided assistance during job walks • Assisted the president and the finance department in budget planning, cost analysis, and profit projection • Managed vendor accounts and procured materials and other logistics for various construction projects EDUCATION Union Contractors License School Los Angeles, CA Certificate of Completion July 2015 • Successfully completed the U.S. Environmental Protection Agency accredited Renovation, Repair, and Painting (PRP) Renovator Training Course SKILLS AND INTERESTS • Computer o Proficient with Microsoft Word, PowerPoint, Excel & Outlook Language o Limited English o Native -level Korean Skills: o Very proficient in interior and exterior painting for all materials and surface o Proficient in drywall installation and repair o Proficient in windows installation and repair o Very proficient in cabinetry installation, repair, and restoration City of Newport Beach FIRE STATION NO. 4 INTERIOR RENOVATION Contract No. 8134-1 NON -COLLUSION AFFIDAVIT State of California ) ) ss. County of ) being first duly sworn, deposes and says that he or she is of , 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 Californi that the foregoing is true and correct. TI VFTFRANS CONSTRI ICTION INC/YPI/C/'0Y1 / Bidder Authorized Signature/Title Subscribed and sworn to (or affirmed) before me on this day of 2017 by proved to me on t basis of satisfactory evidence to be the person(s) who appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of Ifornia that the foregoing paragraph is true and correct. [SEAL] 14 Public My Commission Expires: ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On 1 1 - 13- 1 7- before me, Jessica Anne Marie Carino (insert name and title of the officer) personally appeared T h n � r � who proved to me on the basis of satisfactory evidence to be the personKwhose name(s)ls/are— subscribb d to the within instrument an acknowledged to me that he/andMaey"executed the same in his/tlef/t 'authorized capacity ' , and that by his/Wtf�signature(a)-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__ _ WITNESS my hand and official seal. JESSICA ANNE MARIE CAHI ';, —� -5,J Commission # 207sg0- _.. z �°H Notary Public -California Los Angeles County r` °iresrzg' zei Signature 7/ r (Seal) '��'� City of Newport Beach FIRE STATION NO. 4 INTERIOR RENOVATION Contract No. 8134-1 DESIGNATION OF SURETIES Bidder's name TL VETERANS CONSTRUCTION, INC. 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): Bid/Payment/Performance Bond: United States Fire Insurance Company 534 E. Badillo St. Covina, CA 91723 1626-859-1000 CediOcele of Insurance/GeneoVA M0elle. Golden Ocean Insulsnce Center Inc. 37001MIshire Blvd 0080 Las Angeles. CA 900101213-383-8100 15 City of Newport Beach FIRE STATION NO. 4 INTERIOR RENOVATION Contract No. 8134-1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name TL VETERANS CONSTRUCTION, INC. 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. 16 Current Record Record Record Record Record Year of for for for for for Record 2016 2015 2014 2013 2012 Total 2017 No. of contracts 8 6 2 N/A N/A N/A 16 Total dollar Amount of Contracts (in $1,581430.00 $538,546.32 $114,080.00 N/A N/A N/A $2,234,056.32 Thousands of $ No. of fatalities o 0 0 NIA N/A N/A 0 No. of lost Workday Cases 0 0 0 N/A N/A N/A 0 No. of lost workday cases involving permanent 0 0 0 0 transfer to N/A N/A N/A anotherjob 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. 16 Legal Business Name of Bidder TL VETERANS CONSTRUCTION, INC. Business Address: 18345 SIERRA HIGHWAY UNIT 7 SANTA CLARITA Business Tel. No.: 681-299-8782 State Contractor's License No. and Classification: Title 1000483/ B & c-33 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 records. Signature of bidder Date Title PRESIDENT 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. rNOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI 17 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the Identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On before me, Jessica Anne Marie Carino (insert name and title of the officer) personally appeared TL1woc�pr,� 4-ee3e who proved to me on the basis of satisfactory evidence to be the personG"hose name(a)-is/are— subscri d to the within instrument and acknowledged to me that he/sh€/thefexecuted the same in his/h r/t v authorized capacity(tes`,-and that by his/�eVfh i signature( on the instrument the person(W—or the entity upon behalf of which the person(oldcted, 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 orrect.__ WITNESS my hand and official seal. JcsicA avNe MARIE cA ;u cso cn fi2075366Notary Public - Callfonua Los Angeles county -- My Comm. Expires Aug 0, 2016 Signature - (Seal )®TY'N'tryC:"vRf"3`i"%=:1�:Y`ti�L'v�"`C,[✓^i'ii-. City of Newport Beach FIRE STATION NO. 4 INTERIOR RENOVATION Contract No. 8134-1 ACKNOWLEDGEMENT OF ADDENDA Bidder's name TL VETERANS CONSTRUCTION, INC. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. fE City of Newport Beach FIRE STATION NO. 4 INTERIOR RENOVATION Contract No. 8134-1 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: TL VETERANS oN TR TION INC. Business Address: 18345 SIERRA HIGHWAY UNIT 7, SANTA CLARITA CA 91351 Telephone and Fax Number: 661-299-6782/661-299-6784 California State Contractor's License No. and Class: 1000463/ B a C-33 (REQUIRED AT TIME OF AWARD) Original Date Issued: 01-23-2015 Expiration Date: 01-31-2019 List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: THEODORE LEE, PRESIDENT/ HARRISON LEE, VICE PRESIDENT 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 THEODORE LEE Title Address Telephone PRESIDENT 18345 SIERRA HIGHWAY UNIT SANTA CLARITA 91351 661-299-6782 Corporation organized under the laws of the State of CALIFORNIA 19 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: TL VETERANS CONSTRUCTION, INC. 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: Provide the names, 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. NO 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 20 Are any claims or actions unresolved or outstanding? Yes No If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. TL VETERANS CONSTRUCTION, INC. Bidder THEODORE LEE (Print name of Owner or President of Corporation/Company) / /0✓tridGn7 Authorized Signature/Title PRESIDENT Title //-/3- 20/9 Date On before me, , Notary Public, personally appeared , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (SEAL) Notary Public in and for said State My Commission Expires: 21 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles ) On 11-13-13- before me, Jessica Anne Marie Carino / (insert name and title of the officer) personally appeared Thivo f ig/ P L -Y x who proved to me on the basis of satisfactory evidence to be the person(Wwhose nameKTS/are— subscribed to the within instrument a d acknowledged to me that he%h€If�rey executed the same in his/I}er/ lrauthorized capacity(ies� and that by his/ r/tF r signattire(n the instrument the person or the entity upon behalf of which the person(swcted, 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 orrect___ WITNESS my hand and official seal. JESSICA ANNE MARIE CARIPIO I? ff Commission # 2076868 w Notary Public - California -z Los Angeles County n My Comm. Expires Aug 5, 2018" Signature a (Seal) ���: City of Newport Beach FIRE STATION NO. 4 INTERIOR RENOVATION Contract No. 8134-1 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 Documents. 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 Endorsement, 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 Rating 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. 22 CITY CURK FIRE STATION NO. 4 INTERIOR RENOVATION CONTRACT NO. 8134-1 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 14th day of December, 2017 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and TL Veterans Construction, Inc., a California corporation ("Contractor"), whose address is 18345 Sierra Highway, Unit 7, Santa Clarita, CA 91351, 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: Fire Station No. 4 Interior Renovation (Contract 8134-1) (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. 8134-1, 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 Eighty Nine Thousand Five Hundred Dollars ($89,500.00). 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 Theodore Lee 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. 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 TL Veterans Construction, Inc. Page 2 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: Theodore Lee TL Veterans Construction, Inc. 18345 Sierra Highway, Unit 7 Santa Clarita. CA 91351 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 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. BONDING 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 TL Veterans Construction, Inc. Page 3 (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 Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Contract, the services to be provided under this Contract 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. TL Veterans Construction, Inc. Page 4 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 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), TL Veterans Construction, Inc. Page 5 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. 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. TL Veterans Construction, Inc. Page 6 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 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. TL Veterans Construction, Inc. Page 7 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 Controllinq 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, 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. TL Veterans Construction, Inc. Page 8 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] TL Veterans Construction, Inc. Page 9 IN WITNESS WHEREOF, the executed on the day and year first writt parties h en above. APPROVED AS TO FORM: CITY ATTORN Y'S OFFICE Date: 1 I S By: Aaron C. Harp City Attorney ATTEST: Date: By: 0ft-JI Leilati: •11 City Clerk ereto have caused this Contract to be CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Da ff City Manager CONTRACTOR: TL Veterans Construction, Inc., a California corporation Date: Signed in Counterpart By: Theodore Lee Chief Executive Officer and Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements TL Veterans Construction, Inc. 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 ATTORNEY'S OFFICE Date: 1 1 9 RV - Aaron C. Harp VA" City Attorney ATTEST: Date: Leilani I. Brown City Clerk •�e CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Dave Kiff City Manager CONTRACTOR: TL Veterans Construction, Inc., a California corporation Date: /- /6 - 20('P By: ( .aci Theodore Lee Chief Executive Officer and Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C - Insurance Requirements TL Veterans Construction, Inc. Page 10 EXECUTED IN 1 ORIGINAL COUNTERPART EXHIBIT A CITY OF NEWPORT BEACH BOND NO, 602-115202-5 LABOR AND MATERIALS PAYMENT BOND 4""MENED BY PUBLIC WORKS JAN 19 2018 411 NEWPORT BEACH WHEREAS, the City of Newport Beach, State of California, has awarded to TL Veterans Construction, Inc. hereinafter designated as the "Principal," a contract for Click here to enter text, 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, UNITED STATES FIRE INSURANCE 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 Eighty Nine Thousand Five Hundred Dollars and 001100 ($89,500.00) 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. 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. TL Veterans Construction, Inc. Page A-1 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 15TH day of JANUARY , 2016 TL VETERANS CONSTRUCTION, INC. Name of Contractor (Principal) UNITED STATES FIRE INSURANCE COMPANY Name of Surety 305 MADISON AVE. MORRISTOWN, NJ 07962 Address of Surety 973-490-6600 Telephone APPROVED AS TO FORM: CITY ATTORNEYS OFFICE Date; 1 i By:.. a I� /Aaron u. Harp ww l•L1•i8 City Attorney Authorized Signature/Title Y Au horized Agent Signature KEVIN VEGA, ATTORNEY -M -FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED TL Veterans Construction, Inc. Page A-2 CIVIL CODE § 118-9 A notary public or other officer completing this certificate verifies only the Identity of the individual who signed the document to which this certificate fs attached, and not the truthfulness, accuracy, or validity of that documegt. State of California County of_L(�S T���ij Qjy i S nf)1�nn 1 On �Q before me, I l U111 c Y 1� Q� I(� ray Date Here Insert Name end Title of the icer ` personally appeared � 1w ('l by P I xP P Name(s) of Sfgner(s) who proved to me on the basis of satisfactory evidence to be the er on subscr'b ' to the within instrumery&` and acknowled d P Whose name( is/aye hfs/hWA eir authorized ca act me that he/s e/' y executed th, ame /in P 'y(' ), and that by his7e eir signature on e instrument the person or the e tit upon behalf of whic, the personl�f acted, ecuted the it{strument. Notary Public - California . F Los Angeles County z Commission # 2163321 - Comm. Expires Aug 21, 2020 t - . "ARINO California +,geles County �isslon # 2163321 Expires Aug 21. 2n. Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws Of the State of California that the foregoing paragraph is true and correct. Though this section Is optlonal, c— om® ®je ormarlon can deter alteration of the document or fraudulent reattachment of this form to an unintended document. I3e3crigtlon of Attached Doctient '^1 Title or Type of Document: A(71 0{ i1j fiCVln� ( �U� Y� vohs1 Number of Pages: Signer(s) Other Than Named Abovve•cument Date; CaPacity(ies) Claimed by Signer(s) - Signer's Name: ❑ Corporate Officer — Titfe(s); IO Partner —. ❑ Limited O Genera ❑ Individual •p Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing; W011.. . .< �. 'r? h r-. POWER OF AT`rORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE - MORRISTOWN, NEW JERSEY 04594432918 KNOW ALL MEN BY THESE PRESENTS:'I'hat United States Fire Insurance Company, a corporation duly organized and existing under the laws of the stale of Delaware, has made, constituted and appointed, and does hereby make, constitute and appoint: Philip E. Vega, Kevin Vega, Briltmr Christiansen, A?vrna Smith each, its true mid lawful Attorney(s)-In-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver: Any and all bonds and undertakings of surety and other documents that the ordinary course of surety business may require, and to bind United States Fire Insurance Company thereby as fully and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the regularly elected officers of United States Fire Insurance Company at its principal office, in amounts or penalties not exceeding: Seven Million, Five hundred Thousand Dollars ($7,500,000). This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind United States Fire Insurance Company except in the manner and to the extent therein stated. This Power of Attorney revokes all previous Powers of Attorney issued on behalf of the Attorneys -In -Fact named above and expires on January 31, 2019. This Power of Attorney is granted pursuant to Article 1V of the By -Laws of United Slates Fire Insurance Company as now in full force and effect, and consistent with Article III thereof, which Articles provide, in pertinent part: Article IV, Execution of Instruments - Except as the Board of Directors may authorize by resolution, the Chairman of the Board, President, any Vice -President, any Assistant Vice President, the Secretary, or any Assistant Secretary shall have power on belialf of the Corporation: (a) to execute, affix the corporate seal manually or by facsimile to, acknowledge, verify and deliver any contracts, obligations, instruments and documents whatsoever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undertakings, recognizances, powers of attorney or revocations of any powers of attorney, stipulations, policies of insurance, deeds, leases, mortgages, releases, satisfactions and agency agreements; (b) to appoint, in writing, one or more persons for any or all of the purposes mentioned in the preceding paragraph (a), including affixing the seal ot'the Corporation. Article 111, Officers, Section 3.11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds, guarantees, undertakings, recognizances, stipulations, powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed, facsimile, lithographed or otherwise produced. In addition, if and as authorized by the Board of Directors, dividend warrants or checks, or other numerous instruments similar to one another in form, may be signed by the facsimile signature or signatures, lithographed or otherwise produced, of such officer or officers of the Corporation as Pruni time to time may be authorized to sign such instruments on behall'of (lie Corporation. The Corporation may continue to use for the purposes herein stated the facsimile signumre orally person or persons who shall have been such officer or officers of the Corporation, notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued. IN WI'T'NESS WHEREOF, United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer and its corporate seal hereunto affixed this 10°i day of March, 2016. UNITED STATES FIRE IN,SI RANCE COMPANY Anthony R. Slimowicz, Senior Vice President State ol'New Jersey) County ol'Morris ) On this 101h day of March 2016, before me, a Notary public of the State of New Jersey, came the above named oBicer of United Slates Fire Insurance Company, to nie personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of United Slates Fire Insurance Company thereto by the authority of his office. SONIASCALA �-/.,'d.�-6 NOTARY PUBLICOF NEW JERSEY Sonia Scala (Notary Public) MY COMMISSION EXPIRES 3/25/2019 I, the undersigned officer of United States Fire Insurance Company, a Delaware corporation, do hereby certify that the original Power of Attorney ol'which the foregoing is a full, true and correct copy is still in force and effect and has not been revoked. IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed the corporate seal of United States Fire Insurance Company on thei5thday of Jan 2018 UNITED STATES FIRE INSURANCE COMPANY i r'f n AI Wright, Senior Vice President CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of LOS ANGELES On 01/15/2018 before me, PHILIP VEGA, NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared KEVIN VEGA Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the personX whose names) is/arm subscribed to the within instrument and acknowledged to me that he/s1;2/they executed the same in his/tter,/their authorized capacity(tes), and that by his/her/theU signatures) on the instrument the person(s), or the entity upon behalf of which the personN acted, executed the instrument. cggll� PHILIP VEGACOMM. # 2151111 NOrAAYLos 7UBLIC CApfCRNIA Co Mr Co" UPAnol�MAY 3US 1 r2020" Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02014 National Notary Association • www.NationalNotary.org - 1 -800 -US NOTARY (1-800-876-6827) Item #5907 EXECUTED IN 1 ORIGINAL COUNTERPART EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 602-115202-8 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 2,238.00 , being at the rate of $ 25.00 PER thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to TL Veterans Construction, Inc. hereinafter designated as the "Principal," a contract for Click here to enter text. 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 UNITEOSTATES FIRE INSURANCE 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 Eighty Nine Thousand Five Hundred Dollars and 001100 ($69,500.00) 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 arnount 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 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 TL Veterans Construction, Inc. Page B-1 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 15TH day of JANUARY 12018 TL VETERANS CONSTRUCTION, INC. Name of Contractor (Principal) UNITED STATES FIRE INSURANCE COMPANY Name of Surety 305 MADISON AVE. MORRISTOWN, NJ 07962 Address of Surety 973-490-6600 Telephone APPROVED AS TO FORM: CITY ATTOgNE`('S OFFICE Date: 1/25 Ju Aaron C.175l City Attorney "^�-' 1•tz•Is gnature/Title Authorized Agent Signature KEVIN VEGA, ATTORNEY -in -FACT Print Name and Title N07ARYACKNOWLEDGMENTS OF CONTRACTOR AND ,SURETY MUST BE ATTACHED TL Veterans Construction, Inc. _— Page B-2 CIVIL CODE§ 11®g document notary public or other officer completing this certificate verifies only the identity of the Individual who signed the ocumentto which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of L0L On- I I _IgI1(before me;__I�(Nei �� UY1Na � i �; I 'Date—`�fiuv�� I I� �"� Here Insert Name and Title of th Offl er personally appeared -W a A ,Py Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the personWWhose nam � �/ subscribe to the within Mat t and acknowledg Id to me that he/s /t1 y executed the same n hI /flIr authorized capaci y(J�sj, and that hislt�r/t signafure(�'on fl5e instrument the person , or the erPri'ry upon behalf of whiEh the person acted, executed their sst�rument. I certify Linder PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph Is true and correct. WI i tVESS my ar and official seal. '�--- -- •, , FRANCHIESKA CARINO Notary Public - California Los Angeles County z commission 112163321 n My Comm. Expires Aug 21, 2020 Place Notary Seal Above of Notary public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Al N40 PY 1 O r I) YAN f1 �Q Number of Pages: Signers) Oth r Than Named Above: Date; Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(sj; Partner --. ❑ Limited O General ❑ Individual 0 Attorney in Fact ❑ trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Signer's Name: ❑ Corporate Officer — T itle(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Other: EJ Guardian or Conservator Signer Is Representing: ©2014 National NotaryAssoclation • www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 I POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PfUNCIPAL OFFICE - MORRISTOWN, NEW JERSEY 04594432918 KNOW ALL MEN BY THESE PRESENTS: That United States Fire Insurance Company, a corporation duly organized and existing under the laws of the state orDelaware, has made, constituted and appointed, and does hereby make, constitute and appoint: Philip E. Vega, Kevin Vega, Britton Christiansen, Mvrna Smith each, its true and lawful Attorney(s)-In-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver: Any and all bonds and undertakings of surety and other documents that the ordinary course of surety business may require, and to bind United States Fire Insurance Company thereby as fully and to the same extent as ifsuch bonds or undertakings had been duly executed and acknowledged by the regularly elected officers of United States Fire Insurance Company at its principal office, in amounts or penalties not exceeding: Seven Million, Five Hundred Thousand Dollars ($7,500,000). This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein, and they have no authority to bind United States Fire Insurance Company except in the manner and to the extent therein stated. This Power of Attorney revokes all previous Powers of Attorney issued on behalf of the Attorneys -In -Fact named above and expires on January 31, 2019. This Power of Attorney is granted pursuant to Article IV of the By -Laws of United States Fire Insurance Company as now in full force and effect, and consistent with Article III thereof, which Articles provide, in pertinent part: Article IV, Execution of Instruments - Except as the Board of Directors may authorize by resolution, the Chairman of the Board, President, any Vice -President, any Assistant Vice President, the Secretary, or any Assistant Secretary shall have power on behalf of the Corporation: (a) to execute, affix the corporate seal manually or by facsimile to, acknowledge, verify, and deliver any contracts, obligations, instruments and documents whatsoever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undertakings, recognizmnces, powers of attorney or revocations of any powers of attorney, stipulations, policies of insurance, deeds, leases, mortgages, releases, satisfactions and agency agreements; (b) to appoint, in writing, one or more persons for any or all of the purposes mentioned in the preceding paragraph (a), including affixing the seal of the Corporation. Article III, Officers, Section 3.11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds, guarantees, undertakings, recognizances, stipulations, powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed, facsimile, lithographed or otherwise produced. In addition, if and as authorized by the Board of Directors, dividend warrants or checks, or other numerous instruments similar to one another in form, may be signed by the facsimile signature or signatures, lithographed or otherwise produced, of such officer or officers of the Corporation as from time to time may be authorized to sign such instruments on behall' of the Corporation. The Corporation may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such oflicer or officers of the Corporation, notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued, IN WI'T'NESS WHEREOF, United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer and its corporate seal hereunto affixed this 10°i day of March, 2016. UNITED STATES 171 RE WSI u2ANrE COMPANY Anthony R. Slimowicz, Senior Vice President State of New Jersey) County ol'Morris J On this 101" day of March 2016, before me, a Notary public of the State of New Jersey, came the above named officer of United States Fire Insurance Company, to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal or United States Fire Insurance Company thereto by the authority of his office. / SONIASCALA NOTARY PUBLIC OF NEW JERSEY Sonia Scala (Notary Public) MY COMMISSION EXPIIIES3/25/2019 I, the undersigned officer of United States Fire Insurance Company, a Delaware corporation, do hereby certify that the original Power of Attorney ol'which the foregoing is a full, true and correct copy is still in force and effect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal of United States Fire Insurance Company on thel5thday of Jan 2018 UNITED STATES FIRE INSURANCE COMPANY / AI Wright, Senior Vice CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of LOS ANGELES On 01/15/2018 before me, PHILIP VEGA, NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared KEVIN VEGA Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the personK whose names) is/are subscribed to the within instrument and acknowledged to me that he/eke/fte executed the same in his/hec/their authorized capacity(tes), and that by his/her/the signatures) on the instrument the personNs , or the entity upon behalf of which the personN 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. F4?LOjjy HILIP VEGA WITNESS my hand and official eal. MM. It 2152121II^ M uc CALIFORNIA y! AMCFLFO COUNTY MY COMM. EAP. MAY 3q T, 2020 Signature Signature ary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02014 National Notary Association • www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 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, volunteers, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Contract. 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 TL Veterans Construction, Inc. Page C-1 operations, personal and advertising injury, and liability assumed under an 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 and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees, volunteers, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Contract. 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. Additional Agreements Between the Parties. The parties hereby agree to the following: TL Veterans Construction, Inc. Page C-2 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 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. TL Veterans Construction, Inc. Page C-3 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 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. I. 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. TL Veterans Construction, Inc. 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: 1/22/18 Dept./Contact Received From: Raymund Date Completed: 1/22/18 Sent to: Raymund By: Alicia Company/Person required to have certificate: T L Veterans Construct - Fire Station No. 4 Type of contract: Public Works I. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 8/5/17 — 8/5/18 A. INSURANCE COMPANY: _U.S. Specialty Insurance Company B. AM BEST RATING (A-: VII or greater): A++/ XV C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1 M or greater): What is limit provided? $1M/$2M/$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) ® Yes ❑ No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ® Yes ❑ No I. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? ® 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 ®No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): ® N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No 11. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 3/6/17 - 3/6/18 A. INSURANCE COMPANY: United Financial Casualty Company B. AM BEST RATING (A-: VII or greater) A+ / XI C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS - If Employees (Must be $1 M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? $1,500,000 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): ❑ N/A ® Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A ❑ Yes ® No H. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No III. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 4/4/17-4/4/18 A. INSURANCE COMPANY: State Compensation Insurance Fund B. AM BEST RATING (A-: VII or greater): Not Rated C. ADMITTED Company (Must be California Admitted): ® Yes ❑ No D. WORKERS' COMPENSATION LIMIT: Statutory ® Yes ❑ No 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 IV. PROFESSIONAL LIABILITY V POLLUTION LIABILITY �191��]�:�9:769C1 HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? Approved: Agen isIns c rvices Broker of record or th of Newport Beach 1/22/18 Date $1,000,000 ® 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: Approved: Risk Management Subject to the terms of the contract. Date City of Newport Beach FIRE STATION NO. 4 INTERIOR RENOVATION Contract No. 8134-1 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. 8134-1 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: // I3 — 2019 TL VETERANS CONSTRUCTION, INC. Date Bidder /J / 661-299-67821661-299-6784 Bidder's Telephone and Fax Numbers Bidder's Authorized Signature and Title 1000483/ B & C-33 Bidder's License No(s), and Classification(s) 18345 SIERRA HIGHWAY UNIT 7 SANTA CLARITA CA 91351 Bidder's Address Bidder's email address: theodore.lee@tiveterans.com PR -1 City of Newport Beach Page 1 FIRE STATION NO.4 INTERIOR RENOVATION (C-8134-1), bidding on November 14, 2017 10:00 AM (Pacific) Bid Results Bidder Details Vendor Name TL VETERANS CONSTRUCTION INC Address 28310 Avenue Crocket Ste #C Santa Cladta, CA 91355 United States Respondee Theodore Lee Respondee Title President Phone 661-299-6782 Ext. Email theodore.lee@tiveterens.com Vendor Type DGS,DVBE License # 1000483 CADIR Bid Detail Bid Format Electronic Submitted November 14, 2017 9:12:33 AM (Pacific) Delivery Method Bid Responsive Bid Status Submitted Confirmation # 123220 Ranking 0 Respondee Comment Buyer Comment Attachments File Title File Name File Type Bid Completed Packet Completed Bld.pdf General Attachment Bid Bond Bid Bond_Completed.pdf Bid Bond Line Items Type Item Code UOM Qty Unit Price Line Total Comment Section 1 1 Construct Interior Renovation Lump Sum 1 $62,980.00 $62,980.00 2 As -Built Plans Lump Sum 1 $4,050.00 $4,050.00 3 Delete Solatube Lump Sum 1 $5,720.00 $5,720.00 4 Install Ceramic Instead of Terrazzo Tiles Lump Sum 1 $9,650.00 $9,650.00 5 Delete Kitchen Island Sink and Plumbing Lump Sum 1 $4,270.00 $4,270.00 c.3,�.3tr i.,5 to C. City of Newport Beach FIRE STATION NO.4 INTERIOR RENOVATION (C-8134-1), bidding on November 14, 2017 10:00 AM (Pacific) Bid Results Type Item Code UOM qty Unit Price 6 Delete Kitchen Floor Drain Subcontractors Name & Address Description Lump Sum License Num 1 $2,830.00 Subtotal Total icc. CADIR Line Total Comment $2,830.00 $89,500.00 $89,500.00 Amount Type Page 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 FIRE STATION NO. 4 INTERIOR RENOVATION CONTRACT NO. 8134-1 DATE: NOVEMBER 8, 2017 BY: City Enc ineer TO: ALL PLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the contract documents — all other conditions shall remain the same. • 9-3 PAYMENT Item No. 1 Construct Interior Renovation: f. Asbestos Survey Report: The Contractor shall have included a $1,500.00 allowance in its bid to have an Asbestos Survey performed. The Contractor shall select its own survey company to perform this work. The companies that have performed these surveys for the City in the past were EnviroCheck (714-937-0750) and Masek Consulting Services, Inc. (949-581-8503). City will make payment for this work upon receipt of invoice for cost plus mockup per the contract documents. g. Asbestos Abatement Work: The existing building was constructed in 1994. In the event that asbestos abatement work is required.. the cost of such work and documentations as required by Cal OSHA and SCAOMD shall be processed by a contract change order at cost plus mockup per the contract documents. Bidders must sign this Addendum No. 1 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. TL VETERANS CONSTRUCTION, INC. Bidder's Name (Please Print) & — /3- 20/�2 Date td i 4 PRESIDENT _ Authorized Signature & Title CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FIRE STATION NO. 4 INTERIOR RENOVATION CONTRACT NO. 8134-1 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 -5258-S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (2015 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2009 Edition), including supplements (Green Book), (5) the applicable Codes shown on the Plans; (6) American Public Works Association Standard Drawings, Latest Edition; and (7) Building Permits. Copies of the Green Book may be purchased from Building News, Inc. (www.bnibooks.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 2 - SCOPE AND CONTROL OF THE WORK 2-6 WORK TO BE DONE Add to this Section, "The work necessary for the completion of this contract consists of obtaining City building permits, removing and disposing the existing improvements occupying the areas/spaces shown on the Plans where the new improvements are to be constructed; construct the improvements shown on the Plans and these Specifications; and perform other incidental work and tasks as required by the contract documents." 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: SP1of9 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 4-1.3.4 Inspection and Testing All materials 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 materials. If needed, 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 5 - UTILITIES 5-2 PROTECTION The fire station will remain operational during the construction. As such, the Contractor shall locate all existing utilities serving the Station and conducts the work in a manner that protects all such utilities in place. If temporary by-pass connections are needed to keep the Station in-service, the Contractor shall have included all such costs in the submitted bid. SP2of9 SECTION 6 - PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6-1.1 Construction Schedule 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 extra efforts have been made to meet the original schedule and has demonstrated that 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." 6-7 TIME OF COMPLETION 6-7.1 General The Contractor shall complete all construction work under Contract within forty (40) consecutive working days of the Notice To Proceed. The Contractor shall ensure the availability and delivery of all materials 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 15' (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 3151 (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. SP3of9 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, Contractor must first obtain special permission from the Engineer. The request may be for 3:OOPM to 6:00 PM on weekdays or 8:00 AM to 3:00 PM on Saturday only. A request for working outside the normal working hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $146 per hour when such time periods are approved. 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" Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the City and the 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." SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-5 PERMITS. Replace this section with "The Project Plans as bid have been approved by the City Building Department and is permit -ready". 7-8 PROJECT SITE MAINTENANCE Add to this Section: "The Fire Station shall remain operational 24/7 during the construction. As such, the Contractor shall prepare and maintain the construction site in a safe manner so that none of the fire operations will be impacted by the construction work, especially emergency call responses. The Contractor shall: 1. Make every effort to conduct the work in a manner that will not interfere with the Station's emergency operations. 2. Remove all construction debris from the work site at the end of each work day. 3. Provide restrooms and trash service for construction personnel. SP4of9 4. Park construction and personal vehicles on Park Avenue outside of the fire station property. The City will provide the Contractor with a limited number of "Construction Parking Permits" for such purposes." 7-8.4 Storage of Equipment and Materials 7-8.4.3 Storage of Equipment and Materials Delete the first paragraph and add the following: Construction materials and equipment may be stored at the off-site City dirt lot at the N/E corner of Coast Highway and Dover Drive. The Contractor shall take photos of the laydown area prior to move -in. The Contractor shall restore the laydown area to its pre -construction condition upon work completion. 7-8.6 Water Pollution Control Add to this Section, "Where applicable, surface runoffs, 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 flowing onto gutters and/or into catch basins. 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 fluid leaks. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cutting 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 errant debris. The BMP must 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. SP5of9 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access Add to this Section: "The Contractor shall comply with the applicable traffic control and access requirements in accordance with Section 7-10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc." 7-10.4 Safety 7-10.4.1 Safety Orders Add to this Section: "The Contractor shall be solely and completely responsible for the job -site condition, including the 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." 7-10.6 Notices to Residents Ten working days prior to starting work, the Contractor shall deliver a construction notice to residents within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the Notice. Forty-eight hours prior to the start of construction, the Contractor shall distribute to the residents a second written notice prepared by the City clearly indicating specific dates in the space provided on the notice when construction operations will start, what disruptions may occur, and approximately when construction will be complete. An interruption of work in excess of 14 calendar days shall require re -notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. The written Notices will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re -notification using an explanatory letter furnished by the City. 7-15 CONTRACTOR'S LICENSES From the time of City Council contract award until the completion of work, the contractors working on this Project shall comply with the following licensing requirements. SP6of9 • The general contractor awarded the Project: Building "B" • The contractor(s) performing non -building work shall be appropriately licensed by the State of California for their work. At the start and until completion of work, the Contractor and all Sub -contractors shall have a valid City of Newport Beach Business License. 7-16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS A stamped set of approved plans and specifications shall be at the job site at all times. In addition, the Contractor shall maintain "As -Built' drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress bill is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the "As -Built' drawings. The "As -Built" shall be submitted and approved by the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material." 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 Construct Interior Renovation: Work under this Item shall include all of the costs needed to provide, install, furnish, and construct, all of the improvements and items shown on the Plans and Specifications, complete and in place, including but not limited to: a. Mobilization and Demobilization: Mobilization; demobilization; site cleanup; providing any required documentation noted in these Special Provision; and providing bonds, insurance and financing, establishing a field office, preparing SP7of9 the BMP Plan and construction schedule, and all other related work as required by the Contract Documents. b. Removals: Remove and dispose of all of the existing improvements that need to be removed to make space for the improvements shown on the Plans and in the Specifications. However, should the existing drywalls designated for reuse cannot be reused due to their post demolition condition, the Contractor shall install new drywalls for the new improvements and the cost of such work shall have been included in the bid. c. New Construction: Construct all improvements shown on the Plans and the Architectural Technical Specifications. d. Kitchen Appliances Allowances: Since the Makes/Models listed in these contract documents may get changed or discontinued by the manufacturers without notice, the contractor shall have included the following allowance amounts in its bid: Refrigerator: $ 1,500.00 each, including sales taxes. Range: $ 2,500.00 each, including sales taxes. Dishwasher: $ 1,000.00 each, including sales taxes. Microwave Oven: $ 750.00 each, including sales taxes. e. 5 -Year Parts and Labor Extended Warranty on Appliances: All of the appliances listed on the Plans and in the Specifications shall be delivered with a factory issued 5 -Year Parts and Labor Extended Warranty, with the City of Newport Beach as the warranty holder. The cost of such warranties shall have been made a part of the bid. Item No. 2 As -Built Plans: Prepare and provide as -built plans in PDF format. Final payment will not be processed without first having the as -built approved by the Engineer. Item No. 3 Delete Solatube: The City, at its sole discretion, may delete the Solatube work shown in the project plans and specifications and take the credit listed in the Proposal. Item No. 4 Install Ceramic Instead of Terrazzo Tiles: The City, at its sole discretion, may substitute ceramic tiles for the terrazzo tiles shown in the project plans and specifications and take the credit listed in the Proposal. In that event, the retail cost of the ceramic tile pieces to be installed under this Item shall not be less than $1.65 per square foot, excluding sales taxes. The Engineer shall select the tiles to be installed. Item No. 5 Delete Kitchen Island Sink and Plumbing: The City, at its sole discretion, may delete the Kitchen Island Sink and Plumbing work shown in the project plans and specifications and take the credit listed in the Proposal. SP8of9 Item No. 6 Delete Kitchen Floor Drain: The City, at its sole discretion, may delete the Kitchen Floor Drain work shown in the project plans and specifications and take the credit listed in the Proposal. 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. SP9of9 CITY OF NEWPORT BEACH RM ARCHITECTURE FIRE STATION NO. 4INTERIOR RENOVATION FEBRUARY, 2017 SECTION 01 1000 SUMMARY PART 1GENERAL 1.01 PROJECT A. Project Name: Newport Beach Fire Station No. 4 Interior Renovation B. Owner's Name: City of Newport Beach C. Architect's Name: RM Architecture D. The Project consists of the demolition and improvement of existing kitchen including new cabinets, finishes, lighting, and equipment. Additional work includes removal of existing floor tile and wall finishes and replacing with new flooring, wall finish, and painting. The following bid alternates are included: 1. Bid Alternate 1: Inclusion of under cabinet lighting and extension of upper base cabinet. 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 011000-1 CITY OF NEWPORT BEACH RM ARCHITECTURE FIRE STATION NO. 4INTERIOR RENOVATION FEBRUARY. 2017 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. 1.03 APPLICATIONS FOR PROGRESS PAYMENTS 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. List each authorized Change Order as a separate line item, listing Change Order number and dollar amount as for an original item of Work. 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 FEBRUARY, 2017 1.04 MODIFICATION PROCEDURES CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION 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. H. 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 FIRE STATION NO.4 INTERIOR RENOVATION 1.05 APPLICATION FOR FINAL PAYMENT RM ARCHITECTURE FEBRUARY, 2017 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 FIRE STATION NO. 4 INTERIOR RENOVATION 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 FEBRUARY, 2017 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 FEBRUARY, 2017 CITY OF NEWPORT BEACH FIRE STATION NO. 4INTERIOR RENOVATION 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. Arch itect/Enginear 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, witt 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 FIRE STATION NO. 4 INTERIOR RENOVATION RM ARCHITECTURE FEBRUARY, 2017 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 FEBRUARY. 2017 3.05 SUBMITTALS FOR PROJECT CLOSEOUT CITY OF NEWPORT BEACH FIRE STATION NO. 4INTERIOR RENOVATION 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 8-1/2 x 11 inches (215 x 280 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 FIRE STATION NO.4 INTERIOR RENOVATION 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 FEBRUARY, 2017 1.02 RELATED REQUIREMENTS A. Section 01 3000 -Administrative Requirements: Submittal procedures. Section 016000 - 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 014000-1 RM ARCHITECTURE FEBRUARY. 2017 PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 CONTROL OF INSTALLATION CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION 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 FIRE STATION NO. 4 INTERIOR RENOVATION RM ARCHITECTURE FEBRUARY, 2017 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 014000-3 RM ARCHITECTURE CITY OF NEWPORT BEACH FEBRUARY, 2017 FIRE STATION NO. 4 INTERIOR RENOVATION 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. 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 01 4000-4 QUALITY REQUIREMENTS CITY OF NEWPORT BEACH RM ARCHITECTURE FIRE STATION NO. 4 INTERIOR RENOVATION FEBRUARY, 2017 SECTION 01 5000 TEMPORARY FACILITIES AND CONTROLS PART GENERAL 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 015100 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 015000-1 RM ARCHITECTURE FEBRUARY, 2017 1.05 BARRIERS CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION 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. 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 FIRE STATION NO. 4 INTERIOR RENOVATION 1.10 PROJECT IDENTIFICATION RM ARCHITECTURE FEBRUARY. 2017 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 015000-3 CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION SECTION 01 6000 PRODUCT REQUIREMENTS PART 1GENERAL 1.01 SECTION INCLUDES 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. Procedures for Owner -supplied products. RM ARCHITECTURE FEBRUARY. 2017 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. B. 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 manufacturers 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 016000-1 RM ARCHITECTURE CITY OF NEWPORT BEACH FEBRUARY, 2017 FIRE STATION NO. 4INTERIOR RENOVATION 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. 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. 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 CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION RM ARCHITECTURE FEBRUARY, 2017 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 FEBRUARY, 2017 FIRE STATION NO.4 INTERIOR RENOVATION 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 016000-4 PRODUCT REQUIREMENTS CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION SECTION 01 7000 EXECUTION AND CLOSEOUT REQUIREMENTS PART 1GENERAL 1.01 SECTION INCLUDES 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 RM ARCHITECTURE FEBRUARY. 2017 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 7800 - 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 017000-1 RM ARCHITECTURE FEBRUARY, 2017 CITY OF NEWPORT BEACH FIRE STATION NO. 4INTERIOR RENOVATION 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. F. 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. 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 FIRE STATION NO. 4 INTERIOR RENOVATION FEBRUARY, 2017 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. 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 01 6000. 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 017000-3 RM ARCHITECTURE CITY OF NEWPORT BEACH FEBRUARY, 2017 FIRE STATION NO. 4 INTERIOR RENOVATION 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. F. 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. 01 7000-4 EXECUTION AND CLOSEOUT REQUIREMENTS CITY OF NEWPORT BEACH RM ARCHITECTURE FIRE STATION NO. 4INTERIOR RENOVATION FEBRUARY, 2017 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 FEBRUARY, 2017 FIRE STATION NO.4 INTERIOR RENOVATION E. Cut rigid materials using masonry saw or core drill. Pneumatic tools not allowed without prior approval. F. 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 FIRE STATION NO.4 INTERIOR RENOVATION FEBRUARY, 2017 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. Execute start-up under supervision of applicable Contractor personnel and manufacturer's representative in accordance with manufacturers' instructions. 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 017000-7 RM ARCHITECTURE FEBRUARY. 2017 3.13 CLOSEOUT PROCEDURES CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION 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. Notify Architect when work is considered finally complete. G. Complete items of work determined by Architect's final inspection. 3.14 MAINTENANCE 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 FIRE STATION NO. 4 INTERIOR RENOVATION SECTION 01 7800 CLOSEOUT SUBMITTALS PART 1GENERAL 1.01 SECTION INCLUDES A. Project Record Documents. Operation and Maintenance Data. C. Warranties and bonds. 1.02 RELATED REQUIREMENTS RM ARCHITECTURE FEBRUARY. 2017 A. Section 01 3000 -Administrative Requirements: Submittals procedures, shop drawings, product data, and samples. B. Section 01 7000 - 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 FEBRUARY, 2017 PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 PROJECT RECORD DOCUMENTS CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION 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 FA For Each Product, Applied Material, and Finish: 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 FIRE STATION NO. 4 INTERIOR RENOVATION RM ARCHITECTURE FEBRUARY, 2017 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 017800-3 RM ARCHITECTURE FEBRUARY, 2017 CITY OF NEWPORT BEACH FIRE STATION NO. 4INTERIOR RENOVATION H. 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 Owners 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 FIRE STATION NO. 4INTERIOR RENOVATION FEBRUARY, 2017 SECTION 01 7900 DEMONSTRATION AND TRAINING PART GENERAL 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 FEBRUARY, 2017 CITY OF NEWPORT BEACH FIRE STATION NO.4 INTERIOR RENOVATION 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 FIRE STATION NO.4 INTERIOR RENOVATION RM ARCHITECTURE FEBRUARY, 2017 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. F. 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 FIRE STATION NO. 4 INTERIOR RENOVATION SECTION 02 4100 DEMOLITION PART GENERAL 1.01 SECTION INCLUDES A. Selective demolition of building elements for alteration purposes. 1.02 RELATED REQUIREMENTS RM ARCHITECTURE FEBRUARY, 2017 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 FEBRUARY, 2017 FIRE STATION NO. 4 INTERIOR RENOVATION 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. 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 RM ARCHITECTURE FIRE STATION NO. 4INTERIOR RENOVATION FEBRUARY, 2017 F. Locate and mark utilities to remain; mark using highly visible tags or flags, with identification of utility type; protect from damage due to subsequent construction, using substantial barricades if necessary. G. Remove exposed piping, valves, meters, equipment, supports, and foundations of disconnected and abandoned utilities. H. Prepare building demolition areas by disconnecting and capping utilities outside the demolition zone; identify and mark utilities to be subsequently reconnected, in same manner as other utilities to remain. 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. 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 FIRE STATION NO.4 INTERIOR RENOVATION SECTION 05 7500 STAINLESS STEEL COUNTERTOPS PART 1GENERAL 1.01 SECTION INCLUDES A. Stainless steel countertops. 1.02 RELATED REQUIREMENTS A. Section 06 4000 — Architectural Casework. RM ARCHITECTURE FEBRUARY, 2017 1.03 REFERENCE STANDARDS A. ASTM A 264 — Standard Specification for Stainless Chromium -Nickel Steel -Clad Plate; 2012. B. ASTM A 276 — Standard Specification for Stainless Steel bars and Shapes; 2016. ASTM A 666 — Standard Specification for Annealed or Cold Worked Austenitic Stainless Steel Sheet, Strip, Plate, and Flat Bar; 2015. D. ASTM A 793 — Standard Specification for Rolled Floor Plate, Stainless Steel; 2014. 1.04 QUALITY ASSURANCE A. Welders Qualifications: Welders shall be qualified in accordance with AWS D1.1 1.05 SUBMITTALS A. See Section 01 3000 - Administrative Requirements, for submittal procedures. B. Manufacturer's literature describing products including details and dimensions. C. Shop Drawings: 1. Show large scale construction of various parts, methods of joining, thickness of metals, profiles of surfaces, reinforcing, anchorage, and structural supports. Include information regarding concealed and exposed joints, welds, and fastenings. 2. Where welded connectors and concrete inserts are required to receive work, show size and locations required. D. Samples: Provide 4 inch by 4 inch sample of specified finish. 1.06 FIELD CONDITIONS A. Scheduling and Sequencing: 1. Ensure timely fabrication of items to be embedded or enclosed by other work. 2. Furnish information and assistance required for locating embedded items and be responsible for proper locations. STAINLESS STEEL COUNTERTOPS 057500-1 RM ARCHITECTURE CITY OF NEWPORT BEACH FEBRUARY, 2017 FIRE STATION NO. 4INTERIOR RENOVATION 1.07 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle packaged materials in original containers with seals unbroken and labels intact until time of use. B. Discharge materials carefully and store on clean concrete surface or raised platform in safe, dry area. PART 2 PRODUCTS 2.01 MATERIALS A. Stainless Steel: 1. Type: 316 complying with ASTM A167. 2. Finish: AISI Number 4 brushed finish for exposed and semi -exposed surfaces. Ensure that direction of grain matches wherever possible on abutting panels. 3. Gauge: 18 gauge. B. Plywood: %" marine board. Particle board shall not be permitted for use as a panel substrate. 2.02 CONSTRUCTION A. Stainless Steel Countertops: 1. Tops made of multiple sheets shall have all joints and seams continuously welded, ground smooth, and polished to blend with adjacent surfaces. Metal surface grain on adjacent sheets to be aligned wherever possible. Welding: 1. All welding shall conform to national and state requirements and related specifications, and be performed by certified technicians. Exposed welds shall be continuous, filed, or ground smooth and flush, and polished to match adjacent surfaces. Use materials that minimize distortion and develop strength and corrosion resistance base metal. 2. Electric seamless welding shall utilize low carbon filler rod, coated with non - carbonaceous flux with sufficient chromium and nickel so that the deposited metal and the original metal have the same composition. 3. Welds shall be free from gas holes, pits, cracks, discolorization, and other imperfections. 4. Provide full penetration welds for full joint length. Welded joints shall be butt fitted, properly jigged, flat continuous, ground smooth, and polished for exposed and semi -exposed conditions. 5. Where soldering is desirable, it shall be made with tin -lead solder. In no case shall soldering be relied upon for the stability of the seam or joint. Soldering shall serve only as a filler to prevent leakage, and shall not be considered as a replacement for welding or brazing. 6. Butt joints made by spot welding or riveting straps under seams and filling with solder, puddle welds, and exposed screws are not acceptable. 7. Exposed dimples from welding studs on underside of tops other surface is acceptable. Polish surface to match and blend with adjacent surfaces. 8. Welds on galvanized steel shall be smooth and strong. Remove all slag and carbonization. Where galvanizing has been burned off, touch up on both sides with high grade aluminum paint. 057500-2 STAINLESS STEEL COUNTERTOPS CITY OF NEWPORT BEACH RM ARCHITECTURE FIRE STATION NO. 4INTERIOR RENOVATION FEBRUARY. 2017 PART 3 EXECUTION 3.01 EXAMINATION A. Examine areas to receive work and verify that setting conditions and dimensions are correct to receive items. B. Do not start installation until unsatisfactory conditions have been corrected. 3.02 FABRICATION A. Workmanship shall be of the best grade of modern shop and field practice for manufacturer's who specialize in this work. B. Fabricate and erect work square, plumb, straight, true, rigid, and accurately fitted. Provide adequate reinforcing and anchorage in all places. C. Insulate where necessary to prevent electrolysis between dissimilar metals, and corrosion between metal and masonry or concrete. D. All drillings to be reamed and exposed edges left clean and smooth. E. Do not use pop rivets. F. Use stainless steel, type 204, for all fastenings and fittings unless otherwise specified. All bolts and screws shall have truss heads, or flat heads which are properly countersunk, at exterior and interior surfaces which are normally visible. Use concealed fastenings throughout, unless otherwise approved by the Architect. Cap exposed fastener threads, including those inside cabinets with stainless steel lock washers and stainless steel cap n uts. G. Sheet material for countertops shall be straight lengths in on continuous sheet if not over 10'-0" long. H. Supply and install all stainless steel strips and filler pieces necessary to properly finish any individual item or combination of equipment. 3.03 INSTALLATION A. Install work plumb, true, rigid, and neatly trimmed out. B. Do not tighten fastener through finish alone without spacer washers. C. Protect dissimilar metals from contact with each other or with other materials causing corrosion. D. Countertops are to have been fabricated in lengths according to drawings and verified in the field, with ends abutting tightly and sealed with corrosion resistant sealant. Tops will be anchored to base casework in a single true plane with ends abutting at hairline joints with no raised edges at joints. F. Joints shall be factory prepared having no need for in -field processing of top and edge surfaces. STAINLESS STEEL COUNTERTOPS 057600-3 RM ARCHITECTURE CITY OF NEWPORT BEACH FEBRUARY, 2017 FIRE STATION NO. 4 INTERIOR RENOVATION G. Joints shall be dressed smoothly, surface scratches removed and entire surface cleaned thoroughly. 3.04 CLEANING A. Remove protective devices only when items will be safe from other construction operations or removal is required to permit related work. B. Clean prime -coated items as required for finish painting. END OF SECTION 057500-4 STAINLESS STEEL COUNTERTOPS CITY OF NEWPORT BEACH FIRE STATION NO. 4INTERIOR RENOVATION SECTION 06 4100 ARCHITECTURAL CASEWORK PART 1 GENERAL 1.01 SECTION INCLUDES A. Custom casework fabricated from solid phenolic materials. Hardware associated with casework. 1.02 REFERENCES A. Woodwork Institute of California, Manual of Millwork, 11th Edition. 1.03 SUBMITTALS RM ARCHITECTURE FEBRUARY. 2017 A. See Section 01 3000 -Administrative Requirements, for submittal procedures. B. Product Data: Provide material specifications, manufacturer's installation and maintenance instructions. C. Shop Drawings: Indicate: 1. Attachment details. 2. Dimensions, component sizes, fabrication details and coordination requirement of adjacent work. 3. List materials, sizes, sections, elevations, construction details, assembly and installation in locations indicated on the Drawings, hardware, noting all modifications to the specified W.I.C. construction types and grades as may be detailed or hereinafter specified. 4. Indicated grounds, backing, blocking, steel supports, utility penetration, mechanical items, electrical work including under counter light fixture and other items required for casework installations. Coordinate with other trades and submit any information pertinent to the woodwork. 5 Identify all finishes and their locations. D. Samples: Submit three samples, 4 x 4 inch in size, illustrating finish and colors selected. 1. Each sample chip shall bear the manufacturer's name, color, pattern or texture designation. 1.04 QUALITY ASSURANCE A. Work Quality: All casework, shelving and countertops to be manufactured and installed by skilled craft persons in compliance with W.I.C. (Woodwork Institute of California) construction types and grades hereinafter specified and detailed on the Drawings and on the reviewed Shop Drawings. All such work to be accurately fabricated, fitted, joined and expertly finished in accordance with measurements taken on the job -site. 1. Manufacturer must provide evidence demonstrating that they are a member of WIC and they can issue WIC certified compliance certificate or they have arranged for inspection by a WIC Inspector. ARCHITECTURAL CASEWORK 064100-1 RM ARCHITECTURE FEBRUARY, 2017 CITY OF NEWPORT BEACH FIRE STATION NO. 4INTERIOR RENOVATION B. Defective Work: All work, not true to line, not in satisfactory operating condition, improperly installed, damaged or marred will not be accepted. Remedy, remove or replace defective work as directed by the Architect subject to his approval at no cost to the City. C. Standards: All applicable Sections of the "Manual of Millwork" and current supplements published by the Woodwork Institute of California (W.I.C.) for the construction types and grades hereinafter specified. All modifications to such standards shown on the Contract Drawings and reviewed Shop Drawings or specified shall govern. D. Qualification of Manufacturer and Installers: Product shall be produced by manufacturers regularly engaged in the manufacture of similar items and with a history of successful production acceptable to the City. Use adequate numbers of skilled workers who are 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. E. Certification: Before delivery to the job -site, Manufacturer shall issue a W.I.C. "Certified Compliance Certificate" indicating that casework to be furnished for this project will fully meet all specified requirements of W.I.C. grades. 1. All work shall bear the W.I.C. Certified Compliance Label. All phenolic products are to be provided by a single manufacturer. G. Materials to carry the Greenguard label: 1.05 DELIVERY, STORAGE, AND PROTECTION A. Protection: 1. Material to be stored at the job site in a safe dry place with all labels intact and legible at time of installation. 2. Unload and store manufactured casework units and countertops in place where they would be protected from direct sunlight, excessive heat, rain and moisture and damage before installation. 3. Store Flat on level surface in clean, dry, well ventilated area protected from sunlight. 4. Use all means to protect materials before, during, and after installation. Do not allow products to become wet or damp. B. Identification -All casework units and countertops delivered to the job -site for installation shall be properly identified as to where they are to be located in the structure. C. Replacements — In the event of damage, including water intrusion, immediately make all repairs and replacements necessary to the approval of the Architect and at no additional cost to the Owner. 1.06 WARRANTY A. See Section 01 7800 - Closeout Submittals, for additional warranty requirements. B. Solid phenolic casework materials to be warranted against delaminating for ten (10) years. The factory authorized cabinet fabricator, product installer and material manufacturer must sign the Warranty documents and submit a copy to the Contractor. 064100-2 ARCHITECTURAL CASEWORK CITY OF NEWPORT BEACH RM ARCHITECTURE FIRE STATION NO.4 INTERIOR RENOVATION FEBRUARY, 2017 C. Other materials and work quality covered in this section shall carry a one (1) year warranty from date of Substantial Completion. PART 2 PRODUCTS 2.01 MATERIALS A. Custom Casework: 1. Manufacturer: Trespa; www.trespa.com 2. Substitutions: See Section 016000 — Product Requirements. B. Solid phenolic materials to contain 15% (by weight) post industrial waste. C. Solid phenolic materials to contain 70% rapidly renewable cellulose or wood fibers. D. All wood based materials to use no urea -formaldehyde to meet Indoor Air Quality. E. General: In compliance with Sections of the W.I.C. Manual applicable to the Custom Grade, Type I, Style A casework construction as specified and noted on the Contract Documents. F. Total applied load (or weight) uniformity dispersed on an individual shelf shall not exceed 200lbs on any one shelf. Load capacity, 50 lbs. per square foot for book shelving, shall be applied. G. Cabinet Finish Hardware: 1. Hardware shall be furnished and installed as required to provide a complete casework installation. 2. Interior shelving of cabinets to be manufacturers" standard black melamine cabinet liner as approved by the Architect. 2.02 COLOR SCHEDULE A. Winter Grey (A21.1.0, Satin finish) 1. Upper and lower cabinetry and all faces that can normally be seen. 2.03 HARDWARE A. Hardware manufacturers shall be as listed below, or shall be equivalent products by Stanley, Corbin, or equal. B. Miscellaneous hardware including, but not limited to the following: spikes, bolts, screws, lags, shields, straps, angles, cleats and other related items for fabrication and installation. C. Hinges: Blum 125, self-closing, steel arm, and nickel -plated #71T5550. D. Drawer Guides: Hettich #5632, %" extension 100 Ib. rated. Pulls: Sugatsune/Lamp, #UTZ-130, integral, satin nickel. Shelf Pins: Sugatsune/Lamp #SS -323, ivory. ARCHITECTURAL CASEWORK 064100-3 RM ARCHITECTURE FEBRUARY, 2017 2.04 CONSTRUCTION MATERIALS CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION A. Construction and design to develop maximum strength and rigidity in each sectional unit. Each sectional unit to be completely fabricated ready for placement in the casework and equipment assembly. Each cabinet to be a complete integral rigid unit within itself to permit relocation at any subsequent time. B. The cabinet shall incorporate full overlay design in which posts and rails are concealed behind the doors and drawer heads. The door and drawer heads shall create a .125' horizontal reveal. There shall be a .0625' vertical reveal at the edge of each cabinet creating a .125' vertical reveal at the end of each cabinet when two cabinets are set in place next to each other. C. Base cabinets to be constructed to achieve an industry standard height of 30" to 36" including the countertop, and 24" deep. Refer to the Drawings for heights. D. Each cabinet to be assembled incorporating mortise and tendon construction or 32mm dowel construction. Vertical and horizontal members shall be keyed and then phenol seal bonded and mechanically fastened. Exposed edges on cabinet components, doors and drawer heads to be sanded and polished to a satin smooth finish. Underside of toe space shall be enclosed. E. Component Thickness Schedule: 1. Cabinet sides and bottoms: 0.5" (12.7mm) 2. Door and drawer heads: 0.5 (12.7mm) 3. Horizontal rail supports: 0.5" (12.7mm) 4. Cabinet backs: 0.25' (3.18mm) 5. Wall cabinet backs: 0.25" (3.18mm) 6. Cabinet shelves: 0.5' (12.7mm) 7. Work surfaces: 0.75' (19mm) Casework: 1. Each cabinet shall consist of drawers or doors or a combination thereof as shown in drawings. 2. Each cabinet to be provided with an adjustable shelf. For shelves without doors, shelf clips to engage shelf in such a way as to avoid slippage and movement of shelf. 3. Each base cabinet shall have 6" (101.6mm) high by 3" (76.2mm) deep toe space members, unless otherwise noted on drawings. 4. Drawers shall have full box construction and be fabricated of 1/2" thick solid composite phenolic resin material. Drawer bottoms shall be matching 1/4" material. Drawer fronts shall be attached to drawer box using duel directional adjustment hardware. G. Wall and floor storage cabinets and cases shall match in design and construction. H. Cap exposed edges with material or same finish and pattern at countertops. I. Exposed shelving is to be finished to match cabinet face. J. Provide scribe trim as required to provide a complete close off. K. Finish all exposed surfaces with panel to match. 0641004 ARCHITECTURAL CASEWORK CITY OF NEWPORT BEACH RM ARCHITECTURE FIRE STATION NO.4 INTERIOR RENOVATION FEBRUARY, 2017 L. Upper cabinets to be 15" deep unless otherwise noted. 2.05 SOURCE QUALITY CONTROL A. Panels shall be of material specifically designed for laboratory work surfaces. Fabricated work surfaces shall comply with all current codes and regulations. Tops and shelves shall have uniform thickness and flatness for 10 -foot span. B. Panels to be UL registered and labeled for quality consistency. C. Chemical Resistance: Evaluation of chemical resistance is based on SEFA's (Scientific Equipment and Fixture and Association) standard list of 49 chemicals/concentrations, their required methods of testing and their minimum acceptable results as a means of establishing a minimum acceptable level of performance for all exposed and semi - exposed surfaces. D. Panels to have a screw pull-out strength minimums per following chart (lbs): Screw #6 #8 #10 #12 %;' 5/16" 3/8" 7/16" /" depth (panels) %4" 120 150 170 200 230 5/16" 160 190 210 240 280 350 3/8" 190 220 260 290 340 420 510 '/:" 250 300 340 390 450 560 680 790 900 5/8" 310 370 430 490 560 710 850 990 1,100 %11 510 590 680 850 1,000 1,200 1,400 E. Uniform load to cause no more thanl/4" deflection at center of the span: Thickness 12"x24" 12"x36" 12"x48" 24"x36" (panels): /4" 35 10 5 20 5/16" 85 25 10 50 3/8" 170 50 20 100 /" 370 110 45 220 5/8" 690 210 85 410 W, 1,400 400 170 800 1" 2,600 780 330 1,500 Performance Requirements: a. Modulus of Elasticity: 1,500,000 psi, minimum. b. Shear Strength: 2,000 psi, minimum. C. Compressive Strength: 24,000 psi, minimum. d. Weight: 93 lbs. per cubic foot, maximum. e. Flame Spread (ASTM E-84): Class 1A (25) for 5/8" and thicker. 1) Class 1B (30) for 1/2". 2) Class 1 B (50) for''/4" through 3/8". 3) Non -porous surface and edges. 4) Will not support micro -organic growth. 5) Water absorption: 3% maximum. G. Decorative papers impregnated with melamine resin on faces with a clear protective overcoat, and integrally compression molded with a core consisting of solid phenolic impregnated kraft paper. ARCHITECTURAL CASEWORK 064100-5 RM ARCHITECTURE CITY OF NEWPORT BEACH FEBRUARY, 2017 FIRE STATION NO. 4INTERIOR RENOVATION 2.02 OTHER MATERIALS A. All other materials, anchorages and accessories not specifically described but required for a complete and proper installation of solid phenolic custom casework, as recommended by the manufacturer, subject to the approval of the Architect. PART 3 EXECUTION 3.01 SURFACE CONDITIONS A. Inspection 1. Prior to installation of the 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. 2. Verify that solid phenolic custom casework 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 1/8" in 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 GENERAL FABRICATION A. General: 1. Work of this Section shall be fabricated in strict accordance with WIC Custom Grade, Type 1, Style A Casework Construction and details indicated on the Contract Drawings and reviewed Shop Drawings. 2. Shop fabricate casework units and countertops as complete sections of adequate size to permit easy handling, access to installation areas for assembly or required for setting in place and installing of closing pieces or components. 3. Make holes and/or cutouts necessary for mechanical and/or electrical work to be incorporated into the casework units and countertops as detailed or specified. 4. Exposed or filled fasteners through exposed solid phenolic surfaces are not allowed. 5. A color matched waterproof caulk shall be used at all square butt joints including splashes and return ends. 6. Caulking shall not exceed 1/16 inch. 7. Sink cut outs must be sealed with a water resistant sealer before sink rim is installed. Casework: 1. Construction and design to develop maximum strength and rigidity in casework. Each unit to be completely fabricated ready for placement. Each unit to be a complete integral rigid unit within itself to permit relocation at any subsequent time. 2. Shop fabricate as complete units of adequate size to permit easy handling, access to installation areas for assembly or required setting in place and installing of countertops and closing pieces. 3. Semi -exposed casework interior to be white. 064100-6 ARCHITECTURAL CASEWORK CITY OF NEWPORT BEACH RM ARCHITECTURE FIRE STATION NO.4 INTERIOR RENOVATION FEBRUARY, 2017 4. Casework hardware to be installed by the casework manufacturer in accordance with reviewed Shop Drawings. 5. All upper and base casework to be open at corners to provide space for storage use. 3.03 INSTALLATION A. General: All in accordance with reviewed Shop Drawings and Contract Drawings, to be installed by casework manufacturer or by an experienced person under the casework manufacturer's supervision. Preparation Work: All grounds, backing, blocking, furring and other anchorages required for casework installation which become an integral part of a floor, wall, partitions shall be in place ready to receive the casework and countertops. Notify Inspector for inspection prior to wall closure and casework installation. C. Site Condition: Casework and countertop manufacturer or installer shall examine the areas and conditions under which work of this Section will be installed. 1. Correct conditions detrimental to timely and proper installation of casework and countertops. 2. Do not proceed until detrimental conditions have been corrected at no added cost to the City. 3. Start of casework and countertop installation shall imply Contractor's acceptance of job conditions. D. Casework Installation: 1. All casework units delivered to thejob-site shall bear W.I.C. grade stamp verifying compliance with specified W.I.C. Construction types and grades. 2. Assembly: Joint, glue, nail or screw together casework in accordance with best practice of casework. Anchor casework to wood framing, blocking, masonry and/or concrete as detailed. Countersink and plug screw anchors as detailed. All fasteners to be concealed. 3. Install casework units in rooms noted on the Contract Drawings, in plumb, square and in aligned position with walls. All base cabinet shall be fastened to stud walls with minimum 4 - #14x3", phillip truss head, type 17 hard, zinc plated, self -taping, full thread screws concrete or masonry walls with minimum 4-1/4"0", slotted hex washer head, masonry/concrete screw head. Cleaning and Adjustment: See Subsection 1.31) hereinbefore specified in this Section. 3.04 INSTALLATION OF CABINET HARDWARE A. Fit hardware according to the manufacturer's instructions. B. Install hinges and drawer guides according to the recommendations of the manufacturer. Drawer pulls shall be centered on the drawers unless otherwise indicated. C. Installer of finish hardware shall advise Contractor of final protection and maintain conditions necessary to ensure that work will be without damage or deterioration at time of acceptance. ARCHITECTURAL CASEWORK 064100-7 RM ARCHITECTURE FEBRUARY. 2017 3.05 COMPLIANCE CITY OF NEWPORT BEACH FIRE STATION NO, 4 INTERIOR RENOVATION A. Performance of Work: The City reserves the right to request and pay for an inspection by a W.I.C. representative to determine that work of this Section has been performed in accordance with the specified standards. B. Non -Conforming Work: If the W.I.C. representative determines that work of this Section does not comply, Contractor shall immediately remove non -conforming items and replace them with complying items at no added cost to the City and reimburse the City for the cost of the inspection. 3.06 CLEANING A. Upon completion of the work, remove surplus materials, rubbish and debris resulting from the solid phenolic custom casework installation. Leave areas in neat, clean, and orderly condition. B. Repair or replace any damaged work. C. Use manufacturer -recommended cleaning agents. D. Contractor to leave all cutouts for Owner. END OF SECTION 064100-8 ARCHITECTURAL CASEWORK CITY OF NEWPORT BEACH RM ARCHITECTURE FIRE STATION NO. 4 INTERIOR RENOVATION FEBRUARY, 2017 SECTION 07 9005 JOINT SEALERS Xi131111l W14:7_11111 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 079005-1 RM ARCHITECTURE FEBRUARY, 2017 CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION B. 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 soft joints in masonry. b. Joints between concrete and other materials. C. Joints between metal frames and other materials. d. Other exterior joints for which no other sealant is indicated. C. General Purpose Interior Sealant: Acrylic emulsion latex; ASTM C 534, 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 interior joints 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. 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 FIRE STATION NO. 4 INTERIOR RENOVATION FEBRUARY, 2017 E. Install sealant free of air pockets, foreign embedded matter, ridges, and sags. 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 RM ARCHITECTURE FIRE STATION NO. 4 INTERIOR RENOVATION FEBRUARY, 2017 SECTION 08 6250 TUBULAR DAYLIGHTING DEVICE PART IGENERAL 1.01 SECTION INCLUDES 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 Windborne 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 FEBRUARY, 2017 FIRE STATION NO. 4INTERIOR RENOVATION 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 RM ARCHITECTURE FIRE STATION NO. 4 INTERIOR RENOVATION FEBRUARY, 2017 PART 2 PRODUCTS 2.01 MANUFACTURERS 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 CITY OF NEWPORT BEACH FEBRUARY, 2017 FIRE STATION NO. 4INTERIOR RENOVATION 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. 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. 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. 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. 06310 *610 10111 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 RM ARCHITECTURE FIRE STATION NO. 4 INTERIOR RENOVATION FEBRUARY, 2017 SECTION 09 6116 TERRAZZO TILE PART 1GENERAL 1.01 SECTION INCLUDES A. Terrazzo tile floor (thin and thick set) as shown in Drawings and specified herein. Coved terrazzo tile floor base (thin set) as shown in Drawings and specified herein. Tile grout. D. Tile and grout sealer. 1.02 RELATED REQUIREMENTS A. Section 07 9005 - Joint Sealers. 1.03 REFERENCE STANDARDS A. ANSI A108 Series/A118 Series/A136.1 -American National Standard Specifications for the Installation of Ceramic Tile (Compendium); 2005. 1. ANSI A108.1 through A108.17 2, ANSI 118.1 through A118.15 B. ASTM C-33 — Standard Specification for Concrete Aggregates; 2016 C. ASTM C-140 —Standard Test Methods for Sampling and Testing Concrete Masonry Units and Related Units; 2016. D. ASTM C-150 — Standard Specification for Portland Cement; 2016e1. E. ASTM C-293 — Standard Test Method for Flexural Strength of Concrete (Using Simple Beam with Center -Point Loading); 2016. F. ASTM C-373 — Standard Test Methods for Determination of Water Absorption and Associated Properties by Vacuum Method for Pressed Ceramic Tiles and Glass Tiles and Boil Method for Extruded Ceramic Tiles and Non -tile Fired Ceramic Whiteware Products; 2016. G. ASTM C-482 — Standard Test Method for Bond Strength of Ceramic Tile to Portland Cement Paste; 1996. H. ASTM C-485 — Standard Test Method for Measuring Warpage of Ceramic Tile; 2009. I. ASTM C-499 — Standard Test Method for Facial Dimensions and Thickness of Flat, Rectangular Ceramic Wall and Floor Tile; 2014. J. ASTM C-502 — Standard Test Method for Wedging of Flat, Rectangular Ceramic Wall and Floor Tile; 2009. TERRAZZO TILE 096616-1 RM ARCHITECTURE CITY OF NEWPORT BEACH FEBRUARY, 2017 FIRE STATION NO. 4 INTERIOR RENOVATION K. ASTM C-609 — Standard Test Method for Measurement of Light Reflectance Value and Small Color Differences Between Pieces of Ceramic Tile; 2014. L. ASTM C-648 — Standard Test Method for Breaking Strength of Ceramic Tile; 2014. M. ASTM C-650 — Standard Test Method for Resistance of Ceramic Tile to Chemical Substances; 2014. N. ASTM C-674 — Standard Test Methods for Flexural Properties of Ceramic Whiteware Materials; 2013. O. ASTM C-1243 — Standard Test Method for Relative Resistance to Deep Abrasive Wear of Unglazed Ceramic Tile by Rotating Disc; 2015. P. ASTM C-1378 — Standard Test Method for Determination of Resistance to Staining; 2014. Q. ASTM D-523 — Standard Test Method for Specular Gloss; 2014. R. National Terrazzo and Mosiac Association (NTMA). S. 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. Certificates 1. Master Grade Certificate: Signed by the tile manufacturer at time of shipping stating type and quantities and by the Contractor who has installed the tile. 2. Certification by the grout manufacturer that the products used meet or exceed the standards of the American National Standards Institute. 3. Certificate of Grade: 'Standard Grade' the in accordance with American National Standards Institute Specifications for Ceramic Tile, At 37.1-1967 (ANSI -AN -4). Submit tile layout and mix design. 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 Tile: 5 percent of each size, color, and surface finish combination. 096616-2 TERRAZZO TILE CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION 1.05 QUALITY ASSURANCE RM ARCHITECTURE FEBRUARY, 2017 A. Maintain one copy of TCA Handbook and ANSI A108 Series/A118 Series on site. B. Installer Qualifications: Work to be performed only by workers thoroughly skilled and specially trained in the techniques of installing and grouting terrazzo tile and marble, and who are completely familiar with the published recommendations of the manufacturer of the terrazzo tile, marble, and grout materials being used. C. Grade Certificate and Labeling: With each delivery of tile, furnish manufacturer's 'Master Grade Certificate' to the Architect. D. Provide materials obtained from one source for each type and color of tile, grout, and setting materials. Manufacturer to supply independent laboratory test results for the following: 1. Flexural Strength in accordance with ASTM C-293. 2. Water absorption in accordance with ASTM C-140. 3. Compressive strength in accordance with ASTM C-140. Contractor to provide documented inspection from manufacturer of precast terrazzo quality control tests. 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. PART 2 PRODUCTS 2.01 TILE A. Manufacturers: All products by the same manufacturer. 1. Wausau Tile, Inc: www.wausautile.com. 2. Substitutions: See Section 01 6000 - Product Requirements. B. Floor Tile: 1. Size: 1113/16"x1113/16"x1/2" 2. Chamfered edges 3. Surfaces to be uniform in appearance and free of blemishes. 4. Color: Sleepy Hollow, TZ51. 5. Finish Texture: Factory polished, back of tile will be ground flat and free from protrusions. TERRAZZO TILE 096616-3 RM ARCHITECTURE FEBRUARY, 2017 CITY OF NEWPORT BEACH FIRE STATION NO. 4INTERIOR RENOVATION C. Coved Tile Base: 1. Size: 6" high x 11 13/16" wide x'/." coved base with bullnose top. 2. Finish: Surface to be ground and polished, free of holes or rough areas, surface to be uniform in appearance. 3. Design: Chamfered face edges. 4. Color: To match color of adjacent floor tile. 2.02 MATERIALS A. Portland Cement: ASTM C-150. Aggregates: All aggregates to meet ASTM C-33 V1 to V2 rating. Coloring: Pigments used shall be inorganic, resistant to alkalinity, and used per manufacturer's recommendations. 2.02 TRIM AND ACCESSORIES A. 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 between restrooms and halls. 2.03 MORTAR MATERIALS A. Manufacturers: 1. Mapei. 2. Substitutions: See Section 01 6000 - 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. 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: To be selected by Architect. 096616-4 TERRAZZO TILE CITY OF NEWPORT BEACH RM ARCHITECTURE FIRE STATION NO. 4INTERIOR RENOVATION FEBRUARY. 2017 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 A. Install tile, thresholds, and stair treads and grout in accordance with applicable requirements of ANSI A108.1 through A108.13, manufacturer's instructions, and TCA Handbook recommendations. B. Lay tile to pattern indicated. Do not interrupt tile pattern through openings. C. Cut and fit tile to penetrations through tile, leaving sealant joint space. Form corners and bases neatly. Align floor joints. D. 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. E. Form internal angles square and external angles bullnosed. Install thresholds where indicated. G. Sound tile after setting. Replace hollow sounding units. H. Keep expansion joints free of adhesive or grout. Apply sealant to joints. 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. TERRAZZO TILE 096616-5 RM ARCHITECTURE FEBRUARY, 2017 3.04 INSTALLATION 3.05 CITY OF NEWPORT BEACH FIRE STATION NO. 4INTERIOR RENOVATION A. Floor Tile: 1. Install per TCA Installation Method — F111 (current edition) B. Base Tile: 1. Install per TCA Installation Method B415 (current edition). C. Accessories: Locate and properly mark prior to start of any tile laying exact locations of accessories, anchoring devices for equipment, toilet stall partitions, and similar items which penetrate through tile finish. D. Joints: 1. Tile joints shall be uniform 1/16 inch wide. 2. Mark tile joints uniform ''% inch width and in alignment as indicated on the Drawings. 3. Joints as juncture of terrazzo tile floor and adjoining concrete finish floor to be same as floor tile joints. 4. Butt joints required between tile and divider strips; make joints flush and hairline, not to be grouted. 5. On floors tile joints shall be aligned and parallel to walls. PRECAST TERRAZZO FINISHING A. Grouting: 1. Water emulsion floor finish sealer: a. Products: 1) Provide single source for sealer -stripper -cleaner with neutral pH as manufactured for use on cementituous terrazzo. 2) Manufacturer of sealer -stripper -cleaner shall provide detailed maintenance manuals for care of terrazzo tile using water emulsion floor sealer/finish. 2. Manufacturer of the impregnator, cleaner, soap, polishing compound shall provide detailed maintenance manuals for care of terrazzo tile using high polish stone system. 3. Polysiloxane seal/vitrification: a. Products: 1) Provide compatible source for polysiloxane penetrating sealer, polishing compound, and vitrifier. 2) Manufacturer of polysiloxane sealer, polishing compound, and vitrifier to provide detailed maintenance manuals for care of terrazzo tile using polysiloxane seal, vitrification. 3.06 CLEANING A. Clean all tile in accordance with the manufacturer's recommendations, and referenced standards. B. Remove mortar and grout prior to hardening during progress of work. C. Clean surfaces thoroughly after grouting and pointing have set sufficiently; remove all cement, dust, and other foreign matter with plain water or mild alkaline cleaner. Sandblasting of exposed surfaces is prohibited. 096616-6 TERRAZZO TILE CITY OF NEWPORT BEACH FIRE STATION NO.4 INTERIOR RENOVATION RM ARCHITECTURE FEBRUARY, 2017 D. Cleaning with a solution not stronger than 10 percent muriatic acid to 90 percent water permitted only on unglazed tile, thoroughly wash afterwards with clean water. Completely protect hardware and fittings metal surfaces, cast iron and vitreous items from acid and fumes. 3.07 PROTECTION A. General: Cover tile floors with reinforced non -staining building paper with joints lapped 2 inches and sealed as necessary protecting against wear or damage of any kind or accumulations of dirt during work operations or other trades within the tiled floor room areas until accepted by the Owner. 1. Before final inspection, remove protective covering and rinse cleaner from the surfaces. 2. Prohibit traffic from finished floor for seven days after installation. B. Do not permit traffic over finished floor surface for 4 days after installation. 3.08 COMPLIANCE AND INSPECTION A. The Owner reserves the right to request and pay for inspections by a representative of the Tile Council of America to determine that the Work of this Section has been performed in accordance with the specified standards. B. In the event that such inspection determines that the Work of this Section does not comply with the specified requirements, immediately remove the non -complying items and immediately replace them with items complying with the specified requirements, including repair and restoration of any work thus disturbed. All this replacement and repair is to be provided by the Contractor at no additional cost to the Owner, and the Contractor is to reimburse the Owner for the cost of inspections. END OF SECTION TERRAZZO TILE 096616-7 CITY OF NEWPORT BEACH RM ARCHITECTURE FIRE STATION NO. 4INTERIOR RENOVATION FEBRUARY, 2017 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. 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 CITY OF NEWPORT BEACH FEBRUARY, 2017 FIRE STATION NO. 4 INTERIOR RENOVATION F. 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. 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. Do not apply materials when surface and ambient temperatures are outside the temperature ranges required by the paint product manufacturer. B. Follow manufacturer's recommended procedures for producing best results, including testing of substrates, moisture in substrates, and humidity and temperature limitations. C. Do not apply exterior coatings during rain or snow, or when relative humidity is outside the humidity ranges required by the paint product manufacturer. D. 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. E. Minimum Application Temperature for Varnish Finishes: 65 degrees F (18 degrees C) for interior or exterior, unless required otherwise by manufacturer's instructions. F. Provide lighting level of 80 ft candles (860 Ix) measured mid -height at substrate surface. 099000-2 PAINTINGS AND COATINGS CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION 1.07 EXTRA MATERIALS RM ARCHITECTURE FEBRUARY, 2017 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 FEBRUARY. 2017 CITY OF NEWPORT BEACH FIRE STATION NO. 4INTERIOR RENOVATION 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. 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 FIRE STATION NO. 4INTERIOR RENOVATION RM ARCHITECTURE FEBRUARY, 2017 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. 3.03 APPLICATION 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 FEBRUARY, 2017 FIRE STATION NO. 4INTERIOR RENOVATION G Reinstall electrical cover plates, hardware, light fixture trim, escutcheons, and fittings removed prior to finishing. 3.04 FIELD QUALITY CONTROL A. See Section 014000 - 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 09 9000-6 PAINTINGS AND COATINGS CITY OF NEWPORT BEACH RM ARCHITECTURE FIRE STATION NO.4 INTERIOR RENOVATION FEBRUARY, 2017 SECTION 11 3013 RESIDENTIAL APPLIANCES PART 1 GENERAL 1.01 SECTION INCLUDES A. Kitchen appliances. 1.02 REFERENCE STANDARDS A. UL (EAUED) — Electrical Appliance and Utilization Equipment Directory; Underwriters Laboratories, Inc; current edition. 1.03 SUBMITTALS A. See Section 01 3000 - Administrative Requirements, for submittal procedures. B. Product Data: Provide manufacturers' data indicating dimensions, capacity, and operating features of each piece of residential equipment. C. Copies of Warranties: Submit manufacturer warranty and ensure that forms have been completed in City's name and registered with manufacturer. 1.04 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing products specified in this section, with not less than ten years of documented experience. B. Electric Appliances: Listed and labeled by UL and complying with NEMA standards. C. Gas Appliances: Bearing design certification seal of AGA. 1.05 WARRANTY A. See Section 01 7800 — Closeout Submittals, for additional warranty procedures. B. Provide five year warranty on refrigeration system of refrigerators. C. Provide ten year warranty on magnetron tube of microwave ovens. D. Provide ten year manufacturer warranty on tub and door liner of dishwashers. PART 2 PRODUCTS 2.01 KITCHEN APPLIANCES A. All equipment eligible for Energy Star Rating: Energy Star Rated. RESIDENTIAL APPLIANCES 11013-1 RM ARCHITECTURE CITY OF NEWPORT BEACH FEBRUARY, 2017 FIRE STATION NO. 4INTERIOR RENOVATION B. Manufacturers: GE Appliances; provide all appliances from one manufacturer. 1. Substitutions: Section 016000 - Product Requirements. C. Refrigerator: Free-standing, side by side, frost free, provide a total of three. 1. Product: #PSDS5YGXSS 2. Capacity: Total minimum storage of 18 cubic ft., minimum 15 percent freezer capacity. 3. Energy Usage: Minimum 20 percent more energy efficient than energy efficiency standards set by DOE. 4. Features: Include glass shelves, automatic ice maker, light in freezer compartment, and in -door water and ice dispenser. 5. Finish: Stainless Steel D. Range Oven with Cooktop: Free standing, four burner combination range and oven. 1. Product: #PSDS5YGXSS 2. Capacity: Total minimum storage of 18 cubic ft., minimum 15 percent freezer capacity. 3. Energy Usage: Minimum 20 percent more energy efficient than energy efficiency standards set by DOE. 4. Features: Include glass shelves, automatic ice maker, light in freezer compartment, and in -door water and ice dispenser. 5. Finish: Stainless Steel Microwave: In overhead cabinet 1. Product: #JVM3670SF 2. Capacity: 1.8 cubic feet. 3. Power: 1100 watts. 4. Features: Include three -speed, high capacity exhaust fan with boost (300cfm)/halogen cooktop, lightening and halogen cavity light. F. Dishwasher: Undercounter 1. Product: #PDWT580RSS 2. Features: Include rinse aid dispenser, optional no -heat dry, optional water temperature boost, adjustable upper rack, and adjustable lower rack. 3. Finish: Stainless Steel PART 3 EXECUTION 3.01 EXAMINATION A. Verify existing conditions before starting work. B. Verify utility rough -ins are present and correctly located. 3.02 INSTALLATION A. Install accessories in accordance with manufacturers' instructions. Anchor built-in equipment in place. 3.03 ADJUSTING A. Adjust operating equipment to efficient operation. 11 3013-2 RESIDENTIAL APPLIANCES CITY OF NEWPORT BEACH RM ARCHITECTURE FIRE STATION NO. 4 INTERIOR RENOVATION FEBRUARY, 2017 3.04 CLEANING A. Remove packing materials from equipment. B. Wash and clean equipment. RESIDENTIAL APPLIANCES 11013-3 CITY OF NEWPORT BEACH RM ARCHITECTURE FIRE STATION NO. 4 INTERIOR RENOVATION FEBRUARY, 2017 SECTION 22 0503 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, above grade. 2. Sanitary sewer piping, above grade. 3. Unions and Flanges. 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 frestopping 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 3123 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 816.3 - Malleable Iron Threaded Fittings. 3. ASME B16.4 - Gray Iron Threaded Fittings. 4. ASME B16.18 - Cast Copper Alloy Solder Joint Pressure Fittings. 5. ASME B16.22 - Wrought Copper and Copper Alloy Solder Joint Pressure Fittings, 6. ASME B16.23 - Cast Copper Allay Solder Joint Drainage Fittings (DWV). 7. ASME B16.29 - Wrought Copper and Wrought Copper Alloy Solder Joint Drainage Fittings - DWV. 8. ASME 831.9 - Building Services Piping. 9. ASME B36.10M - Welded and Seamless Wrought Steel Pipe. B. ASTM International: 1. ASTM A47/A47M - Standard Specification for Ferritic Malleable Iron Castings. 2. ASTM A53/A53M - Standard Specification for Pipe, Steel, Black and Hct -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. PIPES AND TUBES FOR PLUMBING PIPING AND EQUIPMENT 220603-1 RM ARCHITECTURE FEBRUARY. 2017 CITY OF NEWPORT BEACH FIRE STATION NO. 4INTERIOR RENOVATION 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 (DWV). 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. 1.06 PRE -INSTALLATION MEETINGS A. Section 01 30 00 - Administrative Requirements: Pre -installation meeting. 220503-2 PIPES AND TUBES FOR PLUMBING PIPING AND EQUIPMENT CITY OF NEWPORT BEACH RM ARCHITECTURE FIRE STATION NO.4 INTERIOR RENOVATION FEBRUARY, 2017 B. Convene minimum one week prior to commencing work of this section. 1.07 DELIVERY, STORAGE, AND HANDLING A. Section 0160 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. 09 FIELD MEASUREMENTS A. Verify field measurements prior to fabrication. 10 COORDINATION A. Section 01 30 00 - Administrative Requirements: Requirements for coordination. B. Coordinate installation of above grade piping with insulation. PART 2 -PRODUCTS 2.01 DOMESTIC WATER PIPING, ABOVE GRADE A. Copper Tubing: ASTM B88, Type L, hard drawn. 1. Fittings: ASME 816.18, cast copper alloy or ASME B16.22, 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. 2.02 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 8306, DWV. 1. Fittings: ASME B16.23, cast bronze, or ASME 816.29, 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. PIPES AND TUBES FOR PLUMBING PIPING AND EQUIPMENT 220503-3 RM ARCHITECTURE FEBRUARY, 2017 2.03 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 0, CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION 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. 2.04 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. 3. Gaskets: 1/16 inch thick preformed neoprene gaskets. 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 - ABOVE GROUND PIPING A. Route piping in orderly manner and maintain gradient. Route parallel and perpendicular to walls. 220503-4 PIPES AND TUBES FOR PLUMBING PIPING AND EQUIPMENT CITY OF NEWPORT BEACH FIRE STATION NO.4 INTERIOR RENOVATION RM ARCHITECTURE FEBRUARY, 2017 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 Y4 inch per foot minimum. Maintain gradients unless otherwise indicated. K. Slope piping and arrange systems to drain at low points. 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. 3.04 INSTALLATION - DOMESTIC WATER PIPING SYSTEMS A. Install domestic water piping system in accordance with CPC. 3.05 INSTALLATION - SANITARY WASTE AND VENT PIPING SYSTEMS A. Install sanitary waste and vent piping systems in accordance with CPC. PIPES AND TUBES FOR PLUMBING PIPING AND EQUIPMENT 220503-6 RM ARCHITECTURE FEBRUARY, 2017 3.06 APPLICATION CITY OF NEWPORT BEACH FIRE STATION NO. 4INTERIOR RENOVATION 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. 3.07 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. 3.08 CLEANING A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for cleaning. 3.09 DISINFECTION OF DOMESTIC WATER PIPING SYSTEM A. Disinfect ion of potable water system shall comply with ANSI/AWWA 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 AWWA 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. 220503-6 PIPES AND TUBES FOR PLUMBING PIPING AND EQUIPMENT CITY OF NEWPORT BEACH FIRE STATION NO.4 INTERIOR RENOVATION RM ARCHITECTURE FEBRUARY. 2017 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 PIPES AND TUBES FOR PLUMBING PIPING AND EQUIPMENT 220503-7 RM ARCHITECTURE FEBRUARY, 2017 CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION 220503 -8 PIPES AND TUBES FOR PLUMBING PIPING AND EQUIPMENT CITY OF NEWPORT BEACH FIRE STATION NO.4 INTERIOR RENOVATION SECTION 22 0523 GENERAL -DUTY VALVES FOR PLUMBING PIPING PART1-GENERAL 1.01 SUMMARY A. Section Includes: 1. Ball valves. 2. Check valves. RM ARCHITECTURE FEBRUARY, 2017 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 220623-1 RM ARCHITECTURE FEBRUARY, 2017 1.06 QUALIFICATIONS CITY OF NEWPORT BEACH FIRE STATION NO. 4INTERIOR RENOVATION 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 REQUIREMENTS 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. PART 2 -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 220523-2 GENERAL -DUTY VALVES FOR PLUMBING PIPING CITY OF NEWPORT BEACH FIRE STATION NO.4 INTERIOR RENOVATION 2.02 CHECK VALVES RM ARCHITECTURE FEBRUARY, 2017 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. Verity 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 FEBRUARY, 2017 FIRE STATION NO. 4 INTERIOR RENOVATION 220523-4 GENERAL -DUTY VALVES FOR PLUMBING PIPING CITY OF NEWPORT BEACH RM ARCHITECTURE FIRE STATION NO. 4 INTERIOR RENOVATION FEBRUARY, 2017 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. 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 631.9 - 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. HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT 220529-1 RM ARCHITECTURE FEBRUARY. 2017 CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION 3. MSS SP 89 - Pipe Hangers and Supports - Fabrication and Installation Practices. 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: 220529-2 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT CITY OF NEWPORT BEACH FIRE STATION NO.4 INTERIOR RENOVATION RM ARCHITECTURE FEBRUARY, 2017 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 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 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: 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. HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT 220529-3 RM ARCHITECTURE FEBRUARY, 2017 1.10 DELIVERY, STORAGE, AND HANDLING CITY OF NEWPORT BEACH FIRE STATION NO. 4INTERIOR RENOVATION 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 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. 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 01 60 00 - Product Requirements. B. Plumbing Piping - DWV: 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 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. Vertical Support: Steel riser clamp. 7. Floor Support: Cast iron adjustable pipe saddle, lock nut, nipple, floor flange, and concrete pier or steel support. 8. Copper Pipe Support: Copper -plated, carbon -steel adjustable, ring. C. Plumbing Piping - Water: 22 0529 -4 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT CITY OF NEWPORT BEACH FIRE STATION NO.4 INTERIOR RENOVATION RM ARCHITECTURE FEBRUARY. 2017 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. Multiple or Trapeze Hangers: Steel channels with welded spacers and hanger rods. 4. Vertical Support: Steel riser clamp. 5. Floor Support for Cold Pipe: Cast iron adjustable pipe saddle, lock nut, nipple, floor flange, and concrete pier or steel support. 6. 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. 7. 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. 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 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. HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT 220629-5 RM ARCHITECTURE CITY OF NEWPORT BEACH FEBRUARY, 2017 FIRE STATION NO. 4 INTERIOR RENOVATION 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. 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. 22 0529 -6 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT CITY OF NEWPORT BEACH RM ARCHITECTURE FIRE STATION NO.4 INTERIOR RENOVATION FEBRUARY, 2017 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. 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. Seal floor and floor sinks 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. HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT 220529-7 RM ARCHITECTURE FEBRUARY, 2017 CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION 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. 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 01 70 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. 22 0529 -8 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION B. Protect adjacent surfaces from damage by material installation. 3.11 SCHEDULES RM ARCHITECTURE FEBRUARY, 2017 PIPE HANGER SPACING PIPE MATERIAL MAXIMUM HANGER SPACING Feet HANGER ROD DIAMETER Inches 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 220529-9 RM ARCHITECTURE FEBRUARY. 2017 CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION 220529-10 HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION SECTION 22 0553 IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT PART 1 -GENERAL 1.01 SUMMARY A. Section Includes: 1. Nameplates. 2. Tags. 3. Stencils. 4. Pipe markers. 5. Ceiling tacks. RM ARCHITECTURE FEBRUARY, 2017 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 for the 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. IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT 220653-1 RM ARCHITECTURE FEBRUARY. 2017 1.06 QUALIFICATIONS CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION 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 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. PART 2 -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. 220553-2 IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT CITY OF NEWPORT BEACH RM ARCHITECTURE FIRE STATION NO. 4 INTERIOR RENOVATION FEBRUARY, 2017 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 A13.1. 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 3/4 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. Identify control panels and major control components outside panels with plastic nameplates. G. Identify valves in main and branch piping with tags. IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT 220553-3 RM ARCHITECTURE FEBRUARY, 2017 CITY OF NEWPORT BEACH FIRE STATION NO. 4INTERIOR RENOVATION H. 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. I. Provide ceiling tacks to locate valves above T -bar type panel ceilings. Locate in corner of panel closest to equipment. END OF SECTION 22 0553 -4 IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT CITY OF NEWPORT BEACH FIRE STATION NO.4 INTERIOR RENOVATION SECTION 22 0700 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. RM ARCHITECTURE FEBRUARY. 2017 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 specified 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. PLUMBING INSULATION 220700-1 RM ARCHITECTURE FEBRUARY, 2017 CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION B. Pipe insulation manufactured in accordance with ASTM C585 for inner and outer diameters. 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. PART 2 -PRODUCTS 2.01 MANUFACTURER A. Manufacturers for Glass Fiber and Mineral Fiber Insulation Products: 220700-2 PLUMBING INSULATION CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION 1. CertainTeed. 2. Knauf. 3. Johns Manville. 4. Owens -Coming. 5. Substitutions: Section 01 60 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 RM ARCHITECTURE FEBRUARY, 2017 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. Closed Cell Elastomeric Insulation Pipe Hanger: Polyurethane insert with stainless steel jacket single piece construction with self adhesive closure. Thickness to match pipe insulation. E. 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 PLUMBING INSULATION 220700-,, RM ARCHITECTURE FEBRUARY, 2017 CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION 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. 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 CITY OF NEWPORT BEACH FIRE STATION NO.4 INTERIOR RENOVATION RM ARCHITECTURE FEBRUARY. 2017 END OF SECTION PLUMBING INSULATION 220700-5 INSULATION INSULATION THICKNESS PIPING SYSTEM TYPE PIPE SIZE inches 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 PLUMBING INSULATION 220700-5 RM ARCHITECTURE CITY OF NEWPORT BEACH FEBRUARY, 2017 FIRE STATION NO. 4INTERIOR RENOVATION 220700-6 PLUMBING INSULATION CITY OF NEWPORT BEACH FIRE STATION NO.4 INTERIOR RENOVATION SECTION 22 4000 PLUMBING FIXTURES PART 1 -GENERAL 1.01 SUMMARY A. Section Includes: 1. Sinks. 2. Insulation kit. 3. Access panels. 4. Cleanouts. RM ARCHITECTURE FEBRUARY. 2017 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 Al 12.6.1 - Floor -Affixed Supports for Off -the -Floor Plumbing Fixtures for Public Use. 2. ASME At 12.18.1 - Plumbing Fixture Fittings. 3. ASME At 12.19.1M - Enameled Cast Iron Plumbing Fixtures. 4. ASME Al 12.19.3 - Stainless Steel Plumbing Fixtures (Designed for Residential Use). 5. ASME All 12.19.4 - Porcelain Enameled Formed Steel Plumbing Fixtures. 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. 1.04 CLOSEOUT SUBMITTALS 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. PLUMBING FIXTURES 224000-1 RM ARCHITECTURE CITY OF NEWPORT BEACH FEBRUARY, 2017 FIRE STATION NO. 4 INTERIOR RENOVATION 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 0160 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. PART 2 -PRODUCTS 2.01 FIXTURE REQUIREMENTS A. Accessible plumbing fixtures shall comply with all of the requirements of CBC Section 11158. B. Heights and location of all fixtures shall be according to CBC Section 1115B.4. C. 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 111713.9, Item 2. 224000-2 PLUMBING FIXTURES CITY OF NEWPORT BEACH FIRE STATION NO.4 INTERIOR RENOVATION 2.02 ACCEPTABLE MANUFACTURERS — FIXTURES A. American Standard B. Kohler C. Eljer D. Acorn. E. Just manufacturing. 2.03 ACCEPTABLE MANUFACTURERS - FIXTURE CARRIERS A. J.R. Smith B. Zurn C. Just manufacturing. 2.04 ACCEPTABLE MANUFACTURERS - FIXTURE TRIM A. Chicago Faucet B. Symmons 2.05 ACCEPTABLE MANUFACTURERS - CLEANOUTS A. J.R. Smith B. Zurn C. Josam 2.06 INSULATION KIT RM ARCHITECTURE FEBRUARY, 2017 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. 2.07 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 for fire rated construction use KRP-150FR. 2.08 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. PLUMBING FIXTURES 22 4000. 3 RM ARCHITECTURE FEBRUARY, 2017 CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION 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 01 30 00 - Administrative Requirements: Coordination and project conditions. B. Verity 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 specified in Section 07 90 00, color to match fixture. 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. 224000-4 PLUMBING FIXTURES CITY OF NEWPORT BEACH RM ARCHITECTURE FIRE STATION NO.4 INTERIOR RENOVATION FEBRUARY, 2017 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 224000 - 5 RM ARCHITECTURE CITY OF NEWPORT BEACH FEBRUARY, 2017 FIRE STATION NO. 4 INTERIOR RENOVATION 224000-6 PLUMBING FIXTURES CITY OF NEWPORT BEACH RM ARCHITECTURE FIRE STATION NO. 4 INTERIOR RENOVATION FEBRUARY, 2017 SECTION 23 11 23 FACILITY NATURAL-GAS PIPING PART1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Natural gas piping above grade. 2. Unions and flanges. 3. Valves. 4. Flexible connectors. 5. Natural gas pressure regulators. B. Related Sections: 1. Division 05 - Structural Steel Framing: Product requirements for touch-up painting of structural steel. 2. Division 05 — Structural Steel Framing: Product requirements for touch-up painting of steel joists. 3. Division 08 - Access Doors and Frames: Access doors for concealed valves and accessories 4. Division 09 - Painting and Coating: Product requirements for painting for placement by this section. 5. Section 23 05 29 - Hangers and Supports for HVAC Piping and Equipment: Product requirements for pipe hangers and supports and firestopping for placement by this section. 6. Section 23 05 53 - Identification for HVAC Piping and Equipment: Product requirements for valve and pipe identification for placement by this section. 1.02 REFERENCES A. American National Standards Institute: 1. ANSI Z21.15 - Manually Operated Gas Valves for Appliances, Appliance Connector Valves and Hose End Valves. B. American Society of Mechanical Engineers: 1. ASME B16.33 - Manually Operated Metallic Gas Valves for Use in Gas Piping Systems Up to 125 psig (sizes 1/2 - 2). 2. ASME B31.9 - Building Services Piping. C. ASTM International: 1. ASTM A53/A53M - Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc - Coated, Welded and Seamless. 2. ASTM A234/A234M - Standard Specification for Piping Fittings of Wrought Carbon Steel and Alloy Steel for Moderate and High Temperature Service. 3. ASTM D2513 — Standard Specification for Thermoplastic Gas Pressure Pipe, Tubing and Fittings. 4. ASTM F708 - Standard Practice for Design and Installation of Rigid Pipe Hangers. D. American Welding Society: FACILITY NATURAL GAS PIPING 231123-1 RM ARCHITECTURE CITY OF NEWPORT BEACH FEBRUARY, 2017 FIRE STATION NO. 4 INTERIOR RENOVATION 1. AWS D1.1 - Structural Welding Code - Steel. E. American Water Works Association: 1. AWWA C105 - American National Standard for Polyethylene Encasement for Ductile -Iron Pipe Systems. F. 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 78 - Cast Iron Plug Valves, Flanged and Threaded Ends. 4. MSS SP 89 - Pipe Hangers and Supports - Fabrication and Installation Practices. G. National Fire Protection Association: 1. NFPA 54 - National Fuel Gas Code. H. Underwriters Laboratories Inc.: 1. UL 842 - Valves for Flammable Fluids. 1.03 SYSTEM DESCRIPTION A. Where more than one piping system material is specified, provide compatible system components and joints. Use non -conducting dielectric connections when joining dissimilar metals in systems. B. Provide flanges, unions, or couplings at locations requiring servicing. Use unions, flanges, or couplings downstream of valves and at equipment connections. Do not use direct welded or threaded connections to valves, equipment. C. Provide pipe hangers and supports in accordance with ASME B31.9, ASTM F708, MSS SP 58, MSS SP 69, and MSS SP 89. D. Use ball or gas cocks valves for shut-off and to isolate equipment, part of systems, or vertical risers. 1.04 SUBMITTALS A. Division 01: Submittal procedures. B. Product Data: 1. Piping: Submit data on pipe materials, fittings, and accessories. Submit manufacturers catalog information. 2. Valves: Submit manufacturers catalog information with valve data and ratings for each service. 3. Hangers and Supports: Submit manufacturers catalog information including load capacity. 4. Piping Specialties: Submit manufacturers catalog information including capacity, rough -in requirements, and service sizes for the following: a. Natural gas pressure regulators. C. Design Data: Indicate pipe size. Indicate load carrying capacity of trapeze, multiple pipe, and riser support hangers. 231123-2 FACILITY NATURAL GAS PIPING CITY OF NEWPORT BEACH RM ARCHITECTURE FIRE STATION NO.4 INTERIOR RENOVATION FEBRUARY, 2017 D. Test Reports: Indicate results of piping system pressure test. E. Manufacturer's Certificate: Certify Products meet or exceed specified requirements F. Welders Certificates: Certify welders employed on the Work, verifying AWS qualification within previous 12 months. 1.05 CLOSEOUT SUBMITTALS A. Division 01: Closeout procedures. B. Project Record Documents: Record actual locations of valves, piping system, and system components. C. Operation and Maintenance Data: Submit for valves and gas pressure regulators installation instructions, spare parts lists. 1.06 QUALITY ASSURANCE A. Perform natural gas Work in accordance with NFPA 54. B. Perform work in accordance with CPC. C. Perform Work in accordance with ASME B31.9 code for installation of piping systems and ASME Section IX for welding materials and procedures. D. Perform Work in accordance with applicable code AWS D1.1 for welding hanger and support attachments to building structure. E. Furnish shutoff valves complying with ASME B16.33 or ANSI 221.15. F. Maintain one copy of each document on site. 1.07 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 five years documented experience. C. Design hangers and supports under direct supervision of Professional Engineer experienced in design of this Work and licensed in State of California. 1.08 PRE -INSTALLATION MEETINGS A. Division 01: Pre -installation meeting. B. Convene minimum one week prior to commencing work of this section. 1.09 DELIVERY, STORAGE, AND HANDLING A. Division 01: Product storage and handling requirements. B. Accept valves on site in shipping containers with labeling in place. Inspect for damage. FACILITY NATURAL GAS PIPING 23 1123 -3 RM ARCHITECTURE FEBRUARY, 2017 CITY OF NEWPORT BEACH FIRE STATION NO. 4INTERIOR RENOVATION C. Protect piping and fittings from soil and debris with temporary end caps and closures. Maintain in place until installation. Furnish temporary protective coating on cast iron and steel valves. 1.10 ENVIRONMENTAL REQUIREMENTS A. Division 01 - Product Requirements. f1 1.11 FIELD MEASUREMENTS A. Verify field measurements prior to fabrication. 1.12 COORDINATION A. Division 01: Requirements for coordination. 1.13 WARRANTY A. Division 01: Product warranties and product bonds. B. Furnish five year manufacturer warranty for valves excluding packing. 1.14 EXTRA MATERIALS A. Division 01: Spare parts and maintenance products. B. Furnish two packing kits for each type and size valve. PART2 PRODUCTS 2.01 NATURAL GAS PIPING, ABOVE GRADE A. Steel Pipe: ASTM A53/A53M Schedule 40 black. 1. Fittings: ASME B16.3, malleable iron, or ASTM A234IA234M forged steel welding type. 2. Joints: Threaded for pipe 2 inch and smaller; welded for pipe 2-1/2 inches and larger. 2.02 REGULATOR VENT PIPING, ABOVE GRADE A. Indoors: Same as natural gas piping, above grade. 2.03 UNIONS AND FLANGES A. Unions for Pipe 2 inches and Smaller: 1. Ferrous Piping: Class 150, malleable iron, threaded. 2. 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. 3. Gaskets: 1/16 inch thick preformed neoprene gaskets. 23 1123 -4 FACILITY NATURAL GAS PIPING CITY OF NEWPORT BEACH FIRE STATION NO.4 INTERIOR RENOVATION 2.04 GAS BALL VALVES RM ARCHITECTURE FEBRUARY. 2017 A. Above and Below Grade 1/4 inch to 2 inch: Two piece, threaded ends, brass body, chrome plated brass ball, reinforced teflon seats, blow-out proof stem, CSA certified, full port, similar to Jomar Model No. 175-LWN. B. Above Grade 1-1/4 inch to 4 inch: MSS SP 110, Class 125, two piece, threaded ends, brass body, chrome plated brass ball, reinforced teflon seats, blow-out proof stem, lever handle, CSA certified, full port, similar to Apollo Model No. 94A. 2.05 GAS COCKS A. Indoor Up to 2 Inches: Bronze body, bronze tapered plug, lubricated, Teflon packing, threaded ends, CSA certified. B. Over 2 Inches: Cast iron body and plug, lubricated, Teflon packing, flanged ends, CSA certified. C. Similar to McDonald Model No. 10596. 2.06 FLEXIBLE CONNECTORS A. Coated stainless steel, fittings suitable for connection to piping system and equipment, capacity sufficient for the application, CSA Certified. Similar to Dormant Model No. 10. PART 3 - EXECUTION 3.01 EXAMINATION A. Division 01: Coordination and project conditions. B. Verify excavations are to required grade, dry, and not over -excavated. 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. 3.03 INSTALLATION - INSERTS A. Provide inserts for placement in concrete forms. B. Provide inserts for suspending hangers from reinforced concrete slabs and sides of reinforced concrete beams. 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 above slab. FACILITY NATURAL GAS PIPING 231123-5 RM ARCHITECTURE CITY OF NEWPORT BEACH FEBRUARY, 2017 FIRE STATION NO. 4 INTERIOR RENOVATION 3.04 INSTALLATION - PIPE HANGERS AND SUPPORTS A. Install hangers and supports in accordance with ASME 831.9, ASTM F708, and MSS SP 89. B. Support horizontal piping hangers as scheduled. C. Install hangers to provide minimum 1/2 inch space between finished covering and adjacent work. D. Place hangers within 12 inches of each horizontal elbow. E. Install hangers to allow 1-1/2 inch minimum vertical adjustment. Design hangers for pipe movement without disengagement of supported pipe. F. Prime coat exposed steel hangers and supports in accordance with Section 09 90 00. Finish paint exposed steel hangers and supports in accordance with Section 09 90 00. Hangers and supports located in crawl spaces, pipe shafts, and suspended ceiling spaces are not considered exposed. G. Provide clearance in hangers and from structure and other equipment for installation of insulation and access to valves and fittings. 3.05 INSTALLATION - ABOVE GROUND PIPING SYSTEMS A. Install natural gas piping in accordance with NFPA 54. B. Provide non -conducting dielectric connections wherever jointing dissimilar metals. C. Route piping in orderly manner and maintain gradient. D. Where required, bend pipe with pipe bending tools in accordance with procedures intended for that purpose. E. Install piping to conserve building space and not interfere with use of space. F. Size and install gas piping to provide sufficient gas to supply maximum appliance demand at pressure higher than appliance minimum inlet pressure. G. Group piping whenever practical at common elevations. H. Install piping to allow for expansion and contraction without stressing pipe, joints, or connected equipment. I. Sleeve pipe passing through partitions, walls and floors. Refer to Section 23 05 29. J. Provide clearance for installation of insulation and access to valves and fittings. K. Provide access where valves and fittings are not exposed. Coordinate size and location of access doors with Section 08 31 00. L. Where pipe support members are welded to structural building framing, scrape, brush clean, weld, and apply one coat of zinc rich primer. Refer to Division 05. M. Install vent piping from gas pressure reducing valves to outdoors and terminate in weatherproof hood. Protect vent against entry of insects and foreign material. 231123-6 FACILITY NATURAL GAS PIPING CITY OF NEWPORT BEACH RM ARCHITECTURE FIRE STATION NO. 4 INTERIOR RENOVATION FEBRUARY, 2017 1. Minimum Vent Size: Connection size at regulator vent connection. 2. Run individual vent line from each relief device, independent of breather vents. N. Breather vents may be manifolded together with piping sized for combined appliance vent requirements. O. Prepare pipe, fittings, supports, and accessories not pre -finished, ready for finish painting. Refer to Division 09. P. Install identification on piping systems including underground piping. Refer to Section 23 05 53. Q. Install valves with stems upright or horizontal, not inverted. R. Protect piping systems from entry of foreign materials by temporary covers, completing sections of the Work, and isolating parts of completed system. 3.06 FIELD QUALITY CONTROL A. Division 01: Field inspecting, testing, adjusting, and balancing. B. Where gas appliance will be damaged by test pressure, disconnect appliance and cap piping during pressure test. Reconnect appliance after pressure test and leak test connection. C. Where gas appliance is designed for operating pressures equal to or greater than piping test pressure, provide gas valve to isolate appliance or equipment from gas test pressure. D. Pressure test natural gas piping in accordance with NFPA 54. E. Where new branch piping is extended from existing system, pressure test new branch piping only. Leak test joint between new and existing piping with noncorrosive leak detection fluid or other approved method. F. When pressure tests do not meet specified requirements, remove defective work, replace and retest. G. Immediately after gas is applied to a new system, or a system has been restored after gas service interruption, check pipe for leakage. 1. Where leakage is detected, shut off gas supply until necessary repairs are complete. H. Do not place appliances in service until leak testing and repairs are complete. 3.07 SCHEDULES A. Pipe Hanqer Spacina: FACILITY NATURAL GAS PIPING 231123-7 COPPER TUBING STEEL PIPE COPPER TUBING STEEL PIPE PIPE SIZE MAXIMUM MAXIMUM MINIMUM MINIMUM Inches HANGER HANGER HANGER ROD HANGER ROD SPACING SPACING DIAMETER DIAMETER Feet Feet Inches Inches 1/2 4 6 3/8 3/8 3/4 6 7 3/8 3/8 1 6 7 3/8 3/8 FACILITY NATURAL GAS PIPING 231123-7 RM ARCHITECTURE FEBRUARY. 2017 CITY OF NEWPORT BEACH FIRE STATION NO. 4INTERIOR RENOVATION 1-1/4 8 7 3/8 3/8 1-1/2 8 9 3/8 3/8 2 8 10 3/8 3/8 2-1/2 8 10 1/2 1/2 3 8 10 1/2 1/2 4 8 10 1/2 5/8 5 8 10 1/2 5/8 6 8 10 5/8 3/4 8 8 10 3/4 3/4 END OF SECTION 23 1123 -8 FACILITY NATURAL GAS PIPING CITY OF NEWPORT BEACH RM ARCHITECTURE FIRE STATION NO. 4 INTERIOR RENOVATION FEBRUARY, 2017 SECTION 26 0060 ELECTRICAL DEMOLITION PART 1 -GENERAL 1.01 SECTION INCLUDES 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 260060-1 RM ARCHITECTURE FEBRUARY, 2017 1.02 SUBMITTALS CITY OF NEWPORT BEACH FIRE STATION NO.4 INTERIOR RENOVATION 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 Fre 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. Non -Salvageable 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 CITY OF NEWPORT BEACH RM ARCHITECTURE FIRE STATION NO.4 INTERIOR RENOVATION FEBRUARY, 2017 PART 3 - EXECUTION 3.01 PREPARATION 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 260060-3 RM ARCHITECTURE FEBRUARY, 2017 CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION 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 RM ARCHITECTURE FIRE STATION NO. 4INTERIOR RENOVATION FEBRUARY, 2017 SECTION 26 0500 COMMON WORK RESULTS FOR ELECTRICAL PART 1 -GENERAL 1.01 SUMMARY 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. ANSI/NEMA FB -1 — Standard for Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit, Electrical Metallic Tubing, and Cable. 3. ANSI/NEMA 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. COMMON WORK RESULTS FOR ELECTRICAL 26 0600 -1 RM ARCHITECTURE FEBRUARY. 2017 CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION C. Terminology: 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 260500-2 COMMON WORK RESULTS FOR ELECTRICAL CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION RM ARCHITECTURE FEBRUARY, 2017 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. 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. COMMON WORK RESULTS FOR ELECTRICAL 260500-3 RM ARCHITECTURE FEBRUARY, 2017 3.02 DELIVERY STORAGE AND HANDLING CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION 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 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 CITY OF NEWPORT BEACH RM ARCHITECTURE FIRE STATION NO. 4 INTERIOR RENOVATION FEBRUARY, 2017 SECTION 26 0519 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 connecto7s 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 THHN1rHWN 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. LOW VOLTAGE ELECTRICAL POWER CONDUCTORS 8 CABLES 260619-1 RM ARCHITECTURE FEBRUARY, 2017 1.05 SUBMITTALS CITY OF NEWPORT BEACH FIRE STATION NO. 4INTERIOR RENOVATION A. Section 01 33 00 - Submittal Procedures: Requirements for submittals. 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, 260619-2 LOW VOLTAGE ELECTRICAL POWER CONDUCTORS & CABLE CITY OF NEWPORT BEACH FIRE STATION NO.4 INTERIOR RENOVATION 2.02 ARMORED 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. 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 LAM. 4. Substitutions: Section 01 60 00 - Product Requirements. RM ARCHITECTURE FEBRUARY. 2017 LOW VOLTAGE ELECTRICAL POWER CONDUCTORS & CABLES 260619-3 RM ARCHITECTURE FEBRUARY, 2017 CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION C. Compression Connectors: 1. ILSCO, Model CRL. 2. Blackburn, Model ATL. 3. Burndy, Model HYLUG/HYLINK. 4. Substitutions: Section 01 60 00 - Product Requirements. 2.05 TERMINATIONS 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. 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. 26 0619 -4 LOW VOLTAGE ELECTRICAL POWER CONDUCTORS & CABLE CITY OF NEWPORT BEACH FIRE STATION NO.4 INTERIOR RENOVATION RM ARCHITECTURE FEBRUARY, 2017 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. H. Size lugs in accordance with manufacturer's recommendations terminating wire sizes. Install 2 - 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 & CABLES 260619-5 RM ARCHITECTURE FEBRUARY, 2017 CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION 260619 -6 LOW VOLTAGE ELECTRICAL POWER CONDUCTORS & CABLE CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION SECTION 26 0526 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 RM ARCHITECTURE FEBRUARY, 2017 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. GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 260626.1 RM ARCHITECTURE FEBRUARY, 2017 1.06 CLOSEOUT SUBMITTALS CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION A. Section 01 70 00 - Execution and Closeout Requirements: Requirements for submittals. 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 0130 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. PART 2 -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: 260526-2 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS CITY OF NEWPORT BEACH RM ARCHITECTURE FIRE STATION NO.4 INTERIOR RENOVATION FEBRUARY, 2017 1. Material: Copper -clad steel. 2. Diameter: 3/4 inch. 3. Length: 10 feet. C. Connector: Connector for exothermic welded connection. 2.02 WIRE A. Material: Stranded copper. B. Foundation Electrodes: 4 AWG or as noted. 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 01 60 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. GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 260526-3 RM ARCHITECTURE CITY OF NEWPORT BEACH FEBRUARY, 2017 FIRE STATION NO. 4 INTERIOR RENOVATION 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. 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 CITY OF NEWPORT BEACH FIRE STATION NO.4 INTERIOR RENOVATION SECTION 26 0529 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS PART 1 -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 RM ARCHITECTURE FEBRUARY, 2017 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 Fre, 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 260629.1 RM ARCHITECTURE FEBRUARY, 2017 1.05 PERFORMANCE REQUIREMENTS CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION A. Firestopping: Conform to CSFM and 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 0133 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 fire 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 specified 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. 260529-2 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS CITY OF NEWPORT BEACH FIRE STATION NO.4 INTERIOR RENOVATION RM ARCHITECTURE FEBRUARY, 2017 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: 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 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. 1.11 ENVIRONMENTAL REQUIREMENTS A. Section 0160 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. PART 2 -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. HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 260629-3 RM ARCHITECTURE FEBRUARY, 2017 CITY OF NEWPORT BEACH FIRE STATION NO. 4INTERIOR RENOVATION 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. 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 lacking. 2.02 FORMED STEEL CHANNEL A. Manufacturers: 1. Cooper B -Line Systems. 2. Panduit Corp. 3. Unistmt 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 specified system description and performance requirements; provide only one type for each similar application. 260529-4 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS CITY OF NEWPORT BEACH FIRE STATION NO, 4 INTERIOR RENOVATION RM ARCHITECTURE FEBRUARY, 2017 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. 5. Firestop Pillows: Formed mineral fiber pillows. C. Calor: 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. HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 260529-6 RM ARCHITECTURE FEBRUARY, 2017 CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION 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. 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. 26 0529 -6 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION RM ARCHITECTURE FEBRUARY, 2017 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: I. 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. 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. HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 260529-7 RM ARCHITECTURE FEBRUARY, 2017 3.09 PROTECTION OF FINISHED WORK CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION 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 260529 -8 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS CITY OF NEWPORT BEACH RM ARCHITECTURE FIRE STATION NO.4 INTERIOR RENOVATION FEBRUARY, 2017 SECTION 26 0533 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS PART 1 -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 260633-1 RM ARCHITECTURE CITY OF NEWPORT BEACH FEBRUARY, 2017 FIRE STATION NO. 4 INTERIOR RENOVATION 1.04 DESIGN REQUIREMENTS 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 for the 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, orientation and locations of outlets mounted above counters, benches, and backsplashes. 260633-2 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS CITY OF NEWPORT BEACH FIRE STATION NO.4 INTERIOR RENOVATION PART 2 -PRODUCTS 2.01 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. 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. RM ARCHITECTURE FEBRUARY, 2017 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. RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS 260533-3 RM ARCHITECTURE FEBRUARY. 2017 CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION B. Product Description: Interlocked steel construction with PVC jacket. C. Fittings: NEMA FB 1. 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 01 60 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 01 60 00 - Product Requirements. 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. 26 0533 -4 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS CITY OF NEWPORT BEACH RM ARCHITECTURE FIRE STATION NO.4 INTERIOR RENOVATION FEBRUARY, 2017 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. C. Size: As noted on drawings. D. Finish: As noted on drawings. 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. 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. 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. RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS 260533-5 RM ARCHITECTURE FEBRUARY, 2017 CITY OF NEWPORT BEACH FIRE STATION NO. 4INTERIOR RENOVATION 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. 2.11 PULL AND JUNCTION BOXES 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. Sheet Metal Boxes: NEMA OS 1, galvanized steel. C. Hinged Enclosures: As specified in Section 26 27 16. 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. 26 0533 -6 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS CITY OF NEWPORT BEACH FIRE STATION NO.4 INTERIOR RENOVATION RM ARCHITECTURE FEBRUARY, 2017 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 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. Q. 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. RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS 260533-7 RM ARCHITECTURE CITY OF NEWPORT BEACH FEBRUARY, 2017 FIRE STATION NO. 4INTERIOR RENOVATION 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. 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 corner 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. 260533-8 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS CITY OF NEWPORT BEACH RM ARCHITECTURE FIRE STATION NO. 4 INTERIOR RENOVATION FEBRUARY, 2017 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 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS 260533 -9 RM ARCHITECTURE CITY OF NEWPORT BEACH FEBRUARY, 2017 FIRE STATION NO. 4INTERIOR RENOVATION 260533-10 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS CITY OF NEWPORT BEACH RM ARCHITECTURE FIRE STATION NO.4 INTERIOR RENOVATION FEBRUARY, 2017 SECTION 26 0548 SEISMIC CONTROLS FOR ELECTRICAL WORK PART1-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 Bolts 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. SEISMIC CONTROL FOR ELECTRICAL WORKS 260648.1 RM ARCHITECTURE FEBRUARY, 2017 CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION C. Product Certificates: Signed by manufacturers of seismic restraints certifying that products furnished comply with requirements. 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. 260648-2 SEISMIC CONTROL FOR ELECTRICAL WORKS CITY OF NEWPORT BEACH RM ARCHITECTURE FIRE STATION NO. 4 INTERIOR RENOVATION FEBRUARY, 2017 9. Unistrut Corporation. 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. 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 at one 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 CONTROL FOR ELECTRICAL WORKS 260548-3 RM ARCHITECTURE CITY OF NEWPORT BEACH FEBRUARY, 2017 FIRE STATION NO. 4INTERIOR RENOVATION PART 3 - EXECUTION 3.01 APPLICATION 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: Bolt 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. 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. 260648-4 SEISMIC CONTROL FOR ELECTRICAL WORKS CITY OF NEWPORT BEACH FIRE STATION NO.4 INTERIOR RENOVATION RM ARCHITECTURE FEBRUARY, 2017 C. Cable Braces: Install with maximum cable slack recommended by manufacturer. 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: 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 CONTROL FOR ELECTRICAL WORKS 260548-6 RM ARCHITECTURE CITY OF NEWPORT BEACH FEBRUARY, 2017 FIRE STATION NO. 4 INTERIOR RENOVATION 260548-6 SEISMIC CONTROL FOR ELECTRICAL WORKS CITY OF NEWPORT BEACH FIRE STATION NO.4 INTERIOR RENOVATION SECTION 26 05 53 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. RM ARCHITECTURE FEBRUARY, 2017 B. Product Data: 1. Submit manufacturer's 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. IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553-1 RM ARCHITECTURE FEBRUARY. 2017 CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION D. Protect insulation from weather and construction traffic, dirt, water, chemical, and mechanical damage, by storing in original wrapping. 1.06 ENVIRONMENTAL REQUIREMENTS 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. PART 2 -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. 260553-2 IDENTIFICATION FOR ELECTRICAL SYSTEMS CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION 2.05 STENCILS RM ARCHITECTURE FEBRUARY, 2017 A. Furnish materials in accordance with Stale of California Public Work's standards. B. Stencils: With clean cut symbols and letters of following size: 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. IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553-3 RM ARCHITECTURE FEBRUARY, 2017 CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION E. Stencil Installation: 1. Apply stencil painting in accordance with Section 09 90 00. F. Underground Warning Tape Installation: 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 CITY OF NEWPORT BEACH RM ARCHITECTURE FIRE STATION NO. 4 INTERIOR RENOVATION FEBRUARY, 2017 SECTION 26 2726 WIRING DEVICES PART1-GENERAL 1.01 SUMMARY A. Section includes wall switches; wall dimmers; receptacles; multioutlet assembly; and device plates and decorative box covers. 1.02 REFERENCES A. National Electrical Manufacturers Association: 1. NEMA WD 1 - General Requirements for Wiring Devices. 2. NEMA WD 6 -Wiring Devices -Dimensional Requirements. 1.03 SUBMITTALS A. Section 01 33 00 - Submittal Procedures: Submittal procedures. B. Product Data: Submit manufacturer's catalog information showing dimensions, colors, and configurations. C. Samples: Submit two samples of each wiring device and wall plate illustrating materials, construction, color, and finish. 1.04 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years experience. 1.05 EXTRA MATERIALS A. Section 01 70 00 - Execution and Closeout Requirements: Spare parts and maintenance products. B. Furnish 20 of each style, size, and finish wall plate. PART2-PRODUCTS 2.01 WALL SWITCHES A. Manufacturers: 1. Cooper Wiring Devices. 2. Hubbell, Inc. 3. Leviton Manufacturing Company. 4. Pass and Seymour. 5. Substitutions: Section 01 60 00 - Product Requirements, B. Product Description: NEMA WD 1, Heavy -Duty, AC only general -use snap switch. C. Body and Handle: Ivory plastic with toggle handle. WIRING DEVICES 262726-1 RM ARCHITECTURE CITY OF NEWPORT BEACH FEBRUARY, 2017 FIRE STATION NO. 4 INTERIOR RENOVATION D. Indicator Light: Separate pilot strap; red color lens. E. Locator Light: Lighted handle type switch; red color handle. F. Ratings: Match branch circuit and load characteristics. 2.02 WALL DIMMERS A. Manufacturers: 1. Cooper Wiring Devices. 2. Hubbell, Inc. 3. Leviton Manufacturing Company. 4. Pass and Seymour. 5. Substitutions: Section 01 60 00 - Product Requirements. B. Product Description: NEMA WD 1, Type I semiconductor dimmer for incandescent lamps. C. Body and Handle: Ivory plastic with linear slide. D. Voltage: 120 -277 volts. E. Power Rating: Match load shown on drawings; 600 watts minimum. F. Accessary Wall Switch: Match dimmer appearance. 2.03 RECEPTACLES A. Manufacturers: 1. Cooper Wiring Devices. 2. Hubbell, Inc. 3. Leviton Manufacturing Company. 4. Pass and Seymour. 5. Substitutions: Section 01 60 00 - Product Requirements. B. Product Description: NEMA WD 1, Heavy-duty general use receptacle. C. Device Body: Ivory plastic. D. Configuration: NEMA WD 6, type as indicated on Drawings. E. Convenience Receptacle: Type 5-20. F. GFCI Receptacle: Convenience receptacle with integral ground fault circuit interrupter to meet regulatory requirements. 2.04 WALL PLATES A. Manufacturers: 1. Cooper Wiring Devices. 2. Hubbell, Inc. 3. Leviton Manufacturing Company. 4. Pass and Seymour. 5. Substitutions: Section 01 60 00 - Product Requirements. 262726-2 WIRING DEVICES CITY OF NEWPORT BEACH FIRE STATION NO.4 INTERIOR RENOVATION RM ARCHITECTURE FEBRUARY, 2017 B. Cover Plate: Provide standard plate for all convenience outlets, voice/data and similar outlets, equal to Hubbell 302/304 stainless steel. C. Jumbo Cover Plate: Provide standard plate for all convenience outlets, voice/data and similar outlets, equal to Hubbell 302/304 stainless steel. D. Weatherproof Cover Plate: Gasketed cast galvanized metal plate with threaded and gasketed device cover. 2.05 MULTIOUTLET ASSEMBLY A. Manufacturers: 1. Cooper Wiring Devices. 2. Hubbell, Inc. 3. Leviton Manufacturing Company. 4. Pass and Seymour. 5. Substitutions: Section 01 60 00 - Product Requirements. B. Multi -outlet Assembly: Sheet metal channel with fitted cover, with pre -wired receptacles, suitable for use as multi -outlet assembly. C. Size: As indicated on Drawings. D. Receptacles: Furnish covers and accessories to accept convenience receptacles specified in this Section. E. Receptacle Spacing: As indicated on Drawings. F. Receptacle Color: Black. G. Channel Finish: Ivory enamel. H. Fittings: Furnish manufacturer's standard couplings, elbows, and connectors PART 3 - EXECUTION 3.01 EXAMINATION A. Section 01 30 00 - Administrative Requirements: Coordination and project conditions. B. Verify outlet boxes are installed at proper height. C. Verify wall openings are neatly cut and completely covered by wall plates. D. Verify branch circuit wiring installation is completed, tested, and ready for connection to wiring devices. 3.02 PREPARATION A. Clean debris from outlet boxes. 3.03 EXISTING WORK A. Disconnect and remove abandoned wiring devices. WIRING DEVICES 26 2726 -3 RM ARCHITECTURE FEBRUARY, 2017 CITY OF NEWPORT BEACH FIRE STATION NO. 4 INTERIOR RENOVATION B. Modify installation to maintain access to existing wiring devices to remain active. C. Clean and repair existing wiring devices to remain or to be reinstalled. 3.04 INSTALLATION A. Install devices plumb and level. B. Install switches with OFF position down. C. Install wall dimmers to achieve full rating specified and indicated after derating for ganging as instructed by manufacturer. D. Do not share neutral conductor on load side of dimmers. E. Install receptacles with grounding pole on top. F. Connect wiring device grounding terminal to outlet box with bonding jumper and branch circuit equipment grounding conductor. G. Install wall plates on flush mounted switches, receptacles, and blank outlets. H. Install decorative plates on switch, receptacle, and blank outlets in finished areas. I. Connect wiring devices by wrapping solid conductor around screw terminal. Install stranded conductor for branch circuits 10 AWG and smaller. When stranded conductors are used in lieu of solid, use crimp on fork terminals for device terminations. Do not place bare stranded conductors directly under device screws. J. Use jumbo size plates for outlets installed in masonry walls. K. Install galvanized steel plates on outlet boxes and junction boxes in unfinished areas, above accessible ceilings, and on surface mounted outlets. 3.05 INTERFACE WITH OTHER PRODUCTS A. Coordinate locations of outlet boxes provided under Section 26 05 33 to obtain mounting heights as specified or as indicated on drawings. B. Install wall switch 48 inches above finished floor. C. Install convenience receptacle 18 inches above finished floor. D. Install convenience receptacle 6 inches above counter or centered in back splash of counter. E. Install top of dimmer 48 inches above finished floor. F. Coordinate installation of wiring devices with floor box service fittings provided under Section 26 05 34. 3.06 FIELD QUALITY CONTROL A. Section 01 40 00 - Quality Requirements, 01 70 00 - Execution and Closeout Requirements: Field inspecting, testing, adjusting, and balancing. 262726-4 WIRING DEVICES CITY OF NEWPORT BEACH RM ARCHITECTURE FIRE STATION NO.4 INTERIOR RENOVATION FEBRUARY, 2017 B. Inspect each wiring device for defects. C. Operate each wall switch with circuit energized and verify proper operation. D. Verify each receptacle device is energized. E. Test each receptacle device for proper polarity. F. Test each GFCI receptacle device for proper operation. 3.07 ADJUSTING A. Section 01 70 00 - Execution and Closeout Requirements: Testing, adjusting, and balancing. B. Adjust devices and wall plates to be flush and level. 3.08 CLEANING A. Section 01 70 00 - Execution and Closeout Requirements: Final cleaning. B. Clean exposed surfaces to remove splatters and restore finish. END OF SECTION WIRING DEVICES 262726-6 RM ARCHITECTURE CITY OF NEWPORT BEACH FEBRUARY, 2017 FIRE STATION NO. 4 INTERIOR RENOVATION 262726 -6 WIRING DEVICES CITY OF NEWPORT BEACH FIRE STATION NO.4 INTERIOR RENOVATION SECTION 26 5100 INTERIOR AND EXTERIOR LIGHTING PART 1 -GENERAL 1.01 SECTION INCLUDES A. Interior luminaires. B. Lamps. C. Luminaire accessories. D. LED power supplies, dimmable and non -dimmable. 1.02 RELATED REQUIREMENTS A. Section 26 05 29 - Hangers and Supports for Electrical Systems. B. Section 26 05 33 — Raceway and Boxes for Electrical Systems. C. Section 26 27 26 -Wiring Devices. 1.03 REFERENCE STANDARDS RM ARCHITECTURE FEBRUARY, 2017 A. General: Refer to most recent edition or edition adopted by authorities having jurisdiction, including all applicable amendments and supplements. B. ANSI C78.379 - American National Standard for Electric Lamps — Reflector Lamps — Classification of Beam Patterns. C. IESNA LM -63 - ANSI Approved Standard File Format for Electronic Transfer of Photometric Data and Related Information; Illuminating Engineering Society. D. NECA 1 - Standard for Good Workmanship in Electrical Construction; National Electrical Contractors Association. E. NECA/IESNA 500 - Standard for Installing Indoor Commercial Lighting Systems; National Electrical Contractors Association. F. NEMA WD 6 - Wiring Devices - Dimensional Requirements; National Electrical Manufacturers Association. G. NFPA 70 - National Electrical Code; National Fire Protection Association. H. California Electrical Code - NFPA 70 National Electrical Code with State of California amendments, latest edition. I. NFPA 101 - Life Safety Code; National Fire Protection Association. J. UL 1598 - Luminaires. K. UL 8750 - Light Emitting Diode (LED) Equipment for Use in Lighting Products. INTERIOR AND EXTERIOR LIGHTING 265100-1 RM ARCHITECTURE FEBRUARY, 2017 1.04 ADMINISTRATIVE REQUIREMENTS CITY OF NEWPORT BEACH FIRE STATION NO. 4INTERIOR RENOVATION A. Coordination: 1. Coordinate the installation of luminaires with mounting surfaces installed under other sections or by others. Coordinate the work with placement of supports, anchors, etc. required for mounting. Coordinate compatibility of luminaires and associated trims with mounting surfaces at installed locations. 2. Coordinate the placement of luminaires with structural members, ductwork, piping, equipment, diffusers, fire suppression system components, and other potential conflicts installed under other sections or by others. 3. Notify Architect of any conflicts or deviations from the contract documents to obtain direction prior to proceeding with work. 1.05 PERFORMANCE REQUIREMENTS A. All lighting products as herein after specified shall be a standard product of the manufacturer, and shall consist of components that will be readily available for future replacement for period of (3) years. B. Provide all lighting fixtures as shown complete with all hardware necessary to install fixtures. C. Luminaire shall be free of light leaks. D. Luminaire suitable for use in max. ambient temperatures of 35°C (957) and minimum ambient operating temperature of -20°C (-4°F) for standard, 0-10V dimming driver. The Minimum ambient operating temperature for the driver is 0°C (32°F). E. LED package shall be designed around the lumen maintenance of 87% at 60,000 hrs. and is to be expected to achieve L70 at 100,000 hrs. F. All wiring shall be adequate for LEDs, Driver and Voltage requirements. 1.06 SUBMITTALS A. Shop Drawings: 1. Indicate dimensions and components for each luminaire that is not a standard product of the manufacturer. B. Product Data: Provide manufacturer's standard catalog pages and data sheets including detailed information on luminaire construction, dimensions, ratings, finishes, mounting requirements, listings, service conditions, photometric performance, installed accessories, and ceiling compatibility; include model number nomenclature clearly marked with all proposed features. C. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by product testing agency. Include instructions for storage, handling, protection, examination, preparation, and installation of product. D. Operation and Maintenance Data: Instructions for each product including information on replacement parts. 1.07 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Conform to requirements of NFPA 70 and NFPA 101. 265100-2 INTERIOR AND EXTERIOR LIGHTING