Loading...
HomeMy WebLinkAboutC-7523-2 - Marina Park Office AdditionCITY OF NEWPORT BEACH NOTICE INVITING BIDS All electronic bids shall be submitted via PlanetBids to the office of the City Clerk at 100 Civic Center Drive, Newport Beach, CA 92660 no later than 2:00 PM on the 6th day of February, 2019, at which time such bids shall be opened and read for MARINA PARK OFFICE ADDITION Contract 7523-2 $ 55,000 Engineer's Estimate Approvel by Mica J. Sinacori Acting City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: hftp://www.planetbids.com/portal/portal.cfm?CompanvlD=22078 There is NO pre-bid meeting scheduled for this Project. All Bidders are encouraged to visit the job site and familiarize themselves with the required work before bidding. conv nlans arP availahle via Santa Ana Blue Print at (949)756-1001 Located at 2372 Morse Avenue, Irvine, CA 92614 Contractor License Classification required for this project: "B" For further information, call Fong Tse, Project Manager at (949) 644-3321 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://newportbeachca gov/government/open-transparent/online-services/bids-rfps- vendor-registration City of Newport Beach MARINA PARK OFFICE ADDITION Contract No. 7523-2 TABLE OF CONTENTS NOTICEINVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS...................................................................................... 3 BIDDER'S BOND............................................................................................................ B DESIGNATION OF SUBCONTRACTOR(S)...................................................................9 TECHNICAL ABILITY AND EXPERIENCE_ REFERENCES ............................................ 9 NON -COLLUSION AFFIDAVIT ........................................ DESIGNATION OF SURETIES ............ ...... .. .. .......................... .................. .... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD....................................................15 ACKNOWLEDGEMENT OF ADDENDA.......................................................................1 B INFORMATION REQUIRED OF BIDDER..................................................................... 19 NOTICE TO SUCCESSFUL BIDDER........................................................................... 21 CONTRACT................................................................................................................. 22 LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A FAITHFUL. PERFORMANCE BOND........................................................... Exhibit B INSURANCE REQUIREMENTS.................................................................Exhibit C PROPOSAL.............................................................................................................. PR -1 SPECIALPROVISIONS............................................................................................ SP -1 K, City of Newport Beach MARINA PARK OFFICE ADDITION Contract No. 7623-2 INSTRUCTIONS TO.SIDDERS The following documents shall be completed, executed, uploaded and received by the City Clerk via PlanetBids in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office) DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor Information to be submitted 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; Contractor shall confirm via PlanetBids) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ACKNOWLEDGEMENT (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. 2"d 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. An Original copy is to be submitted to the City Clerk's Office prior to the Bid Opening Date. 5. The estimated quantities Indicated In the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 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 at seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per them 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 (416) 703.4774, and requeatfng one from the Department of Industrial Relations, All parties to the contract shall be governed by all provisions of the Calffomla 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 at 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 mall or certified mall 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 for which 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 4 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 br 597589 A/13/C10/C51 Contractor's License No. & Classification 1000002925 DIR Registration Number & Expiration Date 2-5-19 Date Metro Builders and Engineers Group Ltd. Bidder CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE $1189 A notary public or other offlcer completing this certificate verifies only the Identify of the Individual who signed the document to which this certificate Is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of Q _ ) On before me, Date personally appeared and Title of the Offlcer Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be th emonos/Whose name s[i cribed to the within instrume t and ackngqw�IIee�g1ged to me that a he/t y executed th semis s/he heir authorized capaclty s), and that by`kis/.Aer/their signatur n the Instrument the person or a entity upon behalf of which the person(�ted, executed the i strument. SHELLY JEAN IRVINE Notary Public - California erangeCounty Commisslon r 2195265 My Comm, EvIres May 1,2021 - Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of Callfomla that the foregoing paragraph is true and correct. WITNESS my hand and official seal. 1 Signature Q— Sign of Notary Public OPTIONAL Though this section is optional, completing this Information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: _ ❑ Corporate Officer — Tltle(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual Ll Attorney In Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Number of Pages: Signer's Name: _ ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: _.'�Qc�s: • 'W7�>�J. a`L'h`?c�'.c_G"$G`€CE? 02016 National Notary Association • www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Iter ft5907 City of Newport Beach MARINA PARK OFFICE ADDITION Contract No. 7523-2 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 MARINA PARK OFFICE ADDITION, Contract No. 7523.2 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 5TH day Of FEBRUARY 2019, TL VETERANS CONSTRUCTION, INC. Name of Contractor (Principal) UNITED STATES FIRE INSURANCE COMPANY Name of Surety 305 MADISON AVE. #3C MORRISTOWN, NJ 07962 Address of Surety 973-490-6600 Telephone Authorized Signature itle Z'� 41e� Authorized Agent Signature KEVIN VEGA, ATTORNEY -in -FACT Print Name and Title (Notary acknowledgment of Principal & Stared must be attached) PO W ER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE - MORRISTO WN, NEW JERSEY 04594432919 KNOW ALL MEN BY THESE PRESENTS: That United States Fire Insurance Company, a corporation duly organized and existing under the laws of die state of Delaware, has made, constituted mid appointed, and does hereby make, constitute and appoint: Philip E. Vega, Kevin Vega, Britton Christiansen, Myrna Smith each, its hue 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 olid 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, 2020. This Power of Attomey 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 ol'Instrumenls - Except as the Board of Directors may authorize by resolution, the Chairman of the Board, President, any Vice -President, any Assistant Vice President, die 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, 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 of the Corporation. Article Ill, 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 behalf 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 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 WITNESS WHEREOF, United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer mid its corporate seal hereunto affixed this I 01 day of March, 2016. UNITED STATES FIRE. IN.RIIRA NCE COMPANY Anthony R. Slimowicz, Executive Vice President Stale of New Jersey) County of Morris i On this 10"' 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 of United States Fire Insurance Company thereto by the authority of his office. / SOMA SCALA ejgy_ _V' NOTARY PUBLIC OF NEW JERSEY Sonia Scala (Notary Public) MY COMMISSION EXPIRES3125@019 1, the undersigned officer of United States Fire Insurance Company, a Delaware corporation, do hereby certify that the original Power of Attorney of 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 file 5th day of Feb. 2019 UNITED STATES FIRE INSURANCE COMPANY r At 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 02/05/2019 before me, PHILIP VEGA, NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared Kevin Vega, Attorney -in -Fact Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the personK whose name( Is/ate subscribed to the within instrument and acknowledged to me that he/eke/fhoy executed the same in his/insfAheir authorized capacity(tes), and that by his/hec/Meix signatures) on the instrument the person(s), or the entity upon behalf of which the person(* acted, executed the instrument. µtorr _ F�$�N.0`rARY PVEGA 2152111 2 ®LIC•CALIfORNIA°^ 'MC0MU, EAP Los AHOELES 2020 aao 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 Signature Signature WN%tar/ 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: ©2014 National Notary Association • www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 City of Newport Beach Contract No. 7623-2 DE§IGNATION OF 8 CON CT 01. AFF VIT 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 Sn S ecifications-for Pubic 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 subcontractors as listed In the Bidder's electronic bid 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 Clrt, of ru—.. A m-6 Metro Builders and Engineers Group Ltd. Bidder 2-5-19 Date 597589 Contractor License Number City of Newport Beach MARINA PARK OFFICE ADDITION Contract No. 7623-2 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this formlll Please print or type. Bidder's Name Metro Builders and Engineers Group Ltd. 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 $120,000, provide the following information: No. 1 Project Name/Number Indiana Street Pumping Plant Generator Installation Project Description Installation of facility to house a standby generator. Approximate Construction Dates: From 5/31/2016 To: 9/15/2017 Agency Name Los Angeles County Sanitation District (LACSD) Contact Person Ignacio Murillo Telephone ( ) (562) 906-4288 1,690,346.00 Original Contract Amount $ Final Contract Amount $ 1 690, 346.00 If final amount is different from original, please explain (change orders, extra work, etc.) n/a 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. 2 Project Name/Number Marina Park Seat Wall Project Description Reinforcing concrete walls. Approximate Construction Dates: From 5/3/17 To: 5/26/2017 Agency Name City of Newport Beach Contact Person Fong Tse Telephone( )949) 644-3321 63,000.00 Original Contract Amount $ Final Contract Amount $ $63,000.00 If final amount is different from original, please explain (change orders, extra work, etc.) n/a 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 Berth 142 Crane Maintenance Building Project Name/Number Project Description Construction of a steel framed building. Approximate Construction Dates: From 9/10/15 To: 5/22/2017 Agency Name Port of Los Angeles - Harbor Department Contact Person Jill Shimamoto Telephone ( ) (310) 732-7634 6, 8 ,5 9.00 Original Contract Amount $ Final Contract Amount $$6,489,559.00 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. 11 No. 4 Project Name/Number Lift Station 80-03 Structural Repairs Project Description Remove and replace access hatch Approximate Construction Dates: From To: 2/1/2017 Agency Name Coachella valley Water District Contact Person Brian Korcok Telephone( ) c76o1 e- eel 107,941.01 Original Contract Amount $ Final Contract Amount $ $107,941.01 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.6 Diesel Exhaust Fluid ( DEF) Systems and Sand System Project Name/Number Y Project Description Installation of diesel exhaust fluid system. Approximate Construction Dates: From 8/24/16 11/4/2016 Agency Name Southern California Regional Rail Authority Contact Person Sonny Ibrahim Telephone( ) (213) 452-0436 Original Contract Amount $Q53,075.0Flnal Contract Amount $ $3, 053, 075. oo 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. n/a 12 No. 6 Project Name/Number Modif ications to City Hall Pedestrian Bridge Support Project Description Upgrades to the pedestrian bridge Approximate Construction Dates: From 5/11/2016 To: 8/30/2016 Agency Name City of Anaheim Contact Person Caster Williams Telephone( ) 1714) 765-5176 Original Contract Amount 9,180.00 Final Contract Amount $ $99,180.00 If final amount is different from original, please explain (change orders, extra work, etc.) n/a 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 sufficiently comprehensive to permit an appraisal of the Contra conditions. Metro Builders and Engineers Group, Ltd. Bidder 13 other information current financial City of Newport Beach MARINA PARK OFFICE ADDITION Contract No. 7523-2 NON -COLLUSION AFFIDAVIT State of Callfornla ) )GS. County of Orange ) Fouad Houalla beingg first dulyy sworn, deposes and says that he or she is Pr ident of MBAEGL 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 bld are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the going Is true and correct. Metro Builders and Engineers Group, Ltd. Bidder Subscribed and sworn to (or affirmed) before me on this 2 dly of 05 '2019 by Shelly Irvine proved to me on the 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 Calif hat the foregoing paragraph is true and correct. SHELLYMAN IRVINE Notary Public - Callfornla Not P }� Oraniiye County \_ SEAL CommixlPIRR May 65 1,2 A p [SEAL] My comm, Evplra May 1, tail TV� My Commission Expires S 14 City of Newport Beach MARINA PARK OFFICE ADDITION Contract No. 7623-2 DESIGNATION OF SURETIES Bidder's name Metro Builders and Engineers Group, Ltd. 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): Cavignac and Associates 15 City of Newport Beach MARINA PARK OFFICE ADDITION Contract No. 7523-2 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 Amount of 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 MARINA PARK OFFICE ADDITION, Contract No. 7623-2 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 5th day of February 2019. Metro Builders & Engineers Group, Ltd. Name of Contractor (Principal) SureTec Insurance Company Name of Surety 1330 Post Oak Blvd. Suite 1100 Houston, TX 77056 Address of Surety (619) 400-4100 Telephone Brittany Aceves, Attorney -in -Fact Print Name and Title (Notary acknowledgment of Principal & SUre!y must be attached) N President POA Ht 510030 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know An Mex by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office In Houston, Harris County, Texas, does by these presents make, constitute and appoint Jeffrey W. Cavlgnac, James P. Schaborum 11, Jose Hamilton, Erin A. Greene, Brittany Aceves its true and lawful Attorney -in, -fact, with full power and authority hereby confbrred in Its time, place and stead, to execute, acknowledge and deliver any and all bonds, recognizancm, undertakings or othnr Instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for, providing the bond penalty does not exceed Five Million and 00/100 Dollars ($6,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey-in-Pact may do in the premises. Said appointment shall continue in force until 12r31120te and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice -President any Assistant Vice- President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-pact to represent and act for and on behalf of the Company subject to the following provisions: Atmeney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, my and all bonds, recognizances, contracts, agreements or indemnity unit other conditional or obligatory undertakings and my and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be It Resolveei that the signature of my authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or . any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and bindhig upon the Company with respect to my bond or undertaking to which it is attached. (Adopted at a meeting held on 20'^ of April, 1999) Lt Witness W/tereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, find its corporate seal to be hereto affixed this stn day of fie=amber, A.D, 2017 . U�No SURETEC RAN E ANY . t v By: State of Texas as: JobnICnoa .,. real at County of Harris ..._,..• On this stn day of oucemao,, A.D. 2017 before me personally came John Knox Jr., to me known, who, being by meduly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument, that he knows the seal of said Company; that the seal affixed to said instrument Is such corporate seal; that It was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. XENIA CHAVEZ f Notary Public, State of Texas ` Comm. r , o Notary ID12911786920 X a avez, Notary Public y commission expires September 10, 2020 I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in fell force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. FEB Given under my hand and the seal of said Company at Houston, 'texas this � dAy of 4 a 2 J W _ J A.D. Ant Befty, Assistant Seketaty Any Instrument Issued In excess of the penalty stated above Is totally void and without any validity. For vodfloetlon of the authority of Oils power you may call (713) 872-0800 any business day between 8:00 atm and 6:00 pm CST. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 - ,,..Y..�ir..s n<•+.arc. .cx,:.x%<�€ ... A notary public or other officer completing this certificate verifies only the identity of the Individual who algned the document to which this certificate Is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of. _C�(j r_.�i On Pto r 2D 101 before me, 1 ona,l{jl o� {doll C, Date Hgre Insert Na and 77tle of th fflcer personally appeared Signer(s) who proved to me on the basis of satisfactory evidence to be the p on(s) whose name(sroare subscribed to the within Instrument and acknowled ed to me #hat he�ata�/they executed the same In his(tfpT/their authorized capacity(ies), and that by hit their signature(s) on the Instrument the person(s), or the entity upon behalf of which the person(s) act 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. BETHANY J. MONGOLO WITNESS my hand and official seal. Notary public callfocnIa San Diego County commblion R 2193531 My Comm. Eqr� �re�,221 Signature ax lwr`w.�n S ature of No�� 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: T` Document Date: Signer(s) Other Than Named Above: CapacltAles) Claimed by Signer(s) Signer's Name: El Corporate Officer — Tltle(s): ❑ Partner — CI Limited ❑ General ❑ individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Corporate Officer — Tltle(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact CJ Trustee ❑ Guardian or Conservator ❑ Other: _ Signer Is Representing: . e . �r:'i;:' >� ..: a :::.'�4'1C.'e.... ✓:Pa:' {: C[:'.•iqt:.(✓.L.u:�^{.(Y':.LS�YGGi.G ..e: ...:.GCVG�S:<.,.�%vSGV<�:'v job or termination of i ne inrormation 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. City of Newport Beach Marina Park Office Addition Contract No. 7523-2 CONTRACTOR'S INDUSTRIAL. SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name Metro Builders and Engineers Group Ltd. Record Last Five (5) Full Years Current Year of Record Current Record Record Record Record Record Year of for for for for for Record 2016 2015 2014 2013 2012 Total 2017 Noof contracts 6 14 5 6 10 7 48 Total dollar _ Amount of Contracts (in 17746.9 19923.636234.1 73330.8 50634.5 Thousands of $) 50634.6 52906.7 No. of fatalities p p p 0 0 0 0 Noof lost Workday Cases 0 0 0 2 1 0 3 No. of lost -- workday cases involving permanent 0 0 0 0 0 0 transfer to another 0 job or termination of i ne inrormation 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. Legal Business Name of Bidder Metro Business and Engineers Group, ltd. Business Address: 2510 Avon St. Business Tel. No.: X54-515-4350 State Contractor's License No. and Classification 597589 A/B/C].0/C51 Title 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. i Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title 2-5-19 Presid 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. [NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI 17 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 9188 � �`�° - _ _ d�>�id��-iC��4di(`�Yi(✓-CaY•1(id"e�`i. 3yn.^'-•.-�- A ` A notary public or other officer completing this certificate verifies only the Identity of the Individual who signed the I document to which this certificate Is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of _ ) On I �_. before me, Date personally appeared Name(s) of Signer(s) Title of the Officer who proved to me on the basis of satisfactory evidence to be th ersoRKwhose namp(��Jre u ribed to the within Instrumeppii and ackno ed to ms thethe/tFiey executed the same in Iqladbitr/their authorized capaclty(l�s), and that by is/h r/their signature 5n the Instrument the perso or the entity upon behalf of which the person, w"d ed, executed the Instrument. SHELLYJEAN IpVINE Notary Public - California Orange Courtly ] Commlrslon 02195265 9 My Comm,fxPIMMayl,2021 rwro+�r. 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. At of Notary A 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: _ Signer(s) Other Than Named Above: Copecityges) Claimed by Slgner(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney In Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: _ ❑ Corporate Officer — Tltle(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual FI Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02016 National Notary Association • www.NationaiNotary.org - 1 -800 -US NOTARY (1-800-876-6827) Item #5907 City of Newport Beach MARINA PARK OFFICE ADDITION Contract No. 7523.2 ACKNOWLEDGEMENT OF ADDENDA Bidder's name Metro Builders and Engineer I s Group, Ltd. "rhe bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: re U City of Newport Beach MARINA PARK OFFICE ADDITION Contract No. 7623-2 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: Metro Builders and Engineers Group, Ltd. Business Address: 2610 Avon St, Newport Beach, California Telephone and Fax Number: 954-515-4350 f: 954-515-4351 California State Contractor's License No, and Class:597589 A/B/C10/C51 (REQUIRED AT TIME OF AWARD) Original Date Issued: 07/03/1990 Expiration Date: 7-31-20 DIR Registration Number: 1.000002925 Expiration Date: 6-30-19 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: Kerim Tricic The following are the names, titles, addresses, and phone numbers of all Individuals, firm members, partners, joint ventures, and company or corporate officers having a principal Interest in this proposal: Name Title Address Telephone Fouad Houalla President 2610 Avon street, Newport Beach 949-515-4350 Corporation organized under the laws of the State of California The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: n/a All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: n/a For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: 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. n/a Have you ever failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor coliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes 1 �Jcj 20 Are any claims or actions unresolved or outstanding? Yes G If yes to any of the above, explain. (Attach additional sheets, if necessary) n/A Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. Metro Builders and Engineers Group Tit d. Bidder Fouad Houalla (Print name of Owper or President of Corporation/ pany) Authorized Presi I Itle 2-5-19 Date On 2-5-19 betoreme, Shelly Irvine Notary Public, personally appeared Fouad HOUalla who proved to me on the basis of satisfactory evidence to be the perao whose name�ej a subscribed to the within Instr ent and wledged to me the he/they executed the aer�fjje I er/their authorized capacity ), and t hi her/their signature on the Instrument the peraorDw,, or the entity upon behalf of which the per on(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. N"rYf� . for said My Commission Expires: 6 I ?mak 21 SHELLY JEAN IRVINE Notary Public-Calltomi6 7 oranga County Commlatlon 12195265 My comm. Who May 1, 2021 0.9 City of Newport Beach MARINA PARK OFFICE ADDITION Contract No. 7523-2 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. Vt MARINA PARK OFFICE ADDITION CONTRACT NO. 7523-2 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 25th day of February, 2019 ("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 520 S. La Fayette Park Place, #101, Los Angeles, California 90057, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: The work necessary for the completion of this contract consists of obtaining building permits, removing and disposing of certain interior portions of the Marina Park building at 1600 West Balboa Boulevard, and constructing an office addition, new carpeting and reception counter at the Facility (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. 7523-2, 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 Fifty Two Thousand Eight Hundred Dollars ($52,800.00). 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 Harrison 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 6.1 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 TL Veterans Construction, Inc. Page 2 payment. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 6.2 To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractor to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 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. 520 S. La Fayette Park Place, #101 Los Angeles, CA 90057 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are TL Veterans Construction, Inc. Page 3 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 (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 TL Veterans Construction, Inc. Page 4 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. 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 and all persons and entities owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services shall not be responsible in any manner for any loss or damage to any of the materials or other things used or TL Veterans Construction, Inc. Page 5 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, 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 (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 16.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. TL Veterans Construction, Inc. Page 6 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 172 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et sec., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act and/or Government Code §§ 1090 et sea., Contractor shall conform to all requirements therein. 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 parry 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) TL Veterans Construction, Inc. Page 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. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Contract and any other attachments attached hereto, the terms of this Contract shall govern. 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, TL Veterans Construction, Inc. Page 8 ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 20.10 No Attorney's Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project site, has become familiar with the local conditions under which the Work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 22. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 23. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] TL Veterans Construction, Inc. Page 9 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date. 9 /.Xr4q By: ' Aaron C. Harp AW2.12-19 City Attorney ATTEST: V 11 Date: Iq I RMIM : t"mwl CITY OF NEWPORT BEACH, a Californi municipal corporation nnfa- IHIG r Public Works Director CONTRACTOR: TL Veterans Construction, Inc., a California corporation Date: By: Signed in Counterpart Theodore Gregory 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: 2 ArZi By :r Aaron C. Harp 2.12-11 City Attorney ATTEST: Date: By: Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: David A. Webb Public Works Director CONTRACTOR: TL Veterans Construction, Inc., a Ca ifornia corporation Date: 3 /8Zap/ Theodore Gregory 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 2 ORIGINAL COUNTERPARTS EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 602-120955-6 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 1,320.00 , 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 the work necessary for the completion of this contract consists of obtaining building permits, removing and disposing of certain interior portions of the Marina Park building at 1600 West Balboa Boulevard, and constructing office addition, new carpeting and reception counter at the Facility 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 UNITED STATES 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 Fifty Two Thousand Eight Hundred Dollars and 00/100 ($52,800.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. TL Veterans Construction, Inc. Page B-1 Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 10TH day of APRIL 12019 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 APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: S'l-IM By: ron C. Harp City Attorney ZLA v, Authorized Signature/Tit� 2--L Authorized Agent SignatLfre KEVIN VEGA, ATTORNEY -in -FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED TL Veterans Construction, Inc. Page B-2 ACKNOWLEDGMENT A notary public or other officer completing this, certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ,Gar 0? r ) ss. On 20 before me,6 �o�yoo Notary Pubic, perso ally appeared i�q rri oma y�i .GQ z who proved to me on the basis of satisfactory evidence to be the per on(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 signatures(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. 10 BOG Y00 WITNESS my hand a d official I. S COMM. a2t8taat A zrc • '� Notary Public -California r,�y� Los Angeles County � > ' M Comm. Ex;�iresP Jan._, 2021 Signatures (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of }ss. On 20 before me, Notary Public, personally appeared 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 signatures(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. Signature (seal) TL Veterans Construction, Inc. Page B-3 POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE - MORRISTOWN, NEW JERSEY 04594432919 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 acrd appointed, and does hereby make, constitute and appoint: Philip E. Vega, Kevin Vega, Britton Christiansen, Myrna Smlth each, its live acid 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 Slates 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, 2020. This Power of Attorney is granted pursuant to Article IV of the By -Laws of United Slates Fire Insurance Company as now in full force and effect, mid 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, die 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, recognizunces, 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 behalf 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 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 WITNESS 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" day of March, 2016. UNITED STATES FIRE. INSI IRA NCE COMPANY Anthony R. Slimowicz, Executive Vice President State of New Jersey) Countyof Morris ) On this 10"' 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 of United States Fire Insurance Company thereto by the authority of his office. SON IA SCALA NOTARY PUBLIC OF NEW JERSEY Sonia Scala (Notary Public) MY COMMISSION EXPIRES3/25/2019 I, the undersigned officer or United States Fire Insurance Company, a Delaware corporation, do hereby certify that the original Power or ALI rrney of 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 the'"thday of April 2019 UNITED STATES FIRE INSURANCE COMPANY l�,i At 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 04/10/2019 Date personally appeared Kevin before me, PHILIP VEGA, NOTARY PUBLIC Attorney -in -Fact Here Insert Name and Title of the Officer Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the persont whose names) Is/are subscribed to the within instrument and acknowledged to me that he/ske/(trey executed the same in his/PteWthair authorized capacity(fW4 and that by his/hec/theig signatures) on the instrument the person(s), or the entity upon behalf of which the personN acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. pl{ILIA V E G A WITNESS my hand and offk1seal. COMM.l12i52121NOTARY PUBLIC CALffORNIALos ANGELES COUNTY MY COMM. Ere. MAY 31, 2010' Signature Signatutary 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: 02014 National Notary Association • www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 EXECUTED IN 2 ORIGINAL COUNTERPARTS EXHIBIT A CITY OF NEWPORT BEACH BOND NO, 602-120955-6 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to TL Veterans Construction, Inc. hereinafter designated as the "Principal," a contract for the work necessary for the completion of this contract consists of obtaining building permits, removing and disposing of certain interior portions of the Marina Park building at 1600 West Balboa Boulevard, and constructing office addition, new carpeting and reception counter at the Facility 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 Fifty Two Thousand Eight Hundred Dollars and 001100 ($52,800.00) 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 TL Veterans Construction, Inc. IPage A-1 required by and in accordance with the provisions of Sections 9500 et seq, of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 10TH day of APRIL , 2019 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 APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 5'/.f/11 By: Aaron C. Harp City Attorney -/M--, vice P egZdeA- Authorized Signature/Title Authorized Agent Sign re KEVIN VEGA, ATTORNEY -in -FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED TL Veterans Construction, Inc. Page A-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ss. On 4e< 20 before me, Notary Public, personally appeared of who proved to me on the basis of satisfactory evidence to be he erso (s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/herltheir authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the 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. JO B00 Y00 WITNESS my hand and official seal. COMM. #2181441 z of @'�--My Notary Public • California p z'Los AngelesCounty Comm. Expires Jan. 27, 2021 Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of }ss. On 20 before me, Notary Public, personally appeared 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 signatures(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. Signature (seal) TL Veterans Construction, Inc. Page A-3 POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE - MORRISTO WN, NEW JERSEY 04594432919 KNOW ALL MEN BY THESE PRESENTS: That United States Fire Insurance Company, a corporation duty organized and existing under the laws of the state of Delaware, has made, constituted acid appointed, and does hereby make, constitute and appoint: Philip E. Vega, Redia Vega, Britton Christiansen, Myrna Smith each, its true and lawful Attorneys) -In -Fact, with full power and authority hereby conferred in its time, 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 m 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 Attomeys-In-Fact named above and expires on January 31, 2020. This Power of Attorney is granted pursuant to Article IV of the By -Laws of United Stat6s Fire Insurance Company as now in full force and effect, mid consistent with Article III thereof, which Articles provide, in pertinent pmt: 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, 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 of 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 from time to time may be authorized to sign such instruments on behalf 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 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 WITNESS 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" day of March, 2016. UNITED STATES rrRr.INSI IRA NCE COMPANY a�"J Anthony R. Slimowicz, Executive Vice President State of New Jersey) County of Morris ) On this 100' 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 of United States Fire Insurance Company thereto by the authority of his office. SON IA SCALA of NO'T'ARY PUBLIC OF NEW JERSEY Sonia Scala (Notary Public) MY COMMISSION EXPIRES3/25/2019 1, the undersigned ufficer of United Stales Fire Insurance Company, a Delaware corporation, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy is still in force and effect and has not been revoked. IN WI'T'NESS WHEREOF, I have hereunto set my hand and affixed the corporate seal of United Slates Fire Insurance Company on the 011ndayof April 2019 UNITED STATES FIRE INSURANCE COMPANY At 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 04/10/2019 before me, PHILIP VEGA, NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared Kevin Vega, Attorney -in -Fact Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the personK whose names) is/aw subscribed to the within instrument and acknowledged to me that he/ake/they executed the same in his/h%/their authorized capacity(tes), and that by his/heFAht4 signatures} on the instrument the person(s), or the entity upon behalf of which the personN acted, executed the instrument. alePHILIP VEGACOMM.#2152111rAgY PUBIIC CALIFORNIA COUNTY COMMLOS AEXP� MA 220 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 Signature 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: ©2014 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, 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. 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 TL Veterans Construction, Inc. Page C-1 million dollars ($2,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an 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. D. Builder's Risk Insurance. Contractor shall maintain Builders Risk insurance or an installation floater as directed by City, covering damages to the Work for "all risk" or special causes of loss form with limits equal to 100% of the completed value of the Contract, with coverage to continue until final acceptance of the Work by City. At the discretion of City, the requirement for such coverage may include additional protection for Earthquake and/or Flood. City shall be included as an insured on such policy, and Contractor shall provide City with a copy of the policy. 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, 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 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, 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 shall be included as additional insureds under such policies. TL Veterans Construction, Inc. Page C-2 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. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed 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. TL Veterans Construction, Inc. Page C-3 D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self -insure its obligations to City. If Contractor's existing coverage includes a self-insured retention, the self-insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self-insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. TL Veterans Construction, Inc. Page C-4 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. K. Maintenance of General Liability Coverage. Contractor agrees to maintain commercial general liability coverage for a period of ten (10) years after completion of the Project or to obtain coverage for completed operations liability for an equivalent period. TL Veterans Construction, Inc. Page C-5 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 4;8 19 Dept./Contact Received From: Raymund Date Completed: 6/14/19 Sent to: Raymund By: Jan Company/Person required to have certificate: T L Veterans Construction -Marina Park Office Add Type of contract: Other I. GENERAL LIABILITY EFFECTIVE/EXPI RATION DATE: 1/23/19 —1 /23/20 A. INSURANCE COMPANY: Associated Industries Insurance Company B. AM BEST RATING (A-: VII or greater): A- /XV A. C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ❑ Yes N 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 Is Company admitted in California? include): Is it included? (completed Operations status does N Yes ❑ No not apply to Waste Haulers or Recreation) N Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND COMPLETED OPERATIONS ENDORSEMENT (completed $1,500,000 Operations status does not apply to Waste Haulers) N Yes ❑ No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City (What is limits provided?) its officers, officials, employees and volunteers): Is it included? N Yes ❑ No I. PRIMARY & NON-CONTRIBUTORY WORDING (Must be ❑ No G. included): Is it included? N Yes ❑ No J. CAUTION! (Confirm that loss or liability of the named insured H. HIRED AND NON -OWNED AUTO ONLY: is not limited solely by their negligence) Does endorsement ❑ Yes ❑ No include "solely by negligence" wording? ❑ Yes N No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): N N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A N Yes ❑ No II. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 3/6/19 — 3/6/20 A. INSURANCE COMPANY: United Financial Casualty B. AM BEST RATING (A-: VII or greater) A+ / XII C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? N Yes ❑ No D. LIMITS - If Employees (Must be $1M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? $1,500,000 E LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. ADDITIONAL INSURED WORDING: ❑ N/A N Yes ❑ No G. PRIMARY & NON-CONTRIBUTORY WORDING: ❑ N/A N Yes ❑ No H. HIRED AND NON -OWNED AUTO ONLY: N N/A ❑ Yes ❑ No I. NOTICE OF CANCELLATION: ❑ N/A 0 Yes ❑ No III. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 4/4/19 — 4/4/20 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 $1M or greater) $1,000,000 F. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: ® N/A ❑ Yes ❑ No H. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY ® N/A ❑ Yes ❑ No V POLLUTION LIABILITY ® N/A ❑ Yes ❑ No V BUILDERS RISK 5/l/19 -11/l/19 AMERICAN ZURICH INSURANCE COMPANY Rated: A+/XV Admitted Limits: $52,800 ❑ N/A ® Yes ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? ME Agent ofAlliant Insurance Services' Broker of record for the City of Newport Beach DIAEMR Date ® Yes ❑ No RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _; Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No Reason for Risk Management approval/exception/waiver: Risk Management approval required for non -admitted General Liability carrier. 4/12/19 Risk Management approved use of non -admitted General Liability carrier. Approved: Risk Management * Subject to the terms of the contract. Date City of Newport Beach MARINA PARK OFFICE ADDITION Contract No. 7523-2 PROPOSAL (Contractor shall submit PROPOSAL via the 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. 7523-2 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: 2-5-19 Date 949-515-4350 f:949-57.5-4351 Bidder's Telephone and Fax Numbers 597589 A/13/C10/C51 Bidder's License No(s). and Classification (s) DIR Registration No.: 1000009295 Metro Builders and Engineers Group ltd. Bidde/thori�z)S—ignature Bidderand Title 2610 Avon St. Newport Beach Bidder's Address Expiration Date: 6--30-19 Bidder's email address: estimating®metrobuilders.com PR -1 PlanetBids, Inc. Lump Sum City of Newport Beach $2,500.00 Page 1 MARINA PARK OFFICE ADDITION (C-7523-2), bidding on February 6, 2019 2:00 PM (Pacific) Printed 02/07/2019 Bid Results Bidder Details Vendor Name Metro Builders & Engineers Group, Ltd. 1 $41,200.00 Address 2610 Avon Street 3 Replace Reception Counter Newport Beach, CA 92663 United Slates Respondee Caesar Patten 1 $3,000.00 Respondee Title Estimator 4 Install 2nd Floor Office New Carpeting Phone 949-515-4350 Ext. Email estimating@metrobuilders.com Vendor Type 200 $42.50 License # 597589 5 Adjust Existing Fire Sprinkler System CADIR Bid Detail Bid Format Electronic 1 $6,500.00 Submitted February 6, 2019 1:48:27 PM (Pacific) Delivery Method Bid Responsive Bid Status Submitted Confirmation # 166134 Ranking 0 Respondee Comment Buyer Comment Attachments File Title File Name File Type BID SUBMITTAL C-7523-2 Metro Builders and Engineers MarinaParkBid.pdf General Attachment Group, Ltd. Bid Bond Bid Bond.pdf Bid Bond Line Items Type Item Code UOM Qty Unit Price Line Total Comment Section 1 1 Mobilization and Demobilization PlanetBids, Inc. Lump Sum 1 $2,500.00 $2,500.00 2 Office Addition Lump Sum 1 $41,200.00 $41,200.00 3 Replace Reception Counter Lump Sum 1 $3,000.00 $3,000.00 4 Install 2nd Floor Office New Carpeting S.F. 200 $42.50 $8,500.00 5 Adjust Existing Fire Sprinkler System Lump Sum 1 $6,500.00 $6,500.00 PlanetBids, Inc. City of Newport Beach MARINA PARK OFFICE ADDITION (C-7523-2), bidding on February 6, 2019 2:00 PM (Pacific) Bid Results Type Item Code UOM qty Unit Price 6 Building Permit Final Lump Sum 1 $1,000.00 7 As -Built Plans Subcontractors Name & Address Lump Sum 1 $1,500.00 Subtotal Total Description License Num PlanetBids. Inc. CADIR Page 2 Printed 02/07/2019 Line Total Comment $1,000.00 $1,500.00 $64,200.00 $64,200.00 Amount Type CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS MARINA PARK OFFICE ADDITION CONTRACT NO. 7523-2 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 -5273-S); (3) the attached Reception Counter replacement concept graphics; (4) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (5) Standard Specifications for Public Works Construction (2015 Edition), including supplements; (6) the applicable Codes shown on the Plans; and (7) Building Permits. 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 building permits, removing and disposing of certain interior portions of the Marina Park building at 1600 West Balboa Boulevard, and constructing office addition, new carpeting and reception counter at the Facility." SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup - Replace this section with the following: "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............................................ 15 2) Materials ....................................... 15 SP1of9 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 may 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 thorough inspection. No material or article can be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall provide 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 are required due to failed tests or unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor." SECTION 6 - PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6-1.1 Construction Schedule 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. 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 Work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $1,000.00. The intent of liquidated damages is to ensure all of the work will be completed and functional before the start of the Summer Program season". Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that the above liquidated damages per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this Section is to emphasize to the Contractor the importance of prosecuting the work in an orderly, preplanned, and continuous sequence so as to minimize disruption to public services as a result of construction operations." SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-5 PERMITS. Replace this Section with "The project is deemed 'permit -ready' by the City's Building Department (Plan Check No. 2680-2018). The Contractor shall obtain the necessary Building Permit(s) prior to the pre -construction meeting." 7-7 COOPERATION AND COLLATERAL WORK. Add to this Section: "The Marina Park building is open to the public during regular business hours. As such, the Contractor shall prepare and maintain the construction site in a safe manner so that the programmed activities at the Center will not be unnecessarily interrupted by the construction work to the extent possible. To minimize the impact of stage construction, the Contractor shall: 1. Make every effort to conduct the work in a manner that will not interfere with the Center operations. 2. Provide barriers to control construction dust and debris at all times. 3. Remove construction debris from the work site at the end of each work day. 4. Provide restrooms, telephone, and trash service for construction personnel. 5. Maintain continuous access to exit doors. 6. Park construction and personal vehicles within the parking lot spaces directed by the Engineer. SP4of9 7-8 PROJECT SITE MAINTENANCE 7-8.4 Storage of Equipment and Materials 7-8.4.3 Storage of Equipment and Materials in Public Streets Delete the first paragraph and add the following: "It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. Construction materials and equipment may only be stored within the Marina Park parking lots if approved by the Engineer in advance. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction." 7-8.5 Temporary Light, Power and Water. Add to this Section: "The Contractor will have gratis use of City water and power at the site." 7-8.6 Water Pollution Control Add to this Section, "Surface runoff water, including all water used during sawcutting operations containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at www.newportbeachca.gov/publicworks and clicking on permits, then selecting the link Construction Runoff Guidance Manual. Additional information can be found at www.cleanwaternewport.com." 7-8.6.2 Best Management Practices (BMPs) Add to this Section: The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for 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 erosion. SP5of9 The BMP shall 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 the BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate Administrative Citation per Section 14.36.030A23 of the City's Municipal Code. 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access Add to this Section: Since the work site is in a public facility that will be open to the public during the construction work, the Contractor shall ascertain that the work site is fully delineated and all measures needed to warn the public of the construction activities shall be installed and maintained throughout the work duration. Additionally, 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. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction. Such measures shall be shown on a Construction Zone Control Plans to be submitted to the City for review and approval a minimum of five (5) working days prior to the pre -construction meeting." 7-10.4 Safety 7-10.4.1 Safety Orders Add to this Section: The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." 7-15 CONTRACTOR'S LICENSES From the time of City Council contract award until work completion, the Contractor shall possess a valid General Building Contractor "B" License issued by the State of California. All sub -contractors shall be properly licensed for their respective trades. The Contractor and all Sub -contractors shall possess a valid Business License issued by the City of Newport Beach during the entire work duration. SP6of9 7-16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS A stamped set of approved plans and specifications shall be on the job site at all times. 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 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 Mobilization and Demobilization: Work under this Item shall include providing bonds, insurance and financing, preparing the BMP Plan and construction schedule, up to $500 of Building Permit(s) fees, and all other related work as required by the Contract Documents. It shall also include work to demobilize from the project site including site cleanup, removal of USA Markings, and providing any required documentation as noted in these Special Provisions. Item No. 2 Office Addition: Unless otherwise specified by another bid item on the Proposal, Work under this item shall include the cost of all equipment, materials, and labor to construct the room addition shown on the Plans and these Specifications complete and in place. The cost of any other work not specifically called out but are typically included in common practice as a part of the installed improvements such as air balancing, shall be made a part of the submitted bid amount. SP7of9 Item No. 3 Replace Reception Counter: Work under this Item shall include the cost of all equipment, materials, and labor for the demolition and disposal of the existing Reception Counter and other items needed to make space to prepare and submit the shop drawings; install the new Counter and swing gate; fabricate, furnish, and install the new Counter and swing gate complete as shown on the concept graphics with salvaged marble and to the extent possible other materials. New materials to be installed shall be the same type and quality as existing counter. Any additional work/costs directed by the Engineer shall be paid to the Contractor through a contract change order. The cost of flooring reconfiguration and/or new flooring gap closures shall have been included in the price bid. This work shall be constructed after the Building Permit has been finaled. Item No. 4 Install 2nd Floor Office New Carpeting: Work under this Item shall include the cost of all equipment, materials, and labor for site preparation; vacate the office of furniture; remove and dispose of existing flooring; prepare the office floor to receiving new carpet padding; install new carpet padding, carpet, base molding that matches those in other offices, office entrance threshold; and reinstalling the office furniture for the 2nd floor end office facing the Bay and directly above the ground floor office addition. The carpeting to be installed shall match those existing in the other offices in the building. Item No. 5 Adjust Existing Fire Sprinkler System: Work under this Design/Build Item shall include the cost of all equipment, materials, tools, labor, and fees for preparing and submitting the fire sprinkler system adjustments deferred submittal to the City Building Department for permit; make plan check corrections; obtain building permit; and make the required adjustments. The allowance amount listed on the Proposal is the City's cost on this work. If no work is required, said allowance amount shall be returned to the City. If the work exceeded the allowance cost, the additional cost will be paid to the Contractor through a contract change order. Item No. 6 Building Permit "Final": Work under this Item shall include the cost of all equipment, materials, and labor to "Final" the building permit including the cost of making all required corrections. Item No. 7 As -Built Plans: Work under this item shall include all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. The project retention amount will not be released to the Contractor until the as -built has been accepted by the Engineer. 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." SP8of9 PART 3 CONSTRUCTION METHODS SECTION 300 ---EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials Add to this Section: "Removal and disposal of material shall be done by City approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be provided upon request or be found on the City's website at: http://newportbeachca.gov/index.aspx?page=157 and then selecting the link Franchised Haulers List." 300-1.5 Solid Waste Diversion Non -reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer and provide appropriate confirmation documentation from the recycling facility. All material disposal manifests shall be provided to the Engineer prior to release of final retention." The Contractor shall fully comply with the following ARCHITECT'S TECHNICAL SPECIFICATIONS which augment, but are not referenced to, sections of the Standard Specifications for Public Works Construction. SP9of9 A Em� Sam E- =-] w BUNDY-FINKEL • Architects PROJECT SPECIFICATIONS Marina Park Office TI Newport Beach, California Issue Date: 1-10-19 1120 Bristol Street • Suite 120 • Costa Mesa • CA 92626 SECTION 00 0110 TABLE OF CONTENTS PROCUREMENT AND CONTRACTING REQUIREMENTS 1.01 DIVISION 00 --PROCUREMENT AND CONTRACTING REQUIREMENTS A. 00 0101 -Project Title Page B. 00 0110 - Table of Contents SPECIFICATIONS 2.01 DIVISION 01 -- GENERAL REQUIREMENTS A. 01 6116 — Volatile Organic Compounds Content Restrictions 2.05 DIVISION 05 -- METALS A. 05 5000 — Metal Fabrications 2.02 DIVISION 06 -- WOOD, PLASTICS, AND COMPOSITES A. 06 2000 - Finish Carpentry B. 06 4100 - Architectural Wood Casework C. 06 4216 - Wood -Veneer Paneling 2.03 DIVISION 07— THERMAL AND MOISTURE PROTECTION A. 07 6200 — Sheet Metal Flashing and Trim B. 07 9005 — Joint Sealers 2.04 DIVISION 08-- OPENINGS A. 084313 -Aluminum -Framed Storefronts B. 08 7100 -Door Hardware C. 08 8000 - Glazing D. 089100 -Louvers 2.05 DIVISION 09 -- FINISHES A. 09 2116 - Gypsum Board Assemblies B. 09 2216 - Non -Structural Metal Framing C. 09 5100 -Acoustical Ceilings D. 09 9000 - Painting and Coating 2.06 DIVISION 21 — FIRE SUPPRESSION A. 21 0500 — Common Work Results for Fire Suppression 2.07 DIVISION 23 -- HEATING, VENTILATING, AND AIR-CONDITIONING (HVAC) 2.08 DIVISION 26 -- ELECTRICAL END OF TABLE OF CONTENTS 18-738 MARINA PARK OFFICE TI 000110-1 TABLE OF CONTENTS SECTION 016116 VOLATILE ORGANIC COMPOUND (VOC) CONTENT RESTRICTIONS PART IGENERAL 1.01 SECTION INCLUDES A. VOC restrictions for product categories listed below under "DEFINITIONS." B. All products of each category that are installed in the project must comply; Owner's project goals do not allow for partial compliance. 1.02 RELATED REQUIREMENTS A. Section 01 3300 -Submittals: for submittal procedures. B. Section 01 6116.01 -General product requirements. 1.03 DEFINITIONS A. VOC-Restricted Products: All products of each of the following categories when installed or applied on-site in the building interior: 1. Adhesives, sealants, and sealer coatings. 2. Carpet. 3. Carpet tile. 4. Resilient floor coverings. 5. Paints and coatings. 6. Insulation. 7. Gypsum board. 8. Acoustical ceilings and panels. 9. Cabinet work. B. Interior of Building: Anywhere inside the exterior weather barrier. C. Adhesives: All gunnable, trowelable, liquid -applied, and aerosol adhesives, whether specified or not; including flooring adhesives, resilient base adhesives, and pipe jointing adhesives. D. Sealants: All gunnable, trowelable, and liquid -applied joint sealants and sealant primers, whether specified or not; including firestopping sealants and duct joint sealers. 1.04 REFERENCE STANDARDS A. CAL (CHIPS LEM) -Low-Emitting Materials Product List; California Collaborative for High Performance Schools (CHIPS); current edition at www.chps.neU. B. CAL (VOC) -Standard Practice for the Testing of Volatile Organic Emissions From Various Sources Using Small -Scale Environmental Chambers (including Addendum 2004-01); State of California Department of Health Services; 2004 C. CRI (GLCC) -Green Label Testing Program -Approved Product Categories for Carpet Cushion; Carpet and Rug Institute; Current Edition. D. CRI (GLP) -Green Label Plus Carpet Testing Program -Approved Products; Carpet and Rug Institute; Current Edition. E. GEI (SCH) -GREENGUARD "Children and Schools" Certified Products; GREENGUARD Environmental Institute; current listings at www.greenguard.org. F. GreenSeal GS -36 -Commercial Adhesives; Green Seal, Inc.; 2011. G. SCAQMD 1113 -South Coast Air Quality Management District Rule No.1113; current edition; www.aqmd.gov. H. SCAQMD 1168 -South Coast Air Quality Management District Rule No.1168; current edition; www.aqmd.gov. I. SCS (CPD) -SCS Certified Products; Scientific Certification Systems; current listings at 18-738 MARINA PARK OFFICE TI 016116-1 VOLATILE ORGANIC COMPOUND (VOC) CONTENT RESTRICTIONS www.scscertified.com. 1.05 SUBMITTALS A. See Section 01 3300 -Submittals, for submittal procedures. B. Evidence of Compliance: Submit for each different product in each applicable category. 1. Identify evidence submittals with the words "LEED Report". C. Product Data: For each VOC-restricted product used in the project, submit product data showing compliance, except when another type of evidence of compliance is required. PART 2 PRODUCTS 2.01 MATERIALS A. All VOC-Restricted Products: Provide products having VOC content of types and volume not greater than those specified in State of California Department of Health Services Standard Practice for the Testing of Volatile Organic Emissions From Various Sources Using Small -Scale Environmental Chambers. 1. Evidence of Compliance: Acceptable types of evidence are: a. Current GREENGUARD Children R Schools certification; www.greenguard.org. b. Current Carpet and Rug Institute Green Label Plus certification; www.carpet-rug.org. c. Current SCS Indoor Advantage Gold certification; www.scscertified.com. d. Product listing in the CHPS Low -Emitting Materials Product List at www. chps. nettman ual/lem_table.htm. e. Current certification by any other agencies acceptable to CHPS. f. Report of laboratory testing performed in accordance with CHPS requirements for getting a product listed in the Low -Emitting Materials Product List; report must include laboratory's statement that the product meets the specified criteria. 2. Product data submittals showing VOC content are NOT acceptable forms of evidence. B. Adhesives and Joint Sealants: Provide only products having volatile organic compound (VOC) content not greater than required by South Coast Air Quality Management District Rule No.1168. 1. Evidence of Compliance: Acceptable types of evidence are: a. Report of laboratory testing performed in accordance with requirements. C. Aerosol Adhesives: Provide only products having volatile organic compound (VOC) content not greater than required by GreenSeal GS -36. 1. Evidence of Compliance: Acceptable types of evidence are: a. Current GreenSeal Certification. D. Paints and Coatings: 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. 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. 3. Evidence of Compliance: Acceptable types of evidence are: a. Report of laboratory testing performed in accordance with requirements. E. Carpet and Adhesive: Provide products having VOC content not greater than that required for CRI Green Label Plus certification. 1. Evidence of Compliance: Acceptable types of evidence are: a. Current Green Label Plus Certification. b. Report of laboratory testing performed in accordance with requirements. F. Carpet Tile and Adhesive: Provide products having VOC content as specified in Section 09 6813. 18-738 /MARINA PARK OFFICE TI 016116-2 VOLATILE ORGANIC COMPOUND (VOC) CONTENT RESTRICTIONS PART 3 EXECUTION 3.01 FIELD QUALITY CONTROL A. Owner reserves the right to reject non-compliant products, whether installed or not, and require their removal and replacement with compliant products at no extra cost to Owner. B. All additional costs to restore indoor air quality due to installation of non-compliant products will be borne by Contractor. I=1"IBXO]1[e7:1 18-738 /MARINA PARK OFFICE TI 016116-3 VOLATILE ORGANIC COMPOUND (VOC) CONTENT RESTRICTIONS Section 05 50 00 METAL FABRICATIONS PART 1 -GENERAL 1.1 WORK INCLUDED A. METAL FABRICATIONS consists of furnishing transportation, labor, materials, and equipment to fabricate and install miscellaneous metal fabrications. 1.2 RELATED WORK A. 05 52 20 Handrails and Railings 1.3 GENERAL A. This Section is written to cover all types of metals and their galvanizing if called for either on Drawings or in Specifications. 1.4 REFERENCES A. American Association of State Highway and Transportation Officials (AASHTO): AASHTO M-18 Strength Test of 180 degree cold bend B. American National Standards Institute (ANSI): ANSI A14.3 Ladders, Fixed, Safety Requirements C. American Society for Testing and Materials (ASTM International) D. American Welding Society (AWS): AWS D1.1 Structural Welding Code - Steel E. Reference Specifications (RS) are the 2009 Edition of the "Greenbook", Standard Specifications for Public Works Construction: Section 206 Miscellaneous Metal Items Subsection 206-1 Structural Steel, Rivets, Bolts, Pins and Anchor Bolts Subsection 206-2 Steel Castings 1.5 QUALITY ASSURANCE 18-738 MARINA PARK OFFICE TI 062000-1 FINISH CARPENTRY A. The Engineer reserves the right to inspect the manufacture or fabrication. The Engineer's inspection of the work does not relieve the Contractor of the responsibility for the work. Errors or faults that are discovered during fabrication shall be corrected by the Contractor prior to installation. B. Welders shall be qualified in accordance with the requirements of AWS D1.1. C. Prepare mill tests for specified ASTM material. 1.6 SUBMITTALS A. Test Reports: Unless requirements are waived in writing, Contractor shall submit to the Engineer two (2) copies of mill test reports certifying that materials meet the ASTM requirements. B. Shop Drawings: 1. Prior to the purchase of materials and their fabrication, shop drawings, details, dimensions, sizes of materials, and data for the fabrication of the miscellaneous metal work shall be submitted by the Contractor to the Engineer for review. 2. No change shall be made on shop drawings after they have been approved, except by written consent or direction of the Engineer. 3. Substitution of sections having dimensions different from those shown on the shop drawings or Drawings shall be made only when approved in writing by the Engineer. 1.7 PRODUCT STORAGE A. Store metals above ground upon platforms, skids, or other supports, and kept free from dirt, grease, and other foreign material. Protect metals from corrosion while stored. PART2-PRODUCTS 2.1 MATERIALS A. Metals, General 1. Metal Surfaces, General: Provide materials with smooth, flat surfaces, unless otherwise indicated. For metal fabrications exposed to view in 18-738 MARINA PARK OFFICE TI 055000-2 METAL FABRICATIONS the completed Work, provide materials without seam marks, roller marks, rolled trade names, or blemishes. B. Ferrous Metals 1. Steel Plates, Shapes, and Bars: ASTM A36/A36M. 2. Ferrous metal items shall be galvanized per ASTM A123-02 unless called out otherwise on Drawings. C. Nonferrous Metals 1. Aluminum Plate and Sheet: ASTM B209, Alloy 6061-T6. 2. Aluminum Extrusions: ASTM B221, Alloy 6063-T6. 3. Aluminum Castings: ASTM B26/B26M, Alloy 443.0-F. D. Fasteners 1. General: Unless otherwise indicated, provide Type 304 stainless-steel fasteners for exterior use. Provide stainless-steel fasteners for fastening aluminum. Select fasteners for type, grade, and class required. 2. Steel Bolts and Nuts: Regular hexagon -head bolts, ASTM A307, Grade A; with hex nuts, ASTM A563; and, where indicated, flat washers. 3. Anchor Bolts: ASTM F1554, Grade 36. 4. Provide hot -dip or mechanically deposited, zinc -coated anchor bolts where item being fastened is indicated to be galvanized. 5. Eyebolts: ASTM A489. 6. Machine Screws: ASME B18.6.3. 7. Lag Bolts: ASME 818.2.1. 8. Plain Washers: Round, ASME B18.22.1. 9. Cast -in -Place Anchors in Concrete: Anchors capable of sustaining, without failure, a load equal to four times the load imposed, as determined by testing according to ASTM E488, conducted by a qualified independent testing agency. 18-738 MARINA PARK OFFICE TI 055000-3 METAL FABRICATIONS 10. Threaded or wedge type; galvanized ferrous castings, either ASTM A47/A 47M malleable iron or ASTM A27/A27M cast steel. Provide bolts, washers, and shims as needed, hot -dip galvanized per ASTM Al53/A153M. E. Galvanizing Minimum Weight of Zinc Coating oz/ft2 of surface Class of Material Average of Any Specimens Individual Tested Specimen Class A - Castings - 2.00 1.80 Malleable Iron, Steel Class B - Rolled, pressed, 2.00 1.80 and forged articles (except those that would be included under Classes C and D) B-1 - 3/16 inch and 2.00 1.80 over in thickness and over 8 inches in length B-2 - Under 3/16 inch in 1.50 1.25 thickness and over 8 inches in length B-3 - 8 inch and under in 1.30 1.10 length and any thickness 2.2 FABRICATION A. General: 1. Metal items shall be fabricated and finished in accordance with the Drawings and reviewed shop drawings. Contractor shall verify measurements before fabrication. 2. Welding procedures and inspection shall be in accordance with AWS D1.1. Welding shall be continuous along the area of contact except where tack welding is called for on Drawings. Welds shall be ground smooth. 18-738 MARINA PARK OFFICE TI 055000-4 METAL FABRICATIONS 3. Fabricated ferrous items shall be galvanized after fabrication. 4. Metal fabrications showing injurious defects, weak spots, imperfections in work, or otherwise not conforming to the Specifications or Drawings will be rejected. PART 3 - EXECUTION 3.1 INSTALLATION A. Install miscellaneous metal items in accordance with Drawings and reviewed shop drawings. B. Coordinate and furnish anchorages, setting drawings, diagrams, templates, instructions, and directions for installing anchorages, including concrete inserts, sleeves, anchor bolts, and miscellaneous items having integral anchors that are to be embedded in concrete or masonry construction. Coordinate delivery of such items to project site. 3.2 REPAIR OF DAMAGED GALVANIZING A. Repair damaged galvanizing in conformance with TREATING DAMAGED GALVANIZING Section. END OF SECTION 18-738 MARINA PARK OFFICE TI 055000-5 METAL FABRICATIONS SECTION 06 2000 FINISH CARPENTRY PART1 GENERAL 1.01 SECTION INCLUDES A. Finish carpentry items. B. Wood casings and moldings. C. Hardware and attachment accessories. 1.02 RELATED REQUIREMENTS A. Section 06 1000 - Rough Carpentry: Support framing, grounds, and concealed blocking. B. Section 06 4100 -Architectural Wood Casework: Shop fabricated custom cabinetwork. C. Section 08 1416 - Flush Wood Doors. D. Section 09 9000 - Painting and Coating: Painting and finishing of finish carpentry items. 1.03 REFERENCE STANDARDS A. 16 CFR 1201 - Safety Standard for Architectural Glazing Materials ; current edition. B. ANSI At 35.4 - American National Standard for Basic Hardboard ; 2004. C. ANSI A208.1 - American National Standard for Particleboard ; 2009. D. AWI/AWMAC/WI (AWS) -Architectural Woodwork Standards; 2009. 1.04 SUBMITTALS A. See Section 01 3000 -Administrative Requirements for submittal procedures. B. Shop Drawings: Indicate materials, component profiles, fastening methods, jointing details, and accessories. 1. Provide the information required by AWI/AWMAC/WI Architectural Woodwork Standards. 1.05 QUALITY ASSURANCE A. Fabricator Qualifications: Company specializing in fabricating the products specified in this section with minimum five years of documented experience. 1.06 DELIVERY, STORAGE, AND HANDLING A. Protect work from moisture damage. PART 2 PRODUCTS 2.01 FINISH CARPENTRY ITEMS A. Quality Grade: Unless otherwise indicated provide products of quality specified by AWI/AWMAC/WI Architectural Woodwork Standards for Premium Grade. 2.02 PLASTIC LAMINATE MATERIALS M116 m y_1-7;1 [*7_% 1 [d : A. Shop assemble work for delivery to site, permitting passage through building openings. B. When necessary to cut and fit on site, provide materials with ample allowance for cutting. Provide trim for scribing and site cutting. C. Apply plastic laminate finish in full uninterrupted sheets consistent with manufactured sizes. Fit corners and joints hairline; secure with concealed fasteners. Slightly bevel arises. Locate counter butt joints minimum 2 feet from sink cut-outs. 2.04 SHOP FINISHING A. Sand work smooth and set exposed nails and screws. B. Apply wood filler in exposed nail and screw indentations. 18-738 MARINA PARK OFFICE TI 062000-1 FINISH CARPENTRY C. On items to receive transparent finishes, use wood filler that matches surrounding surfaces and is of type recommended for the applicable finish. PART 3 EXECUTION 3.01 EXAMINATION A. Verify adequacy of backing and support framing. B. Verify mechanical, electrical, and building items affecting work of this section are placed and ready to receive this work. 3.02 INSTALLATION A. Install work in accordance with AWI/AWMAC/WI Architectural Woodwork Standards requirements for grade indicated. B. Set and secure materials and components in place, plumb and level. C. Carefully scribe work abutting other components, with maximum gaps of 1/32 inch. Do not use additional overlay trim to conceal larger gaps. 3.03 SITE APPLIED WOOD TREATMENT A. Apply preservative treatment in accordance with manufacturer's instructions. B. Brush apply one coats of preservative treatment on wood in contact with cementitious materials. Treat site -sawn cuts. C. Allow preservative to dry prior to erecting members. 3.04 PREPARATION FOR SITE FINISHING A. Set exposed fasteners. Apply wood filler in exposed fastener indentations. Sand work smooth. 3.05 TOLERANCES A. Maximum Variation from True Position: 1/16 inch. B. Maximum Offset from True Alignment with Abutting Materials: 1/32 inch. END OF SECTION 07-452 / MARINA PARK 062000-2 FINISH CARPENTRY SECTION 06 4100 ARCHITECTURAL WOOD CASEWORK PART1 GENERAL 1.01 SECTION INCLUDES A. Specially fabricated cabinet units. B. Countertops. C. Cabinet hardware. D. Preparation for installing utilities. 1.02 RELATED REQUIREMENTS A. Section 01 6116 - Volatile Organic Compound (VOC) Content Restrictions. B. Section 06 1000 - Rough Carpentry: Support framing, grounds, and concealed blocking. C. Section 09 9000 - Painting and Coating: Site finishing of cabinet exterior. 1.03 REFERENCE STANDARDS A. ANSI A135.4 - American National Standard for Basic Hardboard ; 2004. B. ANSI A208.1 - American National Standard for Particleboard ; 2009. C. ANSI A208.2 -American National Standard for Medium Density Fiberboard for Interior Use; 2009. D. AWI (QCP) - Quality Certification Program, www.awiqcp.org ; current edition at www.awiqcp.org. E. AWI/AWMAC/WI (AWS) -Architectural Woodwork Standards; 2009. F. BHMA A156.9 -American National Standard for Cabinet Hardware; Builders Hardware Manufacturers Association ; 2010 (ANSI/BHMA A156.9). 1.04 ADMINISTRATIVE REQUIREMENTS A. Preinstallation Meeting: Convene a preinstallation meeting not less than one week before starting work of this section; require attendance by all affected installers. 1.05 SUBMITTALS A. See Section 01 3000 -Administrative Requirements, for submittal procedures. B. Shop Drawings: Indicate materials, component profiles, fastening methods, jointing details, and accessories. C. Samples: Submit actual samples of architectural cabinet construction, minimum 12 inches square, illustrating proposed cabinet, countertop, and shelf unit substrate and finish. 1.06 QUALITY ASSURANCE A. Fabricator Qualifications: Company specializing in fabricating the products specified in this section with minimum five years of documented experience. 1.07 DELIVERY, STORAGE, AND HANDLING A. Protect units from moisture damage. 1.08 FIELD CONDITIONS A. During and after installation of custom cabinets, maintain temperature and humidity conditions in building spaces at same levels planned for occupancy. PART PRODUCTS 2.01 MANUFACTURERS A. Quality Grade: Unless otherwise indicated provide products of quality specified by AWI//AWMAC/WI Architectural Woodwork Standards for Premium Grade. 18-738 MARINA PARK OFFICE TI 064100-1 ARCHITECTURAL WOOD CASEWORK 2.03 WOOD -BASED COMPONENTS A. Wood fabricated from old growth timber is not permitted. 2.04 COUNTERTOPS 2.05 ACCESSORIES A. Adhesive: Type recommended by fabricator to suit application. 2.06 HARDWARE A. Hardware: BHMA A156.9, types as recommended by fabricator for quality grade specified. B. Adjustable Shelf Supports: Standard side -mounted system using recessed metal shelf standards or multiple holes for pin supports and coordinated self rests, polished chrome finish, for nominal 1 inch spacing adjustments. C. Adjustable Shelf Supports: Standard back -mounted system using surface mounted metal shelf standards and coordinated cantilevered shelf brackets, satin chrome finish, for nominal 1 inch spacing adjustments. D. Drawer Slides: 1. Type: Standard extension. 2. Static Load Capacity: Commercial grade. 3. Mounting: Side mounted. 4. Stops: Integral type. 5. Features: Provide self closing/stay closed type. 2.07 SITE FINISHING MATERIALS A. Finishing: Site finished as specified in Section 09 9000. 2.08 FABRICATION END OF SECTION 07-452 / MARINA PARK 064100-2 ARCHITECTURAL WOOD CASEWORK SECTION 07 6200 SHEET METAL FLASHING AND TRIM PART1 GENERAL 1.01 SECTION INCLUDES A. Fabricated sheet metal items, including flashings, counterflashings, and coping caps, metal awnings and architectural trim pieces. B. Reglets and accessories. 1.02 RELATED REQUIREMENTS A. Section 07 9005 - Joint Sealers. B. Section 09 9000 - Painting and Coating: Field painting. 1.03 REFERENCE STANDARDS A. AAMA 611 - Voluntary Specification for Anodized Architectural Aluminum; American Architectural Manufacturers Association : 2012. B. AAMA 2603 -Voluntary Specification, Performance Requirements and Test Procedures for Pigmented Organic Coatings on Aluminum Extrusions and Panels; 2002. C. AAMA 2604 - Voluntary Specification, Performance Requirements and Test Procedures for High Performance Organic Coatings on Aluminum Extrusions and Panels; 2010. D. AAMA 2605 - Voluntary Specification, Performance Requirements and Test Procedures for Superior Performing Organic Coatings on Aluminum Extrusions and Panels; 2011. E. ASTM A653/A653M - Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc - Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process; 2011. F. ASTM A666 - Standard Specification for Annealed or Cold -Worked Austenitic Stainless Steel Sheet, Strip, Plate, and Flat Bar ; 2010. G. ASTM 8209 - Standard Specification for Aluminum and Aluminum -Alloy Sheet and Plate; 2010. H. ASTM B209M - Standard Specification for Aluminum and Aluminum -Alloy Sheet and Plate [Metric] ; 2010. I. ASTM D2178 - Standard Specification for Asphalt Glass Felt Used in Roofing and Waterproofing ; 2004. J. ASTM D4586/D4586M - Standard Specification for Asphalt Roof Cement, Asbestos -Free ; 2007 (Reapproved 2012)e1. K. SMACNA (ASMM) -Architectural Sheet Metal Manual; Sheet Metal and Air Conditioning Contractors' National Association ; 2003. 1.04 SUBMITTALS A. See Section 01 3000 -Administrative Requirements, for submittal procedures. B. Shop Drawings: For coping caps and metal awnings - Indicate material profile, jointing pattern, jointing details, fastening methods, Flashings, terminations, and installation details. 1.05 QUALITY ASSURANCE A. Perform work in accordance with SMACNA Architectural Sheet Metal Manual requirements and standard details, except as otherwise indicated. B. Fabricator and Installer Qualifications: Company specializing in sheet metal work with 5 years of documented experience. 1.06 DELIVERY, STORAGE, AND HANDLING A. Stack material to prevent twisting, bending, and abrasion, and to provide ventilation. Slope metal sheets to ensure drainage, 18-738 MARINA PARK OFFICE TI 076200-1 SHEET METAL FLASHING AND TRIM B. Prevent contact with materials that could cause discoloration or staining. PART 2 PRODUCTS 2.01 SHEET MATERIALS A. Galvanized Steel: ASTM A653/A653M, with G90/Z275 zinc coating; minimum 0.02 inch thick base metal. B. Pre -Finished Galvanized Steel: ASTM A653/A653M, with G90/Z275 zinc coating; minimum 0.02 inch thick base metal, shop pre -coated with PVDF coating. 1. Modified Silicone Polyester Coating: Pigmented Organic Coating System, AAMA 2603; baked enamel finish system. 2. PVDF (Polyvinylidene Fluoride) Coating: Superior Performance Organic Finish, AAMA 2605; multiple coat, thermally cured fluoropolymer finish system. 3. Color: As selected by Architect from manufacturer's standard colors. C. Aluminum: ASTM B209 (ASTM B209M) ; 0.032 inch thick; anodized finish of color as selected. 1. Color Anodized Finish: AAMA 611 AA-M12C22A42/44 Class I integrally or electrolytically colored anodic coating not less than 0.7 mils thick. D. Pre -Finished Aluminum: ASTM B209 (ASTM B209M) ; 0.032 inch thick; plain finish shop pre - coated with modified silicone coating. 1. Modified Silicone Polyester Coating: Pigmented Organic Coating System, AAMA 2603; baked enamel finish system. 2. Color: As selected by Architect from manufacturer's standard colors. 2.02 ACCESSORIES A. Fasteners: Galvanized steel , with soft neoprene washers. B. Underlayment: ASTM D2178, glass fiber roofing felt. C. Primer: Zinc chromate type. D. Protective Backing Paint: Zinc molybdate alkyd. E. Sealant: Type _ specified in Section 07 9005. F. Plastic Cement: ASTM D4586, Type I. G. Roof: Reglets and counterflashing: Two-part, snap -in type, galvanized steel . 2.03 FABRICATION A. Form sections true to shape, accurate in size, square, and free from distortion or defects, B. Form pieces in longest possible lengths. C. Hem exposed edges on underside 1/2 inch; miter and seam corners. D. Form material with flat lock seams, except where otherwise indicated. At moving joints, use sealed lapped, bayonet-type or interlocking hooked seams. E. F. Fabricate corners from one piece with minimum 18 inch long legs; seam for rigidity, seal with sealant. G. Fabricate flashings to allow toe to extend 2 inches over roofing gravel. Return and brake edges. 1 -3:4 rlW1Xi;1y0i7: 3.01 EXAMINATION A. Verify roof openings, curbs, pipes, sleeves, ducts, and vents through roof are solidly set, reglets in place, and nailing strips located. B. Verify roofing termination and base flashings are in place, sealed, and secure. A. Install starter and edge strips, and cleats before starting installation. 07-452 / MARINA PARK 076200-2 SHEET METAL FLASHING AND TRIM B. Install surface mounted reglets true to lines and levels. Seal top of reglets with sealant. C. Back paint concealed metal surfaces with protective backing paint to a minimum dry film thickness of 15 mil. 3.03 INSTALLATION A. Conform to drawing details. B. Insert flashings into reglets to form tight fit. Secure in place with wedges. Seal flashings into reglets with sealant. C. Secure flashings in place using concealed fasteners. Use exposed fasteners only where permitted. D. Apply plastic cement compound between metal flashings and felt flashings. E. Fit flashings tight in place. Make corners square, surfaces true and straight in planes, and lines accurate to profiles. F. Seal metal joints watertight. 3.04 FIELD QUALITY CONTROL A. See Section 01 4000 - Quality Requirements, for field inspection requirements. END OF SECTION 07-452 / MARINA PARK 076200-3 SHEET METAL FLASHING AND TRIM SECTION 07 9005 JOINT SEALERS PART1 GENERAL 1.01 SECTION INCLUDES A. Sealants and joint backing. B. Hollow gaskets. 1.02 RELATED REQUIREMENTS A. Section 01 6116 -Volatile Organic Compound (VOC) Content Restrictions. B. Section 08 8000 - Glazing: Glazing sealants and accessories. C. Section 09 2116 - Gypsum Board Assemblies: Acoustic sealant. 1.03 REFERENCE STANDARDS A. ASTM C834 - Standard Specification for Latex Sealants; 2010. B. ASTM C919 - Standard Practice for Use of Sealants in Acoustical Applications ; 2012. C. ASTM C920 - Standard Specification for Elastomeric Joint Sealants ; 2011. D. ASTM C1193 - Standard Guide for Use of Joint Sealants ; 2011 a. E. ASTM D2240 - Standard Test Method for Rubber Property--Durometer Hardness; 2005 (Reapproved 2010). F. ASTM D2628 - Standard Specification for Preformed Polychloroprene Elastomeric Joint Seals for concrete Pavements ; 1991 (Reapproved 2011). G. SCAQMD 1168 - South Coast Air Quality Management District Rule No.1168 ; current edition; www.aqmd.gov. 1.04 ADMINISTRATIVE REQUIREMENTS A. Coordinate the work with other sections referencing this section. 1.05 SUBMITTALS A. See Section 01 3000 -Administrative Requirements, for submittal procedures. B. Product Data: Provide data indicating sealant chemical characteristics. C. Submit two samples of each sealant type and color to be used on the project. 1.06 QUALITY ASSURANCE A. Applicator Qualifications: Company specializing in performing the work of this section with minimum 5 years experience. 1.07 FIELD CONDITIONS A. Maintain temperature and humidity recommended by the sealant manufacturer during and after installation. 1.08 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 and watertight seal, exhibit loss of adhesion or cohesion, or do not cure. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Gunnable and Pourable Sealants: 1. BASF Construction Chemicals -Building Systems: www.buildingsystems.basf.com, 2. Bostik Inc: www.bostik-us.com. 3. Dow Corning Corporation: www.dowcorning.com. 18-738 MARINA PARK OFFICE TI 079005-1 JOINT SEALERS 4. Pecora Corporation: www.pecora.com. 5. Tremco Global Sealants: www.tremcosealants.com. 6. Sherwin-Williams Company: www.sherwin-williams.com. 7. W.R. Meadows, Inc: www.wrmeadows.com. 8. Substitutions: See Section 01 6000 - Product Requirements. 2.02 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. B. General Purpose Exterior Sealant: Polyurethane; ASTM C920, Grade NS, Class 25, Uses M, G, and A; single 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. 3. Polyurethane Products: a. Bostik Inc; — www.bostik-us.com. b. Pecora Corporation ; DynaTrol II General Purpose Two Part Polyurethane Sealant: www.pecora.com. c. BASF Construction Chemicals -Building Systems; www.buildingsystems.basf.com. d. Sherwin-Williams Company ; Stampede -1/ -TX Polyurethane Sealant: www.sherwin- williams.com. e. Substitutions: See Section 016000 - Product Requirements. C. Exterior Expansion Joint Sealer: ASTM D2628, hollow neoprene (polychloroprene) compression gasket. 1. Black color. 2. Applications: Use for: a. Exterior wall expansion joints. b. Parking deck expansion joints. D. Exterior Metal Lap Joint Sealant: Butyl or polyisobutylene, nondrying, nonskinning, noncuring. 1. Applications: Use for: a. Concealed sealant bead in sheet metal work. b. Concealed sealant bead in siding overlaps. E. General Purpose Interior Sealant: Acrylic emulsion latex; ASTM C834, 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. 3. Products: a. Bostik Inc;_: www.bostik-us.com. b. Pecora Corporation ; AC -20 + Silicone Acrylic Latex Caulking Compound: www.pecora.com. c. BASF Construction Chemicals -Building Systems; www.buildingsystems.basf.com. d. Sherwin-Williams Company; 950A Siliconized Acrylic Latex Caulk: www.sherwin- williams.com. e. Tremco Global Sealants ; — www.tremcosealants.com. f. Substitutions: See Section 016000 - Product Requirements. 07-452 / MARINA PARK 079005-2 JOINT SEALERS F. Type _ - Acoustical Sealant for Concealed Locations: G. Concrete Floor Joint Filler: Self -leveling, pourable, semi-rigid sealant intended for filling cracks and control joints not subject to significant movement; rigid enough to support concrete edges under traffic. 1. Composition: Polyurea or epoxy, single or multi -part, 100 percent solids by weight. 2. Hardness: 75 to 80 after 7 days, when tested in accordance with ASTM D2240 Shore A. 3. Color: Concrete gray. 4. Joint Width: 1/8 to 1/4 inch. 5. Joint Depth: Provide product suitable for joints from 1/8 inch to 2 inches in depth including space for backer rod. 6. Applications: Use for: a. Control joints in concrete slabs and floors not filled with filler placed in form. b. joints in concrete slabs and floors. 7. Products: a. ARDEX Americas; ARDISEAL RAPID PLUS: www.ardex.com. b. W.R. Meadows, Inc; Rezi-Weld Flex: www.wrmeadows.com. c. Substitutions: See Section 016000 - Product Requirements. H. Type _ - Concrete Paving Joint Sealant: Polyurethane, self -leveling; ASTM C920, Class 25, Uses T, I, M and A; single component. 1. Color: Gray. 2. Applications: Use for: a. Joints in sidewalks and vehicular paving. 3. Products: a. Bostik Inc ; — www.bostik-us.com. b. BASF Construction Chemicals -Building Systems; www.buildingsystems.basf.com. c. Sherwin-Williams Company ; Stampede 1 S Polyurethane Sealant: www.sherwin- williams.com. d. Substitutions: See Section 016000 - Product Requirements. I. Silicone Sealant: ASTM C920, Grade NS, Class 25, Uses NT, A, G , M , O; single component, solvent curing, non -sagging, non -staining, fungus resistant, non-bleeding. 1. Color: To be selected by Architect from manufacturer's standard range. 2. Movement Capability: Plus and minus 25 percent. 3. Service Temperature Range: -65 to 180 degrees F. 4. Shore A Hardness Range: 15 to 35. 5. Products: a. Bostik Inc; — www.bostik-us.com. b. Dow Corning Corporation ; : www.dowcorning.com. c. Tremco Global Sealants;_: www.tremcosealants.com. 2.03 ACCESSORIES A. Primer: Non -staining type, recommended by sealant manufacturer to suit application. B. Joint Cleaner: Non -corrosive and non -staining type, recommended by sealant manufacturer; compatible with joint forming materials. C. Joint Backing: Round foam rod compatible with sealant; ASTM D 1667, closed cell PVC; oversized 30 to 50 percent larger than joint width . D. Bond Breaker: Pressure sensitive tape recommended by sealant manufacturer to suit application. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that substrate surfaces are ready to receive work. 07-452 / MARINA PARK 079005-3 JOINT SEALERS B. Verify that joint backing and release tapes are compatible with sealant. 3.02 PREPARATION A. Remove loose materials and foreign matter that could impair adhesion of sealant. B. Clean and prime joints in accordance with manufacturer's instructions. C. Perform preparation in accordance with manufacturer's instructions and ASTM C1193. 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 C1193. C. Perform acoustical sealant application work in accordance with ASTM C919. D. Measure joint dimensions and size joint backers to achieve width -to -depth ratio, neck dimension, and surface bond area as recommended by manufacturer. E. Install bond breaker where joint backing is not used. F. Install sealant free of air pockets, foreign embedded matter, ridges, and sags. G. Apply sealant within recommended application temperature ranges. Consult manufacturer when sealant cannot be applied within these temperature ranges. H. Tool joints concave. I. Compression Gaskets: Avoid joints except at ends, corners, and intersections; seal all joints with adhesive; install with face 1/8 to 1/4 inch below adjoining surface. 3.04 CLEANING A. Clean adjacent soiled surfaces. 3.05 PROTECTION A. Protect sealants until cured. END OF SECTION 07-452 / MARINA PARK 079005-4 JOINT SEALERS SECTION 08 4313 ALUMINUM -FRAMED STOREFRONTS PART1 GENERAL 1.01 SECTION INCLUDES A. Aluminum -framed storefront, with vision glass. B. Aluminum doors and frames. C. Weatherstripping. D. Door hardware. E. Perimeter sealant. 1.02 RELATED REQUIREMENTS A. Section 05 5000 - Metal Fabrications: Steel attachment devices. B. Section 07 9005 - Joint Sealers: Perimeter sealant and back-up materials. C. Section 08 7100 - Door Hardware: Hardware items other than specified in this section. D. Section 08 8000 - Glazing: Glass and glazing accessories. E. Section 08 4413 - Glazed Aluminum Curtain Walls. F. Section 09 9000 - Painting and Coating: Field painting of interior surface of infill panels. 1.03 REFERENCE STANDARDS A. AAMA CW -10 - Care and Handling of Architectural Aluminum From Shop to Site; American Architectural Manufacturers Association ; 2004. B. AAMA 501.2 - Field Check of Metal Storefronts, Curtain Walls, and Sloped Glazing Systems for Water Leakage; American Architectural Manufacturers Association ; 2009 (part of AAMA 501). C. AAMA 611 - Voluntary Specification for Anodized Architectural Aluminum; American Architectural Manufacturers Association ; 1998. D. ASTM B221 - Standard Specification for Aluminum and Aluminum -Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes; 2008. E. ASTM B221 M - Standard Specification for Aluminum and Aluminum -Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes [Metric] ; 2007. F. ASTM E283 - Standard Test Method for Determining the Rate of Air Leakage Through Exterior Windows, Curtain Walls, and Doors Under Specified Pressure Differences Across the Specimen ; 2004. G. ASTM E330 - Standard Test Method for Structural Performance of Exterior Windows, Doors, Skylights and Curtain Walls by Uniform Static Air Pressure Difference ; 2002 (Reapproved 2010). H. ASTM E331 - Standard Test Method for Water Penetration of Exterior Windows, Skylights, Doors, and Curtain Walls by Uniform Static Air Pressure Difference. 2000 (Reapproved 2009). 1.04 ADMINISTRATIVE REQUIREMENTS A. Coordinate with installation of other components that comprise the exterior enclosure. 1.05 SUBMITTALS A. See Section 01 3000 -Administrative Requirements, for submittal procedures. B. Shop Drawings: Indicate system dimensions, framed opening requirements and tolerances, affected related Work, expansion and contraction joint location and details, and field welding required. C. Hardware Schedule: Complete itemization of each item of hardware to be provided for each door, cross-referenced to door identification numbers in Contract Documents. 18-738 MARINA PARK OFFICE TI 084313-1 ALUMINUM -FRAMED STOREFRONTS D. Samples: Submit two samples 12x12 inches in size illustrating finished aluminum surface, glass, infill panels, glazing materials. 1.06 QUALITY ASSURANCE A. Manufacturer and Installer Qualifications: Company specializing in manufacturing aluminum glazing systems with minimum 5 years of experience. 1.07 DELIVERY, STORAGE, AND HANDLING A. Handle products of this section in accordance with AAMA CW -10. B. Protect finished aluminum surfaces with wrapping. Do not use adhesive papers or sprayed coatings that bond to aluminum when exposed to sunlight or weather. 1.08 FIELD CONDITIONS A. Do not install sealants when ambient temperature is less than 40 degrees F. Maintain this minimum temperature during and 48 hours after installation. 1.09 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. PART 2 PRODUCTS 3.01 MANUFACTURERS A. Basis of Design: Arcadia Glass Company. B. Substitutions: See Section 016000 - Product Requirements. 3.02 STOREFRONT A. Aluminum -Framed Storefront: Factory fabricated, factory finished aluminum framing members with infill, and related flashings, anchorage and attachment devices. 1. Glazing Rabbet: For 1 inch dual -glazing system. 2. Glazing Positions: As shown in drawings.. 3. Vertical Mullion Dimensions: _ 4. Finish: Class I color anodized. a. Alternate: Powder coated finish 5. Color: Clear anodized aluminum. B. Performance Requirements: 1. Design and size components to withstand the specified load requirements without damage or permanent set, when tested in accordance with ASTM E330, using loads 1.5 times the design wind loads and 10 second duration of maximum load. a. Member Deflection: Limit member deflection to flexure limit of glass in any direction, with full recovery of glazing materials. 2. Movement: Accommodate movement between storefront and perimeter framing and deflection of lintel, without damage to components or deterioration of seals. 3. Air Infiltration: Limit air infiltration through assembly to 0.06 cu ft/min/sq ft of wall area, measured at specified differential pressure across assembly in accordance with ASTM E283. 4. Water Leakage: None, when measured in accordance with ASTM E331 at specified pressure differential. 5. System Internal Drainage: Drain to the exterior by means of a weep drainage network any water entering joints, condensation occurring in glazing channel, and migrating moisture occurring within system. 6. Expansion/Contraction: Provide for expansion and contraction within system components caused by cycling temperature range of 170 degrees F over a 12 hour period without causing detrimental effect to system components, anchorages, and other building elements. 07-452 / MARINA PARK 084313-2 ALUMINUM -FRAMED STOREFRONTS 3.03 COMPONENTS A. Aluminum Framing Members: Tubular aluminum sections drainage holes and internal weep drainage system. 1. Glazing stops: B. Doors: Glazed aluminum. 1. Thickness: 1-3/4 inches. 2. Top Rail: 3 inches high. 3. Vertical Stiles: 3 inches wide. 4. Bottom Rail: 10 inches high. 5. Glazing Stops: Square. 6. Finish: Same as storefront. 3.04 MATERIALS A. Extruded Aluminum: ASTM B221 (ASTM B221 M). B. Fasteners: Stainless steel. C. Glass: As specified in Section 08 8000. D. Glazing Gaskets: Type to suit application to achieve weather, moisture, and air infiltration requirements. 3.05 FINISHES A. Class I Natural Anodized Finish: AAMA 611 AA-M12C22A41 Clear anodic coating or AAMA 612 clear anodic coating with electrolytically deposited organic seal; not less than 0.7 mils thick. B. Touch -Up Materials: As recommended by coating manufacturer for field application. 3.06 HARDWARE A. Door Hardware: As shown in drawings. 1. Include for each door weatherstripping, sill sweep strip, threshold, pivots, narrow stile handle latch, and closer. 3.07 FABRICATION A. Fabricate components with minimum clearances and shim spacing around perimeter of assembly, yet enabling installation and dynamic movement of perimeter seal. B. Accurately fit and secure joints and corners. Make joints flush, hairline , and weatherproof. C. Prepare components to receive anchor devices. Fabricate anchors. D. Coat concealed metal surfaces that will be in contact with cementitious materials or dissimilar metals with bituminous paint. E. Arrange fasteners and attachments to conceal from view. F. Reinforce components internally for door hardware . G. Reinforce framing members for imposed loads. H. Finishing: Apply factory finish to all surfaces that will be exposed in completed assemblies. 1. Touch-up surfaces cut during fabrication so that no natural aluminum is visible in completed assemblies, including joint edges. PART 3 EXECUTION 5.01 EXAMINATION A. Verify dimensions, tolerances, and method of attachment with other work. B. Verify that wall openings and adjoining air and vapor seal materials are ready to receive work of this section. 5.02 INSTALLATION A. Install wall system in accordance with manufacturer's instructions. 07-452 1 MARINA PARK 084313-3 ALUMINUM -FRAMED STOREFRONTS B. Attach to structure to permit sufficient adjustment to accommodate construction tolerances and other irregularities. C. Provide alignment attachments and shims to permanently fasten system to building structure. D. Align assembly plumb and level, free of warp or twist. Maintain assembly dimensional tolerances , aligning with adjacent work. E. Provide thermal isolation where components penetrate or disrupt building insulation. F. Install sill flashings. Turn up ends and edges; seal to adjacent work to form water tight dam. G. Where fasteners penetrate sill flashings, make watertight by seating and sealing fastener heads to sill flashing. H. Coordinate attachment and seal of perimeter air and vapor barrier materials. I. Pack fibrous insulation in shim spaces at perimeter of assembly to maintain continuity of thermal barrier. J. Set thresholds in bed of mastic and secure. K. Install hardware using templates provided. L. Install glass and infill panels in accordance with Section 08 8000, using glazing method required to achieve performance criteria. M. Touch-up minor damage to factory applied finish; replace components that cannot be satisfactorily repaired. 5.03 TOLERANCES A. Maximum Variation from Plumb: 0.06 inches every 3 ft non -cumulative or 1/16 inches per 10 ft, whichever is less. B. Maximum Misalignment of Two Adjoining Members Abutting in Plane: 1/32 inch. 5.04 FIELD QUALITY CONTROL A. See Section 014000 - Quality Requirements, for independent testing and inspection requirements. Inspection will monitor quality of installation and glazing. B. Test installed storefront for water leakage in accordance with AAMA 501.2. 5.05 ADJUSTING A. Adjust operating hardware and sash for smooth operation. 5.06 CLEANING A. Remove protective material from pre -finished aluminum surfaces. B. Wash down surfaces with a solution of mild detergent in warm water, applied with soft, clean wiping cloths. Take care to remove dirt from corners. Wipe surfaces clean. C. Remove excess sealant by method acceptable to sealant manufacturer. 5.07 PROTECTION A. Protect installed products from damage during subsequent construction. END OF SECTION 07-452 / MARINA PARK 084313-4 ALUMINUM -FRAMED STOREFRONTS SECTION 08 7100 DOORHARDWARE PART 2 PRODUCTS 1.01 DOOR HARDWARE -GENERAL A. Provide all hardware specified or required to make doors fully functional, compliant with applicable codes, and secure to the extent indicated. B. Provide all items of a single type of the same model by the same manufacturer. C. Provide products that comply with the following: 1. Applicable provisions of federal, state, and local codes. 2. Fire -Rated Doors: NFPA 80. 3. All Hardware on Fire -Rated Doors : Listed and classified by UL as suitable for the purpose specified and indicated. 4. Hardware for Smoke and Draft Control Doors (Indicated as "S" on Drawings): Provide hardware that enables door assembly to comply with air leakage requirements of the applicable code. 1.02 HINGES A. Hinges: Provide hinges on every swinging door. 1. Provide five -knuckle full mortise butt hinges unless otherwise indicated. 2. Provide ball-bearing hinges at all doors having closers. 3. Provide hinges in the quantities indicated. 4. Provide non -removable pins on exterior outswinging doors. 5. Where electrified hardware is mounted in door leaf, provide power transfer hinges. 1.03 LOCKS AND LATCHES A. Locks: Provide a lock for every door, unless specifically indicated as not requiring locking. 1. Hardware Sets indicate locking functions required for each door. 2. If no hardware set is indicated for a swinging door provide an office lockset. 3. Trim: Provide lever handle or pull trim on outside of all locks unless specifically stated to have no outside trim. 4. Lock Cylinders: Provide key access on outside of all locks unless specifically stated to have no locking or no outside trim. B. Lock Cylinders: Manufacturer's standard tumbler type, six -pin standard core. 1. Provide cams and/or tailpieces as required for locking devices required. C. Keying: Grand master keyed. D. Latches: Provide a latch for every door that is not required to lock, unless specifically indicated "push/pull" or "not required to latch". END OF SECTION 18-738 MARINA PARK OFFICE TI 087100-1 DOOR HARDWARE SECTION 08 8000 GLAZING PART1 GENERAL 1.01 SECTION INCLUDES A. Glass and glazing. B. Glazing compounds and accessories. 1.02 RELATED REQUIREMENTS A. Section 07 9005 - Joint Sealers. B. Section 08 4313 - Aluminum -Framed Storefronts. C. Section 08460 - Automatic Entrance Doors. 1.03 REFERENCE STANDARDS A. ASTM C864 - Standard Specification for Dense Elastomeric Compression Seal Gaskets, Setting Blocks, and Spacers ; 2005. B. ASTM C1036 - Standard Specification for Flat Glass ; 2006. C. ASTM C1048 - Standard Specification for Heat -Treated Flat Glass --Kind HS, Kind FT Coated and Uncoated Glass; 2004. D. ASTM C1193 - Standard Guide for Use of Joint Sealants ; 2010. 1.04 ADMINISTRATIVE REQUIREMENTS A. Preinstallation Meeting: Convene a preinstallation meeting at least one week before starting work of this section; require attendance by all affected installers. 1.05 SUBMITTALS A. See Section 01 3000 -Administrative Requirements, for submittal procedures. B. Product Data on Glass Types and glazing materials: Provide structural, physical and environmental characteristics, size limitations, special handling and installation requirements. C. Samples: Submit four samples 6 x 6 inch in size of each type (except tempered glass) required in the project. Identify each unit with indelibly marked label. D. Manufacturer's Certificate: Certify that each product furnished under this Section meets or exceeds specified requirements and referenced standards. 1.06 QUALITY ASSURANCE A. Perform Work in accordance with GANA Glazing Manual, FGMA Sealant Manual, SIGMA TM - 3000 Glazing Guidelines, and GANA Laminated Glazing Reference Manual for glazing installation methods. B. Installer Qualifications: Company specializing in performing the work of this section with minimum five years documented experience, and approved by Manufacturer. 1.07 PRODUCT HANDLING A. Deliver glazing with manufacturer's labels intact. Do not remove labels until glazing has been installed. B. Protect glazing from staining, markings, or damage. C. Deliver glazing sealants and compounds in manufacturer's unopened, labeled containers. 1.08 FIELD CONDITIONS A. Do not install glazing when ambient temperature is less than 50 degrees F. B. Maintain minimum ambient temperature before, during and 24 hours after installation of glazing compounds. 18-738 MARINA PARK OFFICE TI 088000-1 GLAZING 1.09 WARRANTY A. See Section 01 7800 - Closeout Submittals, for additional warranty requirements. PART 2 PRODUCTS 2.01 GLAZING TYPES A. Spandrel Glass: 1. Spandrel glass is to match vision glass with factory -applied white opacifier. B. Sealed Insulating Glass Units: Vision glazing. 1. Application(s): All exterior glazing unless otherwise indicated. 2. Oldcastle Solarban 60 Solar Control Low -E Glass - Solexia + Solarban 60 (3) Clear: a. Outboard Lite: Annealed float glass, 1/4 inch thick, minimum. 1) Tint: Solarban 60 "Solexia". 2) Coating: Low -E type, on #2 surface. b. Inboard Lite: Annealed float glass, 1/4 inch thick , minimum. 1) Tint: Clear. c. Total Thickness: 1 inch. d. Total Visible Light Transmittance: 61 percent, minimum. e. Total Solar Heat Gain Coefficient: .36 percent, maximum. f. U -Value (Imperial) as well of: .29 Winter and .27 Summer 2.02 EXTERIOR GLAZING ASSEMBLIES A. Structural Design Criteria: Select type and thickness to withstand dead loads and wind loads acting normal to plane of glass at design pressures calculated in accordance with governing code. 1. Use the procedure specified in ASTM E1300 to determine glass type and thickness. 2. Limit glass deflection to 1/200 or flexure limit of glass, whichever is less, with full recovery of glazing materials. 3. Thicknesses listed are minimum. 2.03 GLASS MATERIALS A. Float Glass Manufacturers: 1. AGC Flat Glass North America, Inc: www.afgglass.com. 2. Guardian Industries Corp: www.sunguardglass.com. 3. Pilkington North America Inc: www.pilkington.com/na. 4. PPG Industries, Inc: www.ppgideascapes.com. 5. Oldcastle Glass: www.oldcastleglass.com. 6. Substitutions: Refer to Section 016000 - Product Requirements. B. Float Glass: All glazing is to be float glass unless otherwise indicated. 1. Annealed Type: ASTM C1036, Type I, transparent flat, Class 1 clear, Quality Q3 (glazing select). 2. Heat -Strengthened and Fully Tempered Types: ASTM C1048. 3. Tinted Types: Color and performance characteristics as indicated. 4. Thicknesses: As indicated; for exterior glazing comply with specified requirements for wind load design regardless of specified thickness. C. Tempered Glass: fully tempered. 1. Comply with ASTM C 1036, Type I, transparent flat, Quality Q3 (glazing select). 2. Comply with ASTM C 1048. 3. Permanently label each light by etching, sandblasting, or firing -on ceramic. Identify labelers, thickness, and material type. Locate label in lower corner, positioned to be legible and visible after installation. Visible tong marks will not be acceptable in installed glass. 4. Provide tempered glass at locations indicated on Drawings. 5. 6 mm thick, unless noted otherwise on Drawings. 07-452 / MARINA PARK 088000-2 GLAZING D. Spandrel Glass : Fully tempered, clear or tinted as selected by Owner or indicated on Drawings. 1. Opacifier, color: white, on back surface. 2. Comply with ASTM C 1048 Type I, transparent flat, Quality Q3. 3. 6 mm thick, unless indicated otherwise on Drawings. 2.04 SEALED INSULATING GLASS UNITS A. Manufacturers: 1. Any of the manufacturers specified for float glass. B. Sealed Insulating Glass Units: Types as indicated. 1. Durability: Certified by an independent testing agency to comply with ASTM E2190. 2. Edge Spacers: Aluminum, bent and soldered corners. 3. Edge Seal: Glass to elastomer with supplementary silicone sealant. 4. Purge interpane space with dry hermetic air. C. Edge Seal Construction: Stainless steel, mitered and spigoted corners. D. Edge Seal Material: color as selected by Owner or indicated on Drawings. 2.05 GLAZING COMPOUNDS A. Manufacturers: 1. Bostik Inc: www.bostik-us.com. 2. Momentive Performance Materials, Inc (formerly GE Silicones): www.momentive.com. 3. Pecora Corporation: www.pecora.com. 4. BASF Construction Chemicals -Building Systems: www.buildingsystems.basf.com. 5. Dow Corning Corporation: www.dowcorning.com. 6. Tremco, Inc.: www.tremcoinc.com. B. General: Use sealants as recommended by glazing manufacturer, complying with reference standards and acceptable for use in the intended application, for the substrates with which they will come into contact. 2.06 GLAZING ACCESSORIES A. Setting Blocks: Neoprene, 80 to 90 Shore A durometer hardness, ASTM C 864 Option I. Length of 0.1 inch for each square foot of glazing or minimum 4 inch x width of glazing rabbet space minus 1/16 inch x height to suit glazing method and pane weight and area. B. Spacer Shims: Neoprene, 40 to 50 Shore A durometer hardness, ASTM C 864 Option I. Minimum 3 inch long x one half the height of the glazing stop x thickness to suit application . C. Glazing Tape: Preformed butyl rubber sealant compound with integral resilient tube spacing device; 10 to 15 Shore A durometer hardness; coiled on release paper; size recommended by glazing manufacturer; color to match frame. 1. Manufacturers: a. Pecora Corporation: www.pecora.com. b. Tremco Global Sealants: www.tremcosealants.com. D. Glazing Gaskets: Resilient silicone or neoprene extruded shape to suit glazing channel retaining slot; ASTM C 864 Option I; color as selected by Owner or indicated on Drawings. E. Glazing Clips: Manufacturer's standard type. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that openings for glazing are correctly sized and within tolerance. B. Verify that surfaces of glazing channels or recesses are clean, free of obstructions that may impede moisture movement, weeps are clear, and ready to receive glazing. 3.02 PREPARATION A. Clean contact surfaces with solvent and wipe dry. 07-452 / MARINA PARK 088000-3 GLAZING B. Seal porous glazing channels or recesses with substrate compatible primer or sealer. C. Prime surfaces scheduled to receive sealant. D. Install sealants in accordance with ASTM C1193 and FGMA Sealant Manual. E. Install sealant in accordance with manufacturer's instructions. Install all glazing by skilled glaziers, under supervision of a qualified foreman. 3.03 GLAZING METHODS A. Field measurements: Compute actual glazing size required for each opening, allowing for edge clearances and required grip. 3.04 INSTALLATION - EXTERIOR/INTERIOR DRY METHOD (GASKET GLAZING) A. Place setting blocks at 1/4 points with edge block no more than 6 inches from corners. B. Rest glazing on setting blocks and push against fixed stop with sufficient pressure on gasket to attain full contact. C. Install removable stops without displacing glazing gasket; exert pressure for full continuous contact. 3.05 MANUFACTURER'S FIELD SERVICES A. Glass and Glazing product manufacturers to provide field surveillance of the installation of their products. B. Provide written field reports for monitoring installation procedures and unacceptable conditions. 3.06 CLEANING A. Remove glazing materials from finish surfaces. B. Remove labels after Work is complete. C. Clean glass and adjacent surfaces. 3.07 PROTECTION A. Attach cross streamers away from glazing face. B. Do not apply markers of any kind to glazing surfaces. C. Replace glazing which is broken, chipped, cracked, abraded, or damaged during construction period. END OF SECTION 07-452 / MARINA PARK 088000-4 GLAZING SECTION 08 9100 LOUVERS PART1 GENERAL 1.01 SECTION INCLUDES A. Louvers, frames, and accessories. 1.02 RELATED REQUIREMENTS A. Section 07 6200 - Sheet Metal Flashing and Trim. B. Section 07 9005 - Joint Sealers. C. Section 09 9000 - Painting and Coating: Field painting. 1.03 REFERENCE STANDARDS A. AAMA 611 - Voluntary Specification for Anodized Architectural Aluminum; American Architectural Manufacturers Association ; 1998. B. AMCA 511 - Certified Ratings Program for Air Control Devices; Air Movement and Control Association International, Inc. ; 2010. 1.04 SUBMITTALS A. See Section 01 3000 - Administrative Requirements, for submittal procedures. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing products of the type specified in this section, with minimum three years of documented experience. 1.06 WARRANTY A. See Section 01 7800 - Closeout Submittals, for additional warranty requirements. B. Provide twenty year manufacturer warranty against distortion, metal degradation, and failure of connections. 1. Finish: Include coverage against degradation of exterior finish. PART2 PRODUCTS 2.01 MANUFACTURERS A. Wall Louvers: 1. Airolite Company, LLC : www.airolite.com. 2. Substitutions: See Section 016000 - Product Requirements. 2.02 LOUVERS A. Louvers: Factory fabricated and assembled, complete with frame, mullions, and accessories ; AMCA Certified under AMCA 511. 1. Screens: Provide insect screens at intake louvers and bird screens at exhaust louvers. B. Stationary Louvers : Horizontal blade, extruded aluminum construction , with intermediate mullions matching frame. 1. Blades: Straight. 2. Frame: 4 inches deep, channel profile; cornerjoints mitered and , with continuous recessed caulking channel each side. 3. Metal Thickness: Frame 0.081 inch; blades 0.081 inch. 4. Finish: Color anodized ; finish welded units after fabrication. 5. Color: As scheduled. 2.03 MATERIALS A. Extruded Aluminum: ASTM B221 (ASTM B221 M), . 1. Color Anodizing: AAMA 611 Class I, AA-M12C22A42/44. B. Bird Screen: Interwoven wire mesh of steel, 0.063 inch diameter wire, 1/2 inch open weave, diagonal design. 18-738 MARINA PARK OFFICE TI 089100-1 LOUVERS C. Insect Screen: 18 x 16 size aluminum mesh. 2.04 ACCESSORIES A. Blank -Off Panels: Same material as louver, painted black on exterior side; provide where duct connected to louver is smaller than louver frame, sealing off louver area outside duct. B. Screens: Frame of same material as louver, with reinforced corners; removable, screw attached; installed on inside face of louver frame. C. Fasteners and Anchors: Stainless steel. D. Flashings: Of same material as louver frame, formed to required shape, single length in one piece per location. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that prepared openings and flashings are ready to receive work and opening dimensions are as indicated on shop drawings. 3.02 INSTALLATION A. Install louver assembly in accordance with manufacturers instructions. B. Install louvers level and plumb. C. Install Flashings and align louver assembly to ensure moisture shed from flashings and diversion of moisture to exterior. D. Secure louver frames in openings with concealed fasteners. 3.03 CLEANING A. Strip protective finish coverings. B. Clean surfaces and components. END OF SECTION 07-452 / MARINA PARK 089100-2 LOUVERS SECTION 09 2116 GYPSUM BOARD ASSEMBLIES PART1 GENERAL 1.01 SECTION INCLUDES A. Performance criteria for gypsum board assemblies. B. Metal stud wall framing. C. Gypsum wallboard. D. Joint treatment and accessories. 1.02 RELATED REQUIREMENTS A. Section 07 9005 - Joint Sealers: Acoustic sealant. B. Section 09 2216 - Non -Structural Metal Framing. C. Section 09900 - Paints and coatings. 1.03 REFERENCE STANDARDS A. ANSI A108.11 - American National Standard for Interior Installation of Cementitious Backer Units ; 2010. B. ASTM C475/C475M - Standard Specification for Joint Compound and Joint Tape for Finishing Gypsum Board ; 2002 (Reapproved 2007). C. ASTM C514 - Standard Specification for Nails for the Application of Gypsum Board ; 2004 (Reapproved 2009)e1. D. ASTM C557 - Standard Specification for Adhesives for Fastening Gypsum Wallboard to Wood Framing ; 2003 (Reapproved 2009)e1. E. ASTM C754 - Standard Specification for Installation of Steel Framing Members to Receive Screw -Attached Gypsum Panel Products ; 2009a. F. ASTM C840 - Standard Specification for Application and Finishing of Gypsum Board ; 2008. G. ASTM C1280 - Standard Specification for Application of Gypsum Sheathing ; 2009. H. ASTM E413 -Classification for Rating Sound Insulation ; 2010. 1.04 QUALITY ASSURANCE A. Perform in accordance with ASTM C 840. Comply with requirements of GA -600 for fire -rated assemblies. Maintain one copy of standards at project site. B. Installer Qualifications: Company specializing in performing gypsum board application and finishing , with minimum five years of documented experience. 1.05 PRODUCT HANDLING A. Procedures in accordance with Division 1. Storage: 1. Store gypsum board, trim accessories and fasteners, joint treatment materials in a dry area. 1.06 PROJECT CONDITIONS A. Environmental requirements: 1. Temperature: During cold weather, maintain temperature range between 13°C to 21°C for 24 hours before, during, and after gypsum wallboard installation, joint treatment, and primer applications. Maintain temperature for 48 hours after application of acoustical plaster. 2. Ventilation: a. Provide ventilation during and following adhesive application, joint treatment, and primer application. 18-738 MARINA PARK OFFICE TI 092116-1 GYPSUM BOARD ASSEMBLIES b. Use temporary air circulators in enclosed areas lacking natural ventilation. c. Under slow drying conditions, allow additional drying time between coats of joint treatment and prior to primer application. Treat joints in accordance with manufacturer's written instructions. d. Protect installed materials from drafts during hot, dry weather. 3. Protection: Protect adjacent surfaces against damage and stains. 4. Follow manufacturer's recommendations in regards to temperature, humidity and ventilation. PART 2 PRODUCTS 2.01 GYPSUM BOARD ASSEMBLIES A. Provide completed assemblies complying with ASTM C840 and GA -216. B. Interior Partitions : Provide completed assemblies with the following characteristics: 1. Acoustic Attenuation: STC of 45-49 calculated in accordance with ASTM E413, based on tests conducted in accordance with ASTM E90. 2.02 METAL FRAMING MATERIALS A. Manufacturers - Metal Framing, Connectors, and Accessories: 1. Clarkwestern Dietrich Building Systems LLC ; Product _: www.clarkdietrich.com. 2. Dietrich Metal Framing ; Product _: www.dietrichindustries.com. 3. Marino; Product_: www.marinoware.com. 4. Telling Industries ; Product_ www.tellingindustries.com. 5. ; Product_ 6. Substitutions: See Section 01 6000 -Product Requirements. B. Metal Framing Connectors and Accessories: 1. Same manufacturer as framing. 2. Dietrich Metal Framing ; Product_: www.dietrichindustries.com. 3. The Steel Network Inc: www.Steei eetwork.com. 4. ; Product_ 5. Substitutions: See Section 016000 - Product Requirements. C. Non-Loadbearing Framing System Components: ASTM C645; galvanized sheet steel, of size and properties necessary to comply with ASTM C754 for the spacing indicated, with maximum deflection of wall framing of L/240 at 5 psf. 1. Exception: The minimum metal thickness and section properties requirements of ASTM C645 are waived provided steel of 40 ksi minimum yield strength is used, the metal is continuously dimpled, the effective thickness is at least twice the base metal thickness, and maximum stud heights are determined by testing in accordance with ASTM E72 using assemblies specified by ASTM C754. 2. Studs: "C" shaped with flat or formed webs with knurled faces. 3. Runners: U shaped, sized to match studs. 4. Ceiling Channels: C shaped. 5. Furring: Hat -shaped sections, minimum depth of 7/8 inch. D. Ceiling Hangers: Type and size as specified in ASTM C754 for spacing required. E. Partition Head To Structure Connections: Provide track fastened to structure with legs of sufficient length to accommodate deflection, for friction fit of studs cut short and fastened as indicated on drawings. 2.03 BOARD MATERIALS A. Manufacturers - Gypsum -Based Board: 1. CertainTeed Corporation ; Product_: www.certainteed.com. 2. Georgia-Pacific Gypsum LLC ; Product— www.gp.com/gypsum. 3. National Gypsum Company; Product— www.nationalgypsum.com. 4. USG Corporation ; Product_ www.usg.com. 5. ; Product 07-452 / MARINA PARK 092116-2 GYPSUM BOARD ASSEMBLIES 6. Substitutions: See Section 01 6000 - Product Requirements. B. Gypsum Wallboard: Paper -faced gypsum panels as defined in ASTM C1396/C1396M; sizes to minimize joints in place; ends square cut. 1. Application: Use for vertical surfaces and ceilings, unless otherwise indicated. 2. Thickness: a. Vertical Surfaces: 5/8 inch. b. Ceilings: 5/8 inch. 3. Glass -Mat -Faced Products: a. Georgia-Pacific Gypsum LLC; DensArmor Plus. C. Ceiling Board: Special sag -resistant gypsum ceiling board as defined in ASTM C1396/C1396M; sizes to minimize joints in place; ends square cut. 1. Application: Ceilings, unless otherwise indicated. 2. Thickness: 1/2 inch. 3. Edges: Tapered. 4. Products: a. CertainTeed Corporation; ProRoc Interior Ceiling. b. Georgia-Pacific Gypsum LLC; ToughRock CD Ceiling Board. c. National Gypsum Company; High Strength Brand Ceiling Board. d. USG Corporation; Sheetrock Brand Sag -Resistant Interior Gypsum Ceiling Board. e. Substitutions: See Section 01 6000 - Product Requirements. D. Gypsum Wallboard: ASTM C 1396/C 1396M. Sizes to minimize joints in place; ends square cut. 1. Regular Type: a. Application: Use for vertical surfaces, unless otherwise indicated. b. Thickness: 5/8 inch. c. Edges: Tapered. 2. Ceiling Board: Special sag -resistant type. a. Application: Ceilings, unless otherwise indicated. b. Thickness: 1/2 inch. c. Edges: Tapered. E. Water -Resistant Gypsum Board: ASTM C 1396/C 1396M; ends square cut. 1. Application: Vertical and horizontal surfaces in bathrooms and high humidity areas. a. Do not use as a substrate for tile installations. 2. Core Type: Type X, as indicated. 3. Thickness: 5/8 inch. 4. Edges: Tapered. 2.04 ACCESSORIES A. Acoustic Insulation: As specified in Section 07 2100. B. Acoustic Sealant: Non -hardening, non -skinning, for use in conjunction with gypsum board. C. Finishing Accessories: ASTM C1047, galvanized steel or rolled zinc, unless otherwise indicated. 1. Types: As detailed or required for finished appearance. 2. Special Shapes: In addition to conventional cornerbead and control joints, provide U -bead at exposed panel edges. D. Joint Materials: ASTM C475 and as recommended by gypsum board manufacturer for project conditions. 1. Tape: 2 inch wide, coated glass fiber tape for joints and corners , except as otherwise indicated. 2. Tape: 2 inch wide, creased paper tape for joints and corners , except as otherwise indicated. 3. Ready -mixed vinyl -based joint compound. 07-452 / MARINA PARK 092116-3 GYPSUM BOARD ASSEMBLIES 4. Powder -type vinyl -based joint compound. 5. Chemical hardening type compound. E. Screws for Attachment to Steel Members Less Than 0.03 inch In Thickness, to Wood Members, and to Gypsum Board: ASTM C1002; self -piercing tapping type; cadmium -plated for exterior locations. F. Screws for Attachment to Steel Members From 0.033 to 0.112 Inch in Thickness: ASTM C954; steel drill screws for application of gypsum board to loadbearing steel studs. G. Screws: ASTM C 1002; self -piercing tapping type ; cadmium -plated for exterior locations. H. Screws: ASTM C 954; steel drill screws for application of gypsum board to Ioadbearing steel studs. I. Anchorage to Substrate: Tie wire, nails, screws, and other metal supports, of type and size to suit application; to rigidly secure materials in place. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that project conditions are appropriate for work of this section to commence. 3.02 FRAMING INSTALLATION A. Metal Framing: Install in accordance with ASTM C754 and manufacturer's instructions. B. Suspended Ceilings and Soffits: Space framing and furring members at 16 inches on center maximum. 1. Level ceiling system to a tolerance of 1/1200. 2. Laterally brace entire suspension system. 3. Install bracing as required at exterior locations to resist wind uplift. C. Studs: Space studs at 16 inches on center maximum. 1. Extend partition framing to structure where indicated and to ceiling in other locations. 2. Partitions Terminating at Ceiling: Attach ceiling runner securely to ceiling track in accordance with manufacturer's instructions. 3. Partitions Terminating at Structure: Attach top runner to structure, maintain clearance between top of studs and structure, and connect studs to track using specified mechanical devices in accordance with manufacturer's instructions; verify free movement of top of stud connections; do not leave studs unattached to track. D. Openings: Reinforce openings as required for weight of doors or operable panels, using not less than double studs at jambs. E. Standard Wall Furring: Install at masonry walls scheduled to receive gypsum board, not more than 4 inches from floor and ceiling lines and abutting walls. Secure in place on alternate channel flanges at maximum 24 inches on center. 1. Orientation: Horizontal. 2. Spacing: As indicated. F. Blocking: Install blocking for support of plumbing fixtures, toilet partitions, toilet accessories, and hardware. Comply with Section 06 1054 for wood blocking. 3.03 BOARD INSTALLATION A. Comply with ASTM C 840 and manufacturer's instructions. Install to minimize butt end joints, especially in highly visible locations. Recess all screw fasteners 2mm to avoid popouts of finishing compound. B. Single -Layer Non -Rated: Install gypsum board in most economical direction; perpendicular to framing, with ends and edges occurring over firm bearing. 1. Exception: Tapered edges to receive joint treatment at right angles to framing. C. Double -Layer Non -Rated: Use gypsum board for first layer, placed perpendicular to framing or furring members, with ends and edges occurring over firm bearing. Use glass mat faced gypsum board at exterior walls and at other locations as indicated. Place second layer 07-452 / MARINA PARK 092116-4 GYPSUM BOARD ASSEMBLIES perpendicular to framing or furring members. Offset joints of second layer from joints of first layer. D. Installation on Metal Framing: Use screws for attachment of all gypsum board except face layer of non -rated double -layer assemblies, which may be installed by means of adhesive lamination. E. Moisture Protection: Treat cut edges and holes in moisture resistant gypsum board and exterior gypsum soffit board with sealant. 3.04 INSTALLATION OF TRIM AND ACCESSORIES A. Control Joints: Place control joints consistent with lines of building spaces and as indicated. 1. Not more than 30 feet apart on walls and ceilings over 50 feet long. 2. At exterior soffits, not more than 30 feet apart in both directions. B. Corner Beads: Install at external corners, using longest practical lengths. C. Edge Trim: Install at locations where gypsum board abuts dissimilar materials and as indicated. 3.05 JOINT TREATMENT A. Paper Faced Gypsum Board: Use paper joint tape, bedded with ready -mixed vinyl -based joint compound and finished with ready -mixed vinyl -based joint compound. B. Finish gypsum board in accordance with levels defined in ASTM C840, as follows: 1. Level 4: Walls and ceilings to receive paint finish or wall coverings, unless otherwise indicated. 2. Level 5: Walls and ceilings to receive semi -gloss or gloss paint finish and other areas specifically indicated. 3. Level 2: In utility areas, behind cabinetry, and on backing board to receive tile finish. C. Finish gypsum board in scheduled areas in accordance with levels defined in ASTM C 840 and as scheduled below. 1. Above Finished Ceilings Concealed From View: Level 1. 2. Utility Areas and Areas Behind Cabinetry: Level 2. 3. Walls and Ceilings to Receive Flat or Eggshell Paint Finish: Level 4. 4. Walls and Ceilings to Receive Semi -Gloss or Gloss Paint Finish: Level 5. D. Tape, fill, and sand exposed joints, edges, and corners to produce smooth surface ready to receive finishes. 1. Feather coats of joint compound so that camber is maximum 1/32 inch. 2. Taping, filling, and sanding is not required at surfaces behind adhesive applied ceramic tile and fixed cabinetry. 3. Taping, filling and sanding is not required at base layer of double layer applications. E. Where Level 5 finish is indicated, spray apply high build drywall surfacer over entire surface after joints have been properly treated; achieve a flat and tool mark -free finish. F. Fill and finish joints and corners of cementitious backing board as recommended by manufacturer. 3.06 TOLERANCES A. Maximum Variation of Finished Gypsum Board Surface from True Flatness: 1/8 inch in 10 feet in any direction. 3.07 FINISH LEVEL SCHEDULE A. Level 1: Above finished ceilings concealed from view. B. Level 2: Utility areas and areas behind cabinetry. C. Level 3: Walls scheduled to receive textured wall finish. D. Level 4: Walls and ceilings scheduled to receive flat or eggshell paint finish. E. Level 5: Walls and ceilings scheduled to receive semi -gloss or gloss paint finish. 07-452 / MARINA PARK 092116-5 GYPSUM BOARD ASSEMBLIES 3.08 CLEANING A. Remove excess material, overspray, and waste from building and dispose of off-site. B. Restore all areas negatively affected by spray -applied materials to as good as, or better than conditions that existed prior to application of acoustical plaster. END OF SECTION 07-452 / MARINA PARK 092116-6 GYPSUM BOARD ASSEMBLIES SECTION 09 2216 NON-STRUCTURAL METAL FRAMING PART1 GENERAL 1.01 SECTION INCLUDES A. Metal partition, ceiling, and soffit framing. B. Framing accessories. 1.02 RELATED REQUIREMENTS A. Section 05 5000 - Metal Fabrications: Metal fabrications attached to stud framing. B. Section 08 3100 -Access Doors and Panels. C. Section 09 2116 -Gypsum Board Assemblies: Metal studs for gypsum board partition framing. 1.03 REFERENCE STANDARDS A. ASTM C645 - Standard Specification for Nonstructural Steel Framing Members; 2011a. B. ASTM C754 - Standard Specification for Installation of Steel Framing Members to Receive Screw -Attached Gypsum Panel Products ; 2011. C. ASTM C1002 - Standard Specification for Steel Self -Piercing Tapping Screws for the Application of Gypsum Panel Products or Metal Plaster Bases to Wood Studs or Steel Studs; 2007. D. SSPC-Paint 20 - Zinc -Rich Primers (Type I, "Inorganic," and Type II, "Organic"); Society for Protective Coatings; 2002 (Ed. 2004). PART2 PRODUCTS 2.01 FRAMING MATERIALS A. Non-Loadbearing Framing System Components: ASTM C645; galvanized sheet steel, of size and properties necessary to comply with ASTM C754 for the spacing indicated, with maximum deflection of wall framing of L/240 at 5 psf. 1. Studs: C shaped with flat or formed webs with knurled faces. 2. Runners: U shaped, sized to match studs. 3. Ceiling Channels: C shaped. 4. Furring: Hat -shaped sections, minimum depth of 7/8 inch. B. Ceiling Hangers: Type and size as specified in ASTM C754 for spacing required. C. Partition Head to Structure Connections: Provide track fastened to structure with legs of sufficient length to accommodate deflection, for friction fit of studs cut short and fastened as indicated on drawings. D. Tracks and Runners: Same material and thickness as studs, bent leg retainer notched to receive studs with provision for crimp locking to stud. E. Furring and Bracing Members: Of same material as studs; thickness to suit purpose; complying with applicable requirements of ASTM C754. F. Fasteners: ASTM C1002 self -piercing tapping screws. G. Sheet Metal Backing: 0.036 inch thick, galvanized. H. Acoustic Insulation: As specified in Section 07 2100. I. Touch -Up Primer for Galvanized Surfaces: SSPC-Paint 20, Type I - Inorganic. 2.02 FABRICATION A. Fabricate assemblies of framed sections to sizes and profiles required. B. Fit, reinforce, and brace framing members to suit design requirements. 18-738 MARINA PARK OFFICE TI 092216-1 NON-STRUCTURAL METAL FRAMING PART 3 EXECUTION 3.01 EXAMINATION A. Verify existing conditions before starting work. 3.02 INSTALLATION OF STUD FRAMING A. Extend partition framing to structure where indicated and to ceiling in other locations. B. Partitions Terminating at Ceiling: Attach ceiling runner securely to ceiling track in accordance with manufacturer's instructions. C. Partitions Terminating at Structure: Attach top runner to structure, maintain clearance between top of studs and structure, and connect studs to track using specified mechanical devices in accordance with manufacturer's instructions; verify free movement of top of stud connections; do not leave studs unattached to track. D. Align and secure top and bottom runners at 24 inches on center. E. Fit runners under and above openings; secure intermediate studs to same spacing as wall studs. F. Align stud web openings horizontally. G. Secure studs to tracks using crimping method. Do not weld. H. Fabricate corners using a minimum of three studs. I. Double stud at wall openings, door and window jambs, not more than 2 inches from each side of openings. J. Coordinate erection of studs with requirements of door frames; install supports and attachments. K. Coordinate installation of bucks, anchors, and blocking with electrical, mechanical, and other work to be placed within or behind stud framing. 3.03 CEILING AND SOFFIT FRAMING A. Install furring after work above ceiling or soffit is complete. Coordinate the location of hangers with other work. B. Install furring independent of walls, columns, and above -ceiling work. C. Securely anchor hangers to structural members or embed in structural slab. Space hangers as required to limit deflection to criteria indicated. Use rigid hangers at exterior soffits. D. Space main carrying channels at maximum 72 inch on center, and not more than 6 inches from wall surfaces. Lap splice securely. E. Securely fix carrying channels to hangers to prevent turning or twisting and to transmit full load to hangers. F. Place furring channels perpendicular to carrying channels, not more than 2 inches from perimeter walls, and rigidly secure. Lap splices securely. 3.04 TOLERANCES END OF SECTION 07-452 / MARINA PARK 092216-2 NON-STRUCTURAL METAL FRAMING SECTION 09 5100 ACOUSTICAL CEILINGS PART1 GENERAL 1.01 SECTION INCLUDES A. Suspended metal grid ceiling system. B. Acoustical units. 1.02 RELATED REQUIREMENTS A. Section 05 3100 - Steel Deck: Placement of special anchors or inserts for suspension system. B. Section 07 2100 - Thermal Insulation: Acoustical insulation. C. Section 07 9005 - Joint Sealers: Acoustical sealant. D. Section 08 3100 -Access Doors and Panels: Access panels. E. Section 26 5100 -Interior Lighting: Light fixtures in ceiling system. 1.03 REFERENCE STANDARDS A. ASTM C635 - Standard Specification for the Manufacture, Performance, and Testing of Metal Suspension Systems for Acoustical Tile and Lay -in Panel Ceilings; 2007. B. ASTM E1264 - Standard Classification for Acoustical Ceiling Products ; 2008e1. C. CAL (CHPS LEM) - Low -Emitting Materials Product List; California Collaborative for High Performance Schools (CHPS) ; current edition at www.chps.net/. 1.04 ADMINISTRATIVE REQUIREMENTS A. Sequence work to ensure acoustical ceilings are not installed until building is enclosed, sufficient heat is provided, dust generating activities have terminated, and overhead work is completed, tested, and approved. B. Do not install acoustical units until after interior wet work is dry. 1.05 SUBMITTALS A. See Section 01 3000 - Administrative Requirements, for submittal procedures. B. Product Data: Provide data on suspension system components. C. Samples: Submit two samples 12 x 12 inch in size illustrating material and finish of acoustical units. 1.06 FIELD CONDITIONS A. Maintain uniform temperature of minimum 60 degrees F, and maximum humidity of 40 percent prior to, during, and after acoustical unit installation. PART PRODUCTS 2.01 ACOUSTICAL UNITS A. Manufacturers: 1. Armstrong World Industries, Inc. Product Second Look: www.armstrong.com. 2. Substitutions: See Section 016000 - Product Requirements. B. Acoustical Units - General: ASTM E1264, Class A. C. Acoustical Tile Type -Armstrong Second Look: Painted mineral fiber, ASTM E1264 Type III, with to the following characteristics: 1. VOC Content: Certified as Low Emission by one of the following a. Product listing in the CHPS Low -Emitting Materials Product List at; www.chps.net/manual/lem—table.htm. 2. Size: 24 x 48 inches 3. Joint: Kerfed and rabbeted. Kerf and rabbet tile edges at all edges where panels terminate at walls. 18-738 MARINA PARK OFFICE TI 095100-1 ACOUSTICAL CEILINGS Surface Color White. 2.02 SUSPENSION SYSTEM(S) A. Manufacturers: 1. Armstrong World Industries, Inc; Product Slimline: www.armstrong.com. 2. Substitutions: See Section 01 6000 - Product Requirements. B. Suspension Systems - General: ASTM C635; die cut and interlocking components, with stabilizer bars, clips, splices, perimeter moldings, hold down clips, and seismic clips as required. 2.03 ACCESSORIES A. Support Channels and Hangers: Galvanized steel; size and type to suit application , seismic requirements, and ceiling system flatness requirement specified. PART 3 EXECUTION 3.01 EXAMINATION A. Verify existing conditions before starting work. B. Verify that layout of hangers will not interfere with other work. 3.02 INSTALLATION - SUSPENSION SYSTEM A. Rigidly secure system, including integral mechanical and electrical components, for maximum deflection of 1:360. B. Install after major above -ceiling work is complete. Coordinate the location of hangers with other work. C. Hang suspension system independent of walls, columns, ducts, pipes and conduit. Where carrying members are spliced, avoid visible displacement of face plane of adjacent members. D. Where ducts or other equipment prevent the regular spacing of hangers, reinforce the nearest affected hangers and related carrying channels to span the extra distance. E. Do not support components on main runners or cross runners if weight causes total dead load to exceed deflection capability. F. Support fixture loads using supplementary hangers located within 6 inches of each corner, or support components independently. G. Do not eccentrically load system or induce rotation of runners. 3.03 INSTALLATION -ACOUSTICAL UNITS A. Install acoustical units in accordance with manufacturer's instructions. B. Fit acoustical units in place, free from damaged edges or other defects detrimental to appearance and function. C. Fit border trim neatly against abutting surfaces. D. Install units after above -ceiling work is complete. E. Install acoustical units level, in uniform plane, and free from twist, warp, and dents. F. Cutting Acoustical Units: 1. Make field cut edges of same profile as factory edges. 3.04 TOLERANCES A. Maximum Variation from Flat and Level Surface: 1/8 inch in 10 feet. B. Maximum Variation from Plumb of Grid Members Caused by Eccentric Loads: 2 degrees. END OF SECTION 07-452 / MARINA PARK 095100-2 ACOUSTICAL CEILINGS SECTION 09 6800 CARPETING PART1 GENERAL 1.01 SECTION INCLUDES A. Carpet, stretched -in, with cushion underlay. B. Accessories. 1.02 RELATED REQUIREMENTS A. Section 01 6116 - Volatile Organic Compound (VOC) Content Restrictions. B. Section 01 7419 - Construction Waste Management and Disposal: Reclamation/Recycling of new carpet scrap, new cushion scrap, removed carpet, and removed carpet cushion. C. Section 03 3000 - Cast -in -Place Concrete: Restrictions on curing compounds for concrete slabs and floors to receive adhesive -applied carpet. D. Section 09 0561 - Common Work Results for Flooring Preparation: Independent agency testing of concrete slabs, removal of existing floor coverings, cleaning, and preparation. 1.03 REFERENCE STANDARDS A. ASTM D2859 - Standard Test Method for Ignition Characteristics of Finished Textile Floor Covering Materials ; 2006. B. ASTM E648 - Standard Test Method for Critical Radiant Flux of Floor Covering Systems Using a Radiant Heat Energy Source ; 2010e1. C. ASTM F710 - Standard Practice for Preparing Concrete Floors to Receive Resilient Flooring ; 2008. D. CRI (CIS) - Carpet Installation Standard; Carpet and Rug Institute ; 2009. 1.04 SUBMITTALS A. See Section 01 3000 - Administrative Requirements, for submittal procedures. B. Product Data: Provide data on specified products, describing physical and performance characteristics; sizes, patterns, colors available, and method of installation. C. Samples: Submit two samples 18 x 18 inch in size illustrating color and pattern for each carpet and cushion material specified. D. LEED Report: Submit data documenting VOC content of carpet, cushion, and adhesives; copy of current CRI Approved Products Listing is acceptable. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing specified carpet with minimum three years documented experience. B. Installer Qualifications: Company specializing in installing carpet with minimum three years experience. 1.06 FIELD CONDITIONS A. Store materials in area of installation for minimum period of 24 hours prior to installation. B. Maintain minimum 70 degrees F ambient temperature 24 hours prior to, during and 24 hours after installation. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Carpet: See drawings for carpet manufacturers and products. Match existing carpet in the space. 18-738 MARINA PARK OFFICE TI 096800-1 CARPETING 2.02 CARPET A. Carpet: See drawings for carpet manufacturers and products. Match existing product in place. 2.03 ACCESSORIES A. Sub -Floor Filler: Type recommended by carpet manufacturer. B. Tackless Strip: Carpet gripper, of type recommended by carpet manufacturer to suit application, with attachment devices. C. Moldings and Edge Strips: Embossed aluminum, clear anodized color. D. Adhesives - General: Compatible with materials being adhered; maximum VOC content as specified in Section 01 6116. E. Seam Adhesive: Recommended by manufacturer. F. Contact Adhesive: Compatible with carpet material ; releasable type. 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 carpet. B. Verify that sub -floor surfaces are dust -free and free of substances that could impair bonding of adhesives to sub floor surfaces. C. Cementitious Sub -floor Surfaces: Verify that substrates are dry enough and ready for flooring installation by testing for moisture and pH. 1. Test in accordance with Section 09 0561. 2. Obtain instructions if test results are not within limits recommended by flooring material manufacturer and adhesive materials manufacturer. 3.02 PREPARATION A. Prepare floor substrates for installation of flooring in accordance with Section 09 0561. 3.03 INSTALLATION -GENERAL A. Starting installation constitutes acceptance of sub -floor conditions. B. Install carpet and cushion in accordance with manufacturer's instructions and CRI Carpet Installation Standard. C. Verify carpet match before cutting to ensure minimal variation between dye lots. D. Lay out carpet and locate seams in accordance with shop drawings: 1. Locate seams in area of least traffic, out of areas of pivoting traffic, and parallel to main traffic. 2. Do not locate seams perpendicular through door openings. 3. Align run of pile in same direction as anticipated traffic and in same direction on adjacent pieces. 4. Locate change of color or pattern between rooms under door centerline. 5. Provide monolithic color, pattern, and texture match within any one area. E. Install carpet tight and flat on subfloor, well fastened at edges, with a uniform appearance. 3.04 STRETCHED -IN CARPET A. Install tackless strips with pins facing the wall around entire perimeter, except across door openings. Use edge strip where carpet terminates at other floor coverings. B. Space tackless strips slightly less than carpet thickness away from vertical surfaces, but not more than 3/8 inch. C. Install cushion in maximum size pieces using spot adhesive to adhere to sub -floor. D. Lay out cushion so that seams will be perpendicular to, or offset from, minimum 6 inches from carpet seams. 07-452 / MARINA PARK 096800-2 CARPETING E. Butt cushion edges together and tape seams. F. Trim cushion tight to edge of tackless strip and around projections and contours. G. Double cut carpet seams , with accurate pattern match. Make cuts straight, true, and unfrayed. Apply seam adhesive to all cut edges immediately. H. Join seams by hand sewing. Form seams straight, not overlapped or peaked, and free of gaps. I. Following seaming, hook carpet onto tackless strip at one edge, power stretch, and hook firmly at other edges. Follow manufacturer's recommendations for method and amount of stretch. J. Trim carpet neatly at walls and around interruptions. Tuck edges into space between tackless strip and wall. 3.05 DIRECT -GLUED CARPET A. Double cut carpet seams , with accurate pattern match. Make cuts straight, true, and unfrayed. Apply seam adhesive to cut edges of woven carpet immediately. B. Apply contact adhesive to floor uniformly at rate recommended by manufacturer. After sufficient open time, press carpet into adhesive. C. Apply seam adhesive to the base of the edge glued down. Lay adjoining piece with seam straight, not overlapped or peaked, and free of gaps. D. Roll with appropriate roller for complete contact of adhesive to carpet backing. E. Trim carpet neatly at walls and around interruptions. 3.06 INSTALLATION ON STAIRS A. Install tackless strips at back of treads, with pins facing riser, and at bottom of riser, with pins facing tread. B. Install cushion on stair treads and lap over nosing. C. Install carpet on stairs with the run of the pile in opposite direction of anticipated traffic to avoid peaking of backing at nosings. D. Stretch carpet over stair treads, full width in one piece. Fold carpet under 1-1/2 inches on each side. 3.07 CLEANING A. Remove excess adhesive from floor and wall surfaces without damage. B. Clean and vacuum carpet surfaces. END OF SECTION 07-452 / MARINA PARK 096800-3 CARPETING SECTION 09 9000 PAINTING AND COATING PART1 GENERAL 1.01 SECTION INCLUDES A. Surface preparation. B. Field application of paints and stains. C. Materials for backpriming woodwork. D. Scope: Finish all interior and exterior surfaces exposed to view, unless fully factory -finished and unless otherwise indicated, including the following: 1. Both sides and edges of plywood backboards for electrical and telecom equipment before installing equipment. E. 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 RELATED REQUIREMENTS A. Section 01 6116 - Volatile Organic Compound (VOC) Content Restrictions. B. Section 05 5000 - Metal Fabrications: Shop -primed items. 1.03 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 D4442 - Standard Test Methods for Direct Moisture Content Measurement of Wood and Wood -Base Materials: 2007. 1.04 SUBMITTALS A. See Section 01 3000 -Administrative Requirements, for submittal procedures. B. Product Data: Provide complete list of all products to be used, with the following information for each: 1. Manufacturer's name, product name and/or catalog number, and general product category (e.g. "alkyd enamel"). 2. MPI product number (e.g. MPI #47). 3. Cross-reference to specified paint system(s) product is to be used in; include description of each system. C. Samples: Submit three paper "drop" samples, 8-1/2 by 11 inches in size, illustrating range of colors available for each finishing product specified. 1. Where sheen is specified, submit samples in only that sheen. 1.05 MOCK-UP A. See Section 01 4000 - Quality Requirements, for general requirements for mock-up. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver products to site in sealed and labeled containers; inspect to verify acceptability. 18-738 MARINA PARK OFFICE TI 099000-1 PAINTING AND COATING B. Container Label: Include manufacturer's name, type of paint, brand name, lot number, brand code, coverage, surface preparation, drying time, cleanup requirements, color designation, and instructions for mixing and reducing. C. Paint Materials: Store at minimum ambient temperature of 45 degrees F and a maximum of 90 degrees F, in ventilated area, and as required by manufacturer's instructions. 1.07 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. Provide lighting level of 80 ft candles measured mid -height at substrate surface. PART PRODUCTS 2.01 MANUFACTURERS A. Provide all paint and coating products used in any individual system from the same manufacturer; no exceptions. B. Provide all paint and coating products from the same manufacturer to the greatest extent possible. C. Paints: 1. Dunn Edwards Paints. 2. Substitutions and color matching by another manufacturer is not allowed. D. Transparent Finishes: 1. Rustoleum Varithane Polyurethane, oil-based, heavy solids coating. 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. Supply each coating material in quantity required to complete entire project's work from a single production run. 3. 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. 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. D. Colors: As indicated on drawings 2.03 PAINT SYSTEMS - EXTERIOR A. All Exterior Concrete and Masonry Surfaces Indicated to be Painted, Unless Otherwise Indicated: Including concrete, concrete masonry, brick, cement board, and 1. Preparation as specified by manufacturer. 2. Two top coats and one coat primer recommended by manufacturer. B. Wood, Opaque, Alkyd, 3 Coat: 1. One coat of alkyd primer sealer. 07-452 / MARINA PARK 099000-2 PAINTING AND COATING C. Masonry/Concrete, Opaque, Alkyd, 2 Coat: 1. One coat of block filler. 2. Semi -gloss: One coat of alkyd enamel ; D. Gypsum Board and Plaster, Opaque, Alkyd, 2 Coat: 1. One coat of alkyd primer sealer. 2. Flat: One coat of alkyd enamel E. Ferrous Metals, Primed, Alkyd, 2 Coat: 1. Touch-up with rust -inhibitive primer recommended by top coat manufacturer. 2. Gloss: Two coats of alkyd enamel ; 3. Semi -gloss: Two coats of alkyd enamel ; F. Galvanized Metals, Alkyd, 3 Coat: 1. One coat galvanize primer. 2. Gloss: Two coats of alkyd enamel 3. Semi -gloss: Two coats of alkyd enamel G. Paint E-Pav - Pavement Marking Paint: 1. White: One coat, ; 2.04 PAINT SYSTEMS - INTERIOR A. All Interior Surfaces Indicated to be Painted, Unless Otherwise Indicated: Including gypsum board, concrete, concrete masonry, brick, wood, plaster, uncoated steel, shop primed steel, galvanized steel, aluminum, and _ 1. Two top coats and one coat primer. 2. Eggshell: MPI gloss level 3; use this sheen at all locations. 3. Primer(s): As recommended by manufacturer of top coats. B. Medium Duty Door/Trim: For surfaces subject to frequent contact by occupants, including metals and wood: 1. Medium duty applications include doors, door frames, railings, handrails, guardrails, balustrades, and 2. Two top coats and one coat primer. 3. Primer(s): As recommended by manufacturer of top coats. 2.05 ACCESSORY MATERIALS A. Accessory Materials: Provide all primers, sealers, cleaning agents, cleaning cloths, sanding materials, and clean-up materials required to achieve the finishes specified whether specifically indicated or not; commercial quality. PART 3 EXECUTION 3.01 EXAMINATION A. Do not begin application of coatings until substrates have been properly prepared. B. Verify that surfaces are ready to receive work as instructed by the product manufacturer. C. Examine surfaces scheduled to be finished prior to commencement of work. Report any condition that may potentially affect proper application. 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. Interior Wood: 15 percent, measured in accordance with ASTM D4442. 5. Exterior Wood: 15 percent, measured in accordance with ASTM D4442. 3.02 PREPARATION A. Clean surfaces thoroughly and correct defects prior to coating application. 07-452 / MARINA PARK 099000-3 PAINTING AND COATING 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 mask surface appurtenances, including electrical plates, hardware, light fixture trim, escutcheons, and fittings, prior to preparing surfaces or finishing. D. Seal surfaces that might cause bleed through or staining of topcoat. E. Remove mildew from impervious surfaces by scrubbing with solution of tetra -sodium phosphate and bleach. Rinse with clean water and allow surface to dry. F. 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. G. Gypsum Board Surfaces to be Painted: Fill minor defects with filler compound. Spot prime defects after repair. H. Plaster Surfaces to be Painted: Fill hairline cracks, small holes, and imperfections with latex patching plaster. Make smooth and flush with adjacent surfaces. Wash and neutralize high alkali surfaces. I. Aluminum Surfaces to be Painted: Remove surface contamination by steam or high pressure water. Remove oxidation with acid etch and solvent washing. Apply etching primer immediately following cleaning. J. Galvanized Surfaces to be Painted: Remove surface contamination and oils and wash with solvent. Apply coat of etching primer. K. Corroded Steel and Iron Surfaces to be Painted: Prepare using at least SSPC-PC 2 (hand tool cleaning) or SSPC-SP 3 (power tool cleaning) followed by SSPC-SP 1 (solvent cleaning). L. 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 or power tool 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. M. 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. N. Interior Wood Surfaces to Receive Transparent Finish: Wipe off dust and grit prior to sealing, seal knots, pitch streaks, and sappy sections with sealer. Fill nail holes and cracks after sealer has dried; sand lightly between coats. Prime concealed surfaces with gloss varnish reduced 25 percent with thinner. 0. 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 calking compound after prime coat has been applied. Back prime concealed surfaces before installation. P. Wood Doors to be Field -Finished: Seal wood door top and bottom edge surfaces with clear sealer. 3.03 APPLICATION A. Remove unfinished louvers, grilles, covers, and access panels on mechanical and electrical components and paint separately. B. 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. C. Apply products in accordance with manufacturer's instructions. D. Where adjacent sealant is to be painted, do not apply finish coats until sealant is applied. 07-452 / MARINA PARK 099000-4 PAINTING AND COATING E. Do not apply finishes to surfaces that are not dry. Allow applied coats to dry before next coat is applied. F. Apply each coat to uniform appearance. G. Dark Colors and Deep Clear Colors: Regardless of number of coats specified, apply as many coats as necessary for complete hide. H. Sand wood and metal surfaces lightly between coats to achieve required finish. I. Vacuum clean surfaces of loose particles. Use tack cloth to remove dust and particles just prior to applying next coat. J. Wood to Receive Transparent Finishes: Tint fillers to match wood. Work fillers into the grain before set. Wipe excess from surface. K. Reinstall electrical cover plates, hardware, light fixture trim, escutcheons, and fittings removed prior to finishing. 3.04 CLEANING A. Collect waste material that could constitute a fire hazard, place in closed metal containers, and remove daily from site. 3.05 PROTECTION A. Protect finished coatings until completion of project. B. Touch-up damaged coatings after Substantial Completion. END OF SECTION 07-452 / MARINA PARK 09 9000-5 PAINTING AND COATING SECTION 21 0500 COMMON WORK RESULTS FOR FIRE SUPPRESSION PART1 GENERAL 1.01 SECTION INCLUDES A. Pipe, fittings, valves, and connections for sprinkler, standpipe and fire hose, and combination sprinkler and standpipe systems. 1.02 RELATED REQUIREMENTS A. Section 21 1300 - Fire -Suppression Sprinkler Systems: Sprinkler systems design. 1.03 REFERENCE STANDARDS A. ASME (BPV IX) - Boiler and Pressure Vessel Code, Section IX - Welding and Brazing Qualifications; The American Society of Mechanical Engineers ; 2010. B. NFPA 13 - Standard for the Installation of Sprinkler Systems; National Fire Protection Association ; 2010. C. NFPA 14 - Standard for the Installation of Standpipe and Hose Systems; National Fire Protection Association ; 2010. PART2 PRODUCTS 2.01 FIRE PROTECTION SYSTEMS A. Sprinkler Systems: Conform work to NFPA 13. B. Standpipe and Hose Systems: Conform to NFPA 14. C. Welding Materials and Procedures: Conform to ASME Code. END OF SECTION 18-738 MARINA PARK OFFICE TI 21 0500-1 COMMON WORK RESULTS FOR FIRE SUPPRESSION SECTION 23 3000 HEATING, VENTILATING AND AIR CONDITIONING PART 1 -GENERAL 1.01 WORK SPECIFIED IN THIS SECTION A. Air conditioning for indicated area complete with DX split systems (condensing units and fan - coil units), packaged thru-wall air conditioning units, supply ducts, return air ducts, air distribution equipment and controls. B. Ventilation of miscellaneous rooms with exhaust fans, ducting and controls. C. Testing of the above systems in accordance with the requirements of Section 01800 and Part 3 of this Section. 1.02 RELATED WORK INCLUDED IN THIS SECTION A. Furnish electrical devices necessary for mechanical work, except disconnects unless indicated otherwise. B. Line and low voltage wiring for mechanical controls including final connections. C. Conduit for line and low voltage wiring for mechanical controls. D. Responsibility for obtaining clarification of discrepancies between mechanical and electrical work from Architect prior to proceeding with the work. E. Responsibility for proper operation of automatic electric controls and equipment and of electric power driven equipment furnished under this section. 1.03 RELATED WORK IN OTHER SECTIONS A. Concrete work including miscellaneous metal in connection with pits, trenches and catch basins with foundations or concrete pads under mechanical equipment. However, furnishing templates for spacing and sizes of concrete pads and anchor bolts under this section. B. Electrical work as follows will be provided under Division 16: 1. Conduit for line wiring for equipment and devices as indicated or specified, except conduit for line and low voltage wiring for mechanical controls as specified under Division 15. 2. Line wiring for equipment and devices as indicated or specified herein, except line and low voltage wiring for mechanical controls as specified under Division 15. 3. Providing disconnect switches. 4. Installing electrical devices such as starters and disconnects, and when indicated, furnishing all such devices. 1.04 SUBMITTALS A. Shop Drawings: Refer to Division 1 for procedures. Submittal shall include coordinated shop drawings showing all duct and pipe locations and elevations, penetration locations, relative locations of structural, plumbing, fire sprinkler and electrical conduits, humidifier piping and rooftop duct supports. B. Product Data: 1. Submit copies of all manufacturer's product data in accordance with Division 1 simultaneous with all shop drawing submittals. 2. Product data to include all air conditioning equipment, hangers, fans, ductwork construction, and other standard items as required to complement shop drawings. 3. Manufacturers and suppliers of equipment shall provide all data necessary for compliance with the State of California Energy Conservation Standards. Compliance certification for all equipment shall be included in equipment submittals. C. Record Drawings: Maintain throughout the progress of the work project record drawings in accordance with Division 1 and submit to the Architect in compliance with the above section. D. Operating Manuals and Maintenance Manuals: 1. Refer to Division 1 Contract Closeout for closeout submittals and procedures. 07-452 MARINA PARK 233000-1 HEATING, VENTILATING AND AIR CONDITIONING 2. Fully instruct Owner's operating personnel and demonstrate performance, operation and maintenance of equipment. Amount of time allocated for said instruction and demonstrations of equipment and systems shall be part of these obligations. Submit a letter to Architect signed by Owner's representative who will operate system stating that he is fully instructed by contractor about operation and maintenance of equipment and system. 3. Submit one additional set of approved instructions and one additional set of approved 11"x17" control diagrams suitably framed behind glass for mounting as directed. E. Guarantees: In addition to equipment warranties, furnish a written guarantee against defects in materials and workmanship for one year. Guarantee shall include repair of damage to or replacement of any part of equipment or premised caused by leaks or breaks in pipe or equipment provided under this section. F. Commissioning submittals as defined in Section 01800, 1.05. G. Provide submittals of product -handling procedures required for compliance with the Indoor Air Quality Management plan required by Section 01353. H. Provide construction waste management and materials -handling records as required by Section 01575. I. Additional submittals required for LEED accreditation should be provided on request in coordination with the requirements of 01352. 1.05 SUBMITTALS AT PROJECT CLOSEOUT A. Refer to Division 1 Contract Closeout for closeout submittals and procedures. 1.06 PRODUCT HANDLING A. Protection: Take all precautions necessary to protect the materials of this section before, during, and after installation. B. Replacements: In the event of damage, immediately repair all damaged and defective work to the approval of the Architect at no additional cost to Owner. 1.07 JOB CONDITIONS A. Examination of the Site: Examine the site and include all conditions in bid proposal under which work is to be performed. 1.08 MISCELLANEOUS A. Permits and Fees: Arrange, apply and pay for necessary permits, inspections, examinations and fees or charges required by public authorities having jurisdiction. Deliver all certificates to General Contractor for delivery to the Owner. B. Locations and Accessibility: Contractor shall fully inform himself regarding peculiarities and limitations of spaces available for installation of work under this section. Valves, motors, controls and other devices requiring service, maintenance and adjustment shall be placed in fully accessible positions and locations. Provide access doors where required in ductwork or construction whether specially detailed or not, and render all such devices accessible. C. Drawings: Indicate desired location and arrangement of ductwork, piping, equipment and other items, and are to be followed as closely as possible. All offsets and interferences may not be Indicated due to the scale of the Drawings. Assume the responsibility for coordinating the work with all other trades. Work specified and not clearly defined by the drawings shall be installed and arranged in a manner satisfactory to Architect. In the event changes in indicated locations and arrangements are deemed necessary by Architect, they shall be made by Contractor without additional charges provided the change is ordered before work is installed and no extra materials are required. PART 2 -PRODUCTS 2.01 VARIABLE REFRIGERANT FLOW HEAT PUMP SYSTEMS A. Specified Manufacturer: Daikin. 18-738 MARINA PARK OFFICE TI 233000-2 HEATING, VENTILATING AND AIR CONDITIONING B. Equivalent Manufacturers: 1. Mitsubishi 2, Sanyo C. System Description: 1. The variable capacity, heat pump air conditioning system shall be by Daikin or equal. The system shall consist of outdoor unit, multiple indoor units and Direct Digital Controls. The outdoor unit shall be vertical discharge. Provide complete system by one manufacturer. Submittals shall include a system diagram for each system including pipe sizes and wiring connections based on the actual installation conditions. D. Outdoor Variable Capacity Heat Pump Unit: 1. General: The system shall consist of the outdoor heat pump unit, indoor units, and Direct Digital Controls. The outdoor units shall be equipped with circuit boards that interface to the controls system and perform all functions necessary for operation. The outdoor unit shall have a power coated finish. The outdoor unit shall be completely factory assembled, piped and wired. Each unit shall be run tested at the factory. a. Outdoor unit shall have a sound rating no higher than 63 dB(A). b. Both refrigerant lines from the outdoor unit to indoor units shall be insulated. c. The outdoor unit shall have an accumulator with refrigerant level sensors and controls. d. The outdoor unit shall have a high pressure safety switch, over -current protection and DC bus protection. e. The outdoor unit shall have the ability to operate with a maximum height difference of 164 feet and have a total refrigerant tubing length of 984 feet. The greatest length is not to exceed 492 feet between the outdoor unit and the indoor units without the need for line size changes or traps. f. The outdoor unit shall have a high efficiency oil separator plus additional logic controls to ensure adequate oil volume in the compressor is maintained. 2. Unit Cabinet: a. The casing(s) shall be fabricated of galvanized steel, bonderized and finished with a powder coated or baked enamel finish. 3. Fan: a. The outdoor unit shall be furnished with direct drive, variable speed propeller type fans. b. The fan motor shall have inherent protection, have permanently lubricated bearings, and be completely variable speed. c. The fan motor shall be mounted for quiet operation. d. The fan shall be provided with a raised guard to prevent contact with moving parts. e. The outdoor unit shall have vertical discharge airflow. 4. Refrigerant: a. R410A refrigerant shall be required for outdoor unit systems. 5. Coil: a. The outdoor coil shall be of nonferrous construction with lanced or corrugated plate fns on copper tubing. b. The coil fins shall have a factory applied corrosion resistant blue -fin finish. c. The coil shall be protected with an integral metal guard. d. Refrigerant flow from the outdoor unit shall be controlled by means of an inverter driven compressor. 6. Compressor: a. The units shall be equipped with inverter driven scroll hermetic compressors. b. A crankcase heater(s) shall be factory mounted on the compressor(s). c. The outdoor unit compressor shall have an inverter to modulate capacity. The capacity shall be completely variable down to 16% of rated capacity. d. The compressor shall be equipped with an internal thermal overload. e. The compressor shall be mounted to avoid the transmission of vibration. 18-738 MARINA PARK OFFICE TI 233000-3 HEATING, VENTILATING AND AIR CONDITIONING E. Ceiling -Concealed Ducted Indoor Fan Coil Unit: 1. General: The indoor unit shall be a ceiling -concealed ducted fan coil design that mounts above the ceiling with a 2 -position, field adjustable return and a fixed horizontal discharge supply and shall have a modulating linear expansion devise. 2. Indoor Unit: The indoor unit shall be factory assembled, wired and run tested. Contained within the unit shall be all factory wiring, piping, modulating linear expansion device, control circuit board and fan motor. 3. Unit Cabinet: a. The unit shall be space saving, ceiling -concealed, ducted. 4. Fan: a. The indoor unit fan shall be an assembly with one or two fan(s) direct driven by a single motor. b. The indoor fan shall be statically and dynamically balanced and run on a motor with permanently lubricated bearings. 5. Filter: a. Return air shall be filtered by means of a standard factory installed return air filter. b. Provide return filter (bottom placement) with MERV-13 filter shall be available for all indoor units. 6. Coil: a. The indoor coil shall be of nonferrous construction with smooth plate fins on copper tubing. b. The tubing shall have inner grooves for high efficiency heat exchange. c. All tube joints shall be brazed with phos -copper or silver alloy. d. The coils shall be pressure tested at the factory. e. A condensate pan and drain shall be provided under the coil. f. Provide factory mount and factory wired condensate pump in coil pan. g. Both refrigerant lines to the indoor units shall be insulated. Controls: 1. Controls Network: The Controls System consists of room controllers, system controllers, and/or integrated web based interface communicating over a high-speed communication bus. The Controls Network shall support operation monitoring, scheduling, online maintenance support, and integration with Building Management Systems (BMS) using BACnetO interfaces. Control wiring shall be installed in a daisy -drain configuration. 2. Room Controller: The Room Controller shall be capable of controlling up to 4 indoor units (defined as 1 group). The controller shall be compact in size, approximately 3" x 5" and have limited user functionality. The controller supports temperature display selection of Fahrenheit or Celsius, allows the user to change on/off, mode (cool, heat, auto, dry and fan, temperature setting, and fan speed setting. The controller shall be able to limit the set temperature range from the user. The room temperature shall be sensed at either the controller or the indoor unit. The controller shall display a error code in the event of system abnormality/error. 3. System Controller: a. The system controller shall be capable of controlling a maximum of 20 indoor units associated with one or more outdoor units. The system controller shall support operation superceding that of the room controllers, system configuration, daily/weekly scheduling, monitoring of operation status, and malfunction monitoring. b. All centralized controllers shall be equipped with one Ethernet port to support interconnection with a network PC via a closed/direct Local Area Network (LAN). c. The centralized controller shall be capable of performing initial settings via the keypad and display on the controller or via a PC using the system controller's initial setting browser. d. Software functions shall be provided so that the building manager can securely log into each controller via the PC's web browser to support operation monitoring, 18-738 MARINA PARK OFFICE TI 233000-4 HEATING, VENTILATING AND AIR CONDITIONING scheduling, error email and online maintenance diagnostics. BACnet® interface shall be provided for integration into the Building Management System. G. Warranty: 1. Manufacturer's standard warranty on all equipment and controls shall apply. H. Contractor Training: 1. Contractor shall complete a manufacturer's certified training program prior to installation of system. Include certifications in submittals. I. Start -Up and Training: 1. Include factory authorized start up of systems and BacNET interface. 2.02 ROOF MOUNTED UPBLAST EXHAUST FANS A. Specified Manufacturer: 1. Greenheck B. Equivalent Manufacturers: 1. Cook 2. Penn Ventilator C. Greenheck, CUBE of sizes and capacities indicated on the plans. D. Fan shall be a spun aluminum, roof mounted, belt driven, upblast centrifugal exhaust ventilator. E. Fan shall be manufactured at an ISO 9001 certified facility. Fan shall be listed by Underwriters Laboratories (UL 705). Fan shall bear the AMCA certified ratings seal for sound and air performance. F. The fan shall be of bolted and welded construction utilizing corrosion resistant fasteners. The spun aluminum structural components shall be constructed of minimum 16 gauge marine alloy aluminum, bolted to a rigid aluminum support structure. The aluminum base shall have a one piece inlet spinning and continuously welded curb cap corners for maximum leak protection. The windband shall have a rolled bead for added strength. A two piece top cap shall have stainless steel quick release latches to provide access into the motor compartment without the use of tools. An integral conduit chase shall be provided into the motor compartment to facilitate wiring connections. The motor, bearings and drives shall be mounted on a minimum 14 gauge steel power assembly, isolated from the unit structure with rubber vibration isolators. These components shall be enclosed in a weather -tight compartment, separated from the exhaust airstream. Lifting lugs shall be provided to help prevent damage from improper lifting. Unit shall bear an engraved aluminum nameplate. Nameplate shall indicate design CFM, static pressure, and maximum fan RPM. G. Wheel: Wheel shall be centrifugal backward inclined, constructed of 100 percent aluminum, including a precision machined cast aluminum hub. Wheel inlet shall overlap an aerodynamic aluminum inlet cone to provide maximum performance and efficiency. Wheel shall be balanced in accordance with AMCA Standard 204-96, Balance Quality and Vibration Levels for Fans. H. Motor: Motor shall be heavy duty type with permanently lubricated sealed ball bearings and furnished at the specified voltage, phase and enclosure. I. Bearings: Bearings shall be designed and individually tested specifically for use in air handling applications. Construction shall be heavy duty regreasable ball type in a cast iron pillow block housing selected for a minimum L50 life in excess of 200,000 hours at maximum cataloged operating speed. J. Belts & Drives: Belts shall be oil and heat resistant, non -static type. Drives shall be precision machined cast iron type, keyed and securely attached to the wheel and motor shafts. Drives shall be sized for 150 percent of the installed motor horsepower. The variable pitch motor drive must be factory set to the specified fan RPM. 2.03 GAS-FIRED RADIANT HEATERS A. Specified Manufacturer: 1. Space -Ray 18-738 MARINA PARK OFFICE TI 233000-5 HEATING, VENTILATING AND AIR CONDITIONING B. Equivalent Manufacturers: 1. Infrared Dynamics 2. Sunpak C. Overhead Radiant Heater, Model CB of sizes and capacities indicated on the plans. D. Description: Factory assembled, piped, and wired, and complying with ANSI Z83.20/CSA 2.34. E. Fuel Type: Design burner for natural gas. F. Burner Safety Controls: 1. Gas Control Valve: Single -stage, regulated redundant 24-V ac gas valve containing pilot solenoid valve, electric gas valve, pilot filter, pressure regulator, pilot shutoff, and manual shutoff all in one body. 2. Control Panel Interlock: Stops burner if panel is open. 3. Indicator Lights: Burner -on indicator light. 2.04 VIBRATION ISOLATION A. Specified Manufacturer: 1. M.W. Sausse. B. Equivalent Manufacturers: 1. Mason. C. Provide vibration isolation equipment for all mechanical equipment and piping as specified herein and indicated on the drawings. The vibration isolation system shall be installed in a manner to prevent the transmission of vibration to the structure. No rigid connections between rotating or oscillating equipment or piping and the building will be permitted. D. General Requirements: 1. Vibration isolation manufacturer shall furnish written instructions covering the installation and adjustment of all isolators. The manufacturer shall replace any isolation that has been improperly sized. 2. Mechanical subcontractor shall coordinate his work with the other trades. Contractor following him, such as plastering or electrical, shall be notified and instructed to avoid any contact with his installation that would reduce the effectiveness of the system. 3. Inspections: Vibration isolation manufacturer shall make an inspection of the vibration installation, and inform the Mechanical Engineer in writing of any necessary corrections and/or adjustments. 4. Vibration isolation shall be manufactured by a single manufacturer. All isolation shall be in strict accordance with the following specifications and manufactured by M.W. Sausse or approved equal. The isolation manufacturer shall include in the submittal the following information: E. Type of isolator. F. Deflection. G. Free or unloaded height. H. All physical characteristics of springs used. I. Size of structural members. J. Efficiency calculations. K. Any other pertinent information to make the submittal complete. L. Technical Requirements: 1. Isolators shall be designed or treated for resistance to corrosion. Structural steel bases shall be cleaned of welding slag and painted with a coat of red lead primer -finish composed of basic lead silicon chromate. All nuts, bolts, and washers shall be zinc - electroplated. 2. All roof mounted equipment shall be equipped with seismic restraints. Restraints shall be capable of withstanding a horizontal force equal to 1 g. and a vertical force equal to .67 g. 18-738 MARINA PARK OFFICE TI 233000-6 HEATING, VENTILATING AND AIR CONDITIONING These restraints shall be designed and supplied by the vibration isolation manufacturer. Suspended ductwork, equipment and piping shall be restrained by steel cable. This cable and the method of installation shall be the responsibility of the mechanical contractor. The cable restraints shall be installed in such a manner as to not short circuit the vibration isolation. The Contractor shall submit details for approval. 2.05 DIFFUSERS, REGISTERS & GRILLES A. Specified Manufacturer: 1. Price. B. Equivalent Manufacturers: 1. Titus. 2. Anemostat. 3. Krueger. C. Air distribution shall be of sizes, capacities, and models indicated on the plans and in diffuser schedules. Submittals shall be organized by product, where each product submittal includes a listing of rooms for each diffuser in submittal package. Equipment shall be furnished in factory finished enamel of color selected. Submit paint samples to Architect for approval. D. Square Ceiling Diffusers: Price model PDC, steel construction, perforated face, of size, type and capacity indicated. Mounting shall be adapted to ceiling suspension system. Use modular face size 24 x 24 inches. 16 x 16 inch ceiling module shall be used for hard ceiling installation and in all restrooms. 1. Supply air shall be introduced into conditioned space in such a manner that conditioned air and room air is rapidly and evenly mixed, resulting in equalization of temperature and draftless air distribution throughout zones of occupancy with temperature differentials up to 25 degrees F for both cooling and heating. Air quantities and throws shall be as indicated. 2.06 VELOCITY OF MOVING AIR BELOW 5 FOOT LEVEL, DURING COOLING CYCLE, SHALL NOT EXCEED LIMITS OF EITHER 50 FPM AT 1.5 DEGREES F BELOW AVERAGE ROOM TEMPERATURE OR 70 FPM AT 1 DEGREE F BELOW AVERAGE ROOM TEMPERATURE. DURING HEATING CYCLE, VELOCITY OF MOVING AIR AT THE ONE FOOT LEVEL SHALL NOT BE LESS THAN 10 FPM. TEMPERATURE DIFFERENCE AT OR BELOW THE 5 FOOT LEVEL SHALL NOT EXCEED THE FOLLOWING: 2 DEGREES F BELOW AVERAGE ROOM TEMPERATURE AT 30 FPM, 1.5 DEGREES F BELOW AVERAGE ROOM TEMPERATURE AT 50 FPM, 1 DEGREE F BELOW AVERAGE ROOM TEMPERATURE AT 70 FPM. SOUND PRESSURE LEVEL IN ALL OCTAVE BANDS FOR EACH DIFFUSER SHALL NOT EXCEED NC 30 NOISE CRITERIA CURVE AT TASK LEVEL WHEN UNITS OPERATE AT DESIGNED CAPACITIES. A. Return and Relief Air Grilles: Price model PDDR, steel construction to match ceiling diffusers. B. Supply Wall Registers: Price model 520D, steel construction with opposed blade volume dampers adjustable from the face of the register. Blades shall be fixed with the vertical blades having 45 degree deflection. C. Supply Wall Registers With Combination Smoke and Fire Damper: Use supply wall register as specified above with Pottorff model FSD-142-SP front access combination fire/smoke damper. D. Return and Exhaust Wall Registers: Price model 530D, steel construction with opposed blade volume damper. E. Toilet and Miscellaneous Exhaust Air Registers: Price model 80, steel construction with opposed blade volume dampers. F. Linear Diffusers: Price model AS with extruded aluminum frame, mud in mounting, lined plenum, end caps and pattern blades. Provide plenum inlet volume damper adjustable from slot face. Diffusers shall be adapted to contour and ceiling system. Provide "mud -in" mounting border. Alternative to inlet volume dampers are duct mounted volume dampers with Young Regulators. 18-738 MARINA PARK OFFICE TI 233000-7 HEATING, VENTILATING AND AIR CONDITIONING G. Floor Mounted Linear Bar Supply Diffusers: Price model LPB extruded aluminum bars locked into a heavy extruded aluminum border, with narrow bar spacing (Core 15A), and brushed aluminum clear coat finish. Heavy duty mounting frames (Type 5P) and removable cores. H. Ceiling Mounted T -bar Diffusers: Price model TBD3 diffuser with extruded aluminum frame, lined plenum, end caps, and "ice -tong" pattern blades. Provide plenum inlet volume damper adjustable from slot face. Diffusers shall be adapted to ceiling system. Alternative to inlet volume dampers are duct mounted volume dampers with Young Regulators. I. Swivel Jet Nozzle Diffusers: Price model JNT adjustable discharge (+/- 30°) diffuser with Twist Effect. Jet nozzle shall have a curved intake featuring superior aerodynamic and acoustical properties, housed in a hemispheric casing with opposite swivel bearings and swivel range of +/- 300. The JNT has wider spread and shorter throws for air distribution in narrow spaces. Jet nozzle with twist element shall be aluminum construction with aluminum finish. 2.07 DUCTS AND SHEET METAL WORK A. Provide ducts, plenums, access doors, fresh air intakes and exhausts as indicated and required. All ductwork shall be constructed, erected and tested in accordance with the most restrictive of local regulations, procedures detailed in the ASHRAE Handbook of Fundamentals or the applicable standards adopted by the Sheet Metal and Air Conditioning Contractors National Association. Provide prefabricated spiral lockseam ducts and fittings and rectangular ducts of galvanized steel. Distribution ductwork shall be low pressure, 1 inch S.P. Transfer air and return air ductwork shall be low pressure, 1 inch S.P. Exhaust air ductwork shall be low pressure, 2 inch S.P. B. Final connections to ceiling diffuser boxes and linear diffusers shall be made with flexible glass fiber duct. Casco Silent Flex -II. Connections of flexible duct to round ducts shall be made with 1/2 inch wide positive locking straps. C. All connections to main ducts shall be made with low loss fittings. D. Flat duct surfaces shall be crimped diagonally regardless of size. Longitudinal joints in all duct sizes may be flat -lock joints. Transverse joints and intermediate bracing shall be constructed of galvanized sheet metal or galvanized structural angles in accordance with requirements of the ASHRAE guide and public authorities having jurisdiction. E. Transverse joints on all supply ducts shall be sealed with mastic or tape. F. Longitudinal joints on low pressure supply ducts with internal static pressure in excess of 0.75 inches of water pressure shall be sealed with mastic or tape. G. Lock joints shall be hammered to make them airtight. Inside of duct shall present a smooth surface to flow of air. H. Changes in size of ducts shall increase gradually with a slope of not more than 12 inches in 5 feet where possible, but not more than 12 inches in 3 feet in any event. I. Turns shall be made with a throat radius of not less than the duct width. J. Horizontal ductwork shall be strongly supported with galvanized hangers in accordance with the requirements of the ASHRAE Guide, SMACNA and public authorities having jurisdiction. K. Plenums shall be made of 18 gauge galvanized sheet steel reinforced horizontally on a maximum of 48 inch centers by 1-1/2 x 1-1/4 x 1/8 inch galvanized angles and reinforced vertically by 1-1/2 inch standing seams. L. Plenum access doors 24 x 54 inch minimum size shall be galvanized sheet steel doors and frames properly reinforced to prevent breathing. Door shall be of same gauge as the duct or casing and shall have 1 inch insulation with galvanized sheet steel on both sides. Each door shall be hung on 5% tee hinges and with one or more catches which are operable from both sides and similar to Ventfabrics, Inc. 260 Ventlock Hatch. Doors shall be hung to open against pressure and shall be fitted with felt to insure airtightness. 18-738 MARINA PARK OFFICE TI 233000-8 HEATING, VENTILATING AND AIR CONDITIONING M. Flexible connections for air ducts shall be 16 oz. airtight "Ventglass" noncombustible fabric with fire retardant neoprene coating on outside. Attach to ductwork by lock seam. Install not more than 6 inches long. Provide where required or indicated. N. Seal joints on supply air ducts with UL classified sealant. Sealant shall be specifically designed to seal high velocity and high pressure ductwork. O. Where ducts offset (vertically into beam space or horizontally), provide smooth radius duct elbows. P. Cloth backed duct tape shall not be allowed. 2.08 TURNING VANES A. Provide double thickness turning vanes at all sharp right angle turns. B. Both dimensions less than 36 inches; Ressco or Duro Dyne double thickness airfoil vanes. C. Either dimension greater than 36 inches: Aero -Dyne H.E.P. double thickness airfoil vanes with extended trailing edge. 2.09 DAMPERS A. Provide balancing volume dampers in each branch duct and in each main duct of constant volume systems to provide for complete air balancing. Fit each manual volume damper with bearings and an adjusting device having a locking mechanism. Provide access panels if concealed or inaccessible through ceiling or wall. B. Balancing dampers where neither dimension of duct exceeds 17 inches may be job fabricated butterfly type consisting of a blade constructed of 18 gauge galvanized steel securely riveted or welded at its center axis to a square operating rod. C. Balancing dampers where either dimension exceeds 18 inches shall be Pottorff CD -51. D. Fire dampers: Fusible link type B out of air stream manufactured in accordance with requirements of State Fire Marshal and public authorities having jurisdiction, with permanent labeling identification. Provide suitable access for servicing dampers, locations shall be coordinated and approved by Architects. E. Combination Smoke Fire Damper: Pottorff not less than Class II FSD-142 or FSD-172 for corridor or register installation multiple blade with fusible link and electric damper operator in accordance with requirements of State Fire Marshal and public authorities having jurisdiction. For installations where installer access is limited to one side of the partition, use Pottorff single - sided mounting angle, approved installations. For installations at sidewall supply register, use Pottorff FSD-142-SP. Provide permanent labeling identification and suitable access for servicing. F. Backdraft Dampers: Pottorff BD 54 CBD2 and CBD6 with extruded aluminum frames, aluminum blades with neoprene edge seals and adjustable counterweights. 2.10 INSULATION A. All insulation shall comply with the State of California Energy Conservation Standards. B. Thermal Duct Insulation: Insulate all concealed supply and return ducts and plenums unless otherwise specified, with J -M Microlite fiberglass duct insulation, foil -faced, 3/4 Ib. density, insulation wrapped entirely around duct with joints lapped at least 2 inches and secured with 16 gauge galvanized wire on 12 inch centers. Thickness of insulation shall be as needed for R - valve. Insulation shall cover all surfaces including standing seams. C. Sound Duct Insulation: Where indicated, supply and return air ducts shall be lined with J -M Linacoustic thick, 1-1/2 Ib. density coated fiberglass duct liner complying with NFPA 90-A requirements. Thickness of insulation shall be as needed for R -valve. D. Thermal duct insulation installed in unvented attic or plenum spaces below roof insulation shall have a minimum thermal resistance of 4.2 exclusive of film resistance. Thermal duct insulation installed outdoors or in vented attic spaces above ceiling insulation shall have a minimum thermal resistance of R-8.0 exclusive of film resistance. 18-738 MARINA PARK OFFICE TI 233000-9 HEATING, VENTILATING AND AIR CONDITIONING E. Insulation applied to the exterior of ducts shall have a flame spread rating not to exceed 25 and a smoke density not to exceed 50, when tested as a composite installation including isolation, facing, tapes and adhesives normally applied. 2.11 REFRIGERANT PIPING A. Refrigerant piping shall be copper type ACR refrigerant piping with wrought copper fittings. B. Hot gas and suction refrigerant piping insulation: 1. Insulate piping with glass fiber pipe insulation with factory applied white jacket, Manville, Micro -Lok. Insulate fittings, flanges and valves with pre -formed insulation with PVC pre - molded one piece fitting covers, Johns Manville Zeston 2000. Adhere longitudinal laps and butt strips of jacket with factory applied pressure sensitive tape system Manville AP -T Plus. Provide aluminum jacketing and aluminum preformed fitting covers, 0.016 in thick on outdoor piping. C. Refrigerant piping for variable refrigerant flow piping systems shall comply with all manufacturers' guidelines for materials and fittings. Pipe sizes shall be approved by the equipment manufacturer. 2.12 EQUAL MATERIALS AND SUBSTITUTIONS A. In addition to manufacturers specified, the following shall also be considered equal, providing corresponding models meet specified requirements. Equivalent substituted equipment named herein shall be submitted to Architect for approval. Submit alternate selections at time of bid submittal, listing for major equipment. No evaluations will be made during bidding. Base bid to include specified items. List proposed substitutions with proposed deducts from base bids. Contractor shall be responsible for all coordination of substituted items with other trades. Contractor shall bear all costs, including but not limited to, engineering, materials and labor, which are related to any substitutions. 1. MANUFACTURER 2. Solders Silfos, Easy -Flow 3. Pipe Hangers & Supports Fee & Mason, Elcen 4. Insulation Manville, Gustin Bacon, Fiberglas 5. Vibration Isolation Equipment Mason Industries 6. Air Filters Cambridge, AAF 7. Dampers Ruskin 8. Air Conditioning Equipment Mitsubishi, Sanyo 9. Equipment Identification Seton PART 3 - EXECUTION 3.01 SURFACE CONDITIONS A. Inspection: 1. Prior to commencing work required by this section, inspect other work and verify that such work has been properly completed and installed to allow for proper installation of all materials and methods required of this section. 2. All heating, ventilation and air conditioning shall be installed in accordance with the requirements of all governing authorities, the original design, and the referenced standards. 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 LOCATIONS AND ACCESSIBILITY A. Drawings indicated desired location and arrangement of piping, ductwork, equipment and other items, and are to be followed as closely as possible. All offsets and interfaces are not indicated due to the scale of the Drawings. Coordinate all work with other trades. 18-738 MARINA PARK OFFICE TI 233000-10 HEATING, VENTILATING AND AIR CONDITIONING B. Valves, motors, controls and other devices requiring service, maintenance and adjustment shall be placed in fully accessible positions and locations. Provide access doors where required in ductwork and construction and render all such devices accessible. 3.03 EQUIPMENT IDENTIFICATION A. All major equipment shall bear firmly attached metal nameplates which state name of manufacturer, model number and electrical data. An additional permanent label shall be affixed to each equipment which will clearly indicate by number which operating and maintenance manual explains maintenance requirements in detail. B. Valve Identification: 1. Valve charts: Two typewritten charts not less than 8x10 inches shall be made showing assigned numbers controlled in each system by each valve in mechanical equipment rooms only. Charts shall be mounted behind aluminum framed glass as directed. 2. Valve tags: Provide tag consisting of 2 inch diameter, 20 gauge, stainless steel or copper disk for each main line shut-off valve or cock. Fasten tags in place with continuous steel ring or chain around stem of valves and around pipe for cock. Two inch letters and figures stenciled in contrasting colors on pipe or pipe coverings may be substituted for tags on OS&Y valves. Disks shall be stamped with a number corresponding to identification (or location) number shown on valve chart and with service designation with 1/4 inch high letters. C. Pipe Identification: Mark each individual pipe in mechanical equipment rooms only for quick and easy identification with Idento Bands, aluminum with enamel finish, 1-1/2 inches wide, installed as recommended by manufacturer after completion of piping and finish painting. Unless otherwise specified, coding shall conform to "Scheme for the Identification of Piping Systems" (ANSI A13.1-1956). Color scheme shall be approved. Base color for markers shall be as follows: 1. Refrigerant Liquid: Yellow 2. Refrigerant Suction: Yellow 3. Condensate: Green 3.04 SAFETY PROVISIONS A. Equipment and piping with temperatures above 140 degrees F or temperatures below 25 degrees F, located as to endanger personnel or create a fire hazard, shall be properly guarded or covered with insulation of type specified. Bolts, gears, chains, pulleys, couplings, projecting set screws, keys and other rotating or reciprocating parts shall be enclosed or properly guarded. Provide guard rails, etc., required for safe operation and maintenance of equipment. 3.05 INITIAL LUBRICATION, ADJUSTING AND FILLING SYSTEMS A. Before operating any mechanical systems, equipment bearings shall be lubricated and bolts, pulleys, and other moving parts checked for alignment and tolerances in accordance with manufacturer's operating instructions. Piping and liquid systems shall be flushed out and filled with operating fluids. After tests, valves and other parts of work shall be adjusted for quiet operation. Strainers shall be cleaned out by removing and washing basket or screen. Compressors shall have lubricating oil changed. Vibrations and noise shall be suppressed. 3.06 CLEANING OF EQUIPMENT, MATERIALS AND PREMISES A. Refer to section "Cleanup and Disposal." Clean equipment and materials thoroughly. Leave surfaces to be painted smooth, clean, and ready for painters. Clean entire premise of unused materials, rubbish, debris, grease spots and dirt left by subcontractors. Remove, clean and replace pipeline strainers after systems have been in operation for a period of 30 calendar days. 3.07 HANGERS AND SUPPORTS A. Hold horizontal pipe runs firmly in place using approved steel and iron hangers, supports, and/or pipe rests, unless otherwise indicated. Suspend hanger rods from concrete inserts or from approved brackets, clamps or clips. Hang pipes individually or in groups if supporting 18-738 MARINA PARK OFFICE TI 233000-11 HEATING, VENTILATING AND AIR CONDITIONING structure is adequate to support weight of piping and fluid. Except for buried piping, hang or support pipe runs so they may expand or contract freely without strain to pipe or equipment. B. Horizontal Copper Tubing: For 2 inch diameter and over, provide hangers, every 10 feet, for 1- 1/2 inch diameter and smaller, every 6 feet. C. Vertical Piping: Support at every floor with wrought iron pipe clamps. D. Branches: Provide separate hangers or supports for branch lines 6 feet or more in length. 3.08 EQUIPMENT AND MATERIALS A. Install per manufacturer's recommendations. 3.09 ACCESSIBILITY A. Install work readily accessible for normal operation, reading of instruments, adjustment, service, inspection and repair. Provide access panels where indicated and required. Access panels shall be the responsibility of the respective subcontractor. 3.10 EXPANSION AND CONTRACTION A. Install piping subject to expansion and contraction with expansion loops made up of bends or fittings, expansion joints, swing joints, or other approved methods or devices. Branch lines from main subject to expansion and contraction shall have a swing joint at point of connection with the main. Risers which pass through one or more floors shall have swing joints at their base. Anchor lines subject to expansion and contraction by approved methods to restrict movement. 3.11 DUCTS A. No hangers, supports, or pipes shall pierce ducts. Secure duct hangers and supports to building structure. Install ducts to clear beams and other obstructions. Assemble, erect, and adjust duct systems so as to insure absolute minimum of noise and vibration in operation. Prove entire system quiet to a degree satisfactory to Architect. Any adjustment required to produce quietness shall be made by Contractor before work will be considered finished and acceptable. Grout air ducts piercing walls and floors where fire dampers are required with gypsum plaster and resilient caulking. Install ducts so that system can be readily balanced after completion of work. 3.12 SYSTEM BALANCING A. Balancing data shall be submitted for air flow at each outlet, outside air, return air, total supply air, fan rpm, fan pressures, water quantities and temperatures and any other data deemed necessary to show that proper adjustments have been made. If in the opinion of Architect test results are not acceptable and the Contractor does not satisfy system balancing requirements, an independent balancing company will be retained to balance all systems. All costs for this service shall be paid by Contractor. B. Tests shall be witnesses by Owner's representative and submittal data signed by Owner's representative before final inspection. C. Air balance subcontractor shall verify that dampers have been installed for adequate air balancing and that air loss in ductwork will not prevail. Duct joints shall be repaired by contractor. D. Balancing Work Included: 1. Complete testing and balancing of all systems, distribution piping, air testing and balancing of all exhaust systems, air handling units, and air distribution equipment complete as herein specified. 2. System balancing shall be performed by independent agency, certified by AABC. Submit proof of qualifications for each Specialty Contractor certified to perform such services. 3. All balancing shall be to the satisfaction of the Owner. Should the contractor refuse or neglect to balance the system to the Owner's satisfaction, such balancing shall be made by an independent agency at the Contractor's expense. 18-738 MARINA PARK OFFICE TI 233000-12 HEATING, VENTILATING AND AIR CONDITIONING 4. The Contractor shall make drive changes, install additional dampers, vanes, grille baffles, or other items, as may be required on the job, to balance the system to the Architect's satisfaction. 5. The Contractor shall make himself familiar with project phasing and shall submit a balance report at the end of each phase as required to gain occupancy. E. Verification of Conditions: Prior to testing and balancing, inspect equipment and materials and arrange for satisfactory correction of all defects in workmanship and/or material that could affect the Work specified herein. F. Protection: As specified hereinbefore. G. Agency: All system balancing shall be supervised by an Independent Agency, certified by AABC, that specializes in balancing and testing of mechanical systems, hereinafter referred to as the Agency. H. System Operation: Contractor shall put all parts of systems in full operation and shall continue the operation of same during each working day of testing and balancing. I. Submittals: Within 90 days after the start of construction, submit a complete testing and balancing procedure showing all test equipment that will be used, testing procedures, test data sheets, system schematics, and points of testing. 1. Test Data: Submit 10 copies of test data to Architect on completion of Work under this Section. 2. Certificate: Agency shall certify in writing that system has been adjusted and balanced and design conditions have been attained in all areas of building. J. Instruments: Instruments used by Contractor shall be accurately calibrated and maintained in good working order. Instruments shall have been certified by the manufacturer or an approved test laboratory within one year of the testing date; submit this certificate to Architect. Test instruments furnished by Contractor for delivery to Owner may be used to perform part of the system balancing. K. Air Distribution Testing and Balancing: 1. Make pilot tube transverse of main supply, return, exhaust and outside air ducts and obtain design CFM. 2. Test and adjust system for design return and exhaust air CFM. 3. Test and adjust system for design CFM outside air. 4. Adjust all main supply and return air ducts to proper design CFM. 5. Adjust all systems to proper design CFM and air temperature. 6. Test and adjust each diffuser, grille and register to within plus-minus 10% of the amount shown on the drawings. 7. Each grille, diffuser and register shall be identified as to location and area. 8. Size, type and manufacturer of diffusers, grilles, registers and all tested equipment shall be identified and listed. Manufacturer's ratings on all equipment shall be used to make required calculations. 9. Readings and tests of diffusers, grilles, and registers shall include the required FPM velocity, test result velocity, required CFM, and test result CFM after adjustments. 10. In cooperation with the control manufacturers representative, the setting adjustment of automatically operated controls to operate as specified, indicated, and/or noted. 11. All diffusers, registers and grilles and all equipment shall be adjusted to maintain the design conditions. L. Air Moving Equipment: 1. Manufacturer 2. Total CFM (Fan and Outlet) 3. RA CFM 4. OA CFM 5. Inlet & Outlet Static Pressures 6. Fan RPM 18-738 MARINA PARK OFFICE TI 23 3000 -13 HEATING, VENTILATING AND AIR CONDITIONING 7. Motor Manufacturer, HP & BHP 8. Phase, Voltage, Amperage 9. Motor RPM M. Cooling Coils: 1. Air CFM & PD, Temperature In & Out (WB & DB) N. Duct Mounted Smoke Detectors: 1. Measure duct velocity and/or static pressure drop to show installation in accordance with manufacturer recommendation. O. Coordinate tests with the manufacturer of each equipment. P. Witness: Notify Architect in writing two weeks prior to testing and balancing of all major equipment in order to arrange that Architect's representative will witness the tests. 3.13 INSTALLATION A. Air conditioning equipment, exhaust fans and other equipment shall be installed on indicated bases or suspended and bolted to vibration isolators and then anchored to structures as indicated. 3.14 AIR DISTRIBUTION EQUIPMENT LOCATIONS A. Air distribution equipment locations shall be coordinated with architectural drawings. 3.15 TURNING VANES A. Turning vanes shall be installed in all right angle sharp turns in ducts. 3.16 SOUND INSULATION AND DUCT LINER A. Where indicated, specified duct dimensions are net clear dimensions, i.e., clear dimensions, after sound insulation has been installed. 3.17 FIRE DAMPERS A. Fire dampers in supply air ducts and return air ducts shall have fusible links with melting temperature 50 degrees F above maximum normal operating temperature. Fire dampers shall be provided with adequate access doors by this contractor. Where fire dampers are installed directly behind wall registers or grilles, the register or grille shall be oversized to allow for the fire damper curtain. 3.18 DUCTWORK A. Ductwork connected to louvered openings shall be adapted to size of these openings. 3.19 CONNECTIONS A. Connections between two dissimilar metal pipes shall be made with dielectric unions. END OF SECTION 18-738 MARINA PARK OFFICE TI 233000-14 HEATING, VENTILATING AND AIR CONDITIONING SECTION 26 0501 GENERAL ELECTRICAL REQUIREMENTS PART 1 -GENERAL 1.01 SUMMARY A. This Section includes the general requirements for Division 26 - Electrical. 1. Division 1 and the General Conditions apply to all work of this section. 2. Division 26 supplements the applicable requirements of other Divisions. 1.02 REFERENCES A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this and the other sections of Division 26. B. In addition, the products covered in this Section, except as noted, shall be designed, manufactured, and tested in accordance with the latest revisions of the applicable standards of: 1. ANSI American National Standards Institute 2. ASTM American Society for Testing and Materials 3. IEEE Institute of Electrical and Electronics Engineers 4. NEC National Electrical Code (NFPA 70) 5. NEMA National Electrical Manufacturers Association 6. NFPA National Fire Protection Association 7. UL Underwriters Laboratories, Inc. 1.03 QUALITY ASSURANCE A. Regulation: All the electrical equipment and materials, including their installation, shall conform to the following latest applicable codes and standards: 1. National Electrical Code (NEC). 2. California State Fire Marshal. 3. Occupational Safety and Health Act (OSHA). 4. Requirements of Serving Utility Companies. 5. Local Codes and Ordinances. 6. Requirements of the California Division of the State (DSA). 7. California Administrative Code, Title 8, Chapter 4, Industrial Safety Orders. 8. California Administrative Code, Title 24. 9. Variances: In instances where two or more codes are at variance, the most restrictive requirement shall apply. B. Contractor's Expense: Obtain and pay for all required bonds, insurance, licenses, and pay for all taxes, fees and utility charges required for the electrical work. 1.04 SUBMITTALS A. Submit all of the items described in Paragraphs 1, 2, and 3 (below) as a single submittal. Partial submittals will not be accepted. Contractor shall review submittals for conformance with Contract Documents, and make necessary revisions. Contractor shall also verify dimensions of equipment and be satisfied as to fit and that they comply with all code requirements relating to adequacy and clear working space. Submit the following in accordance with Division 1, with the additional electrical systems -related document requirements and additional number of copy sets as B. specified below: 1. Detailed shop drawings and associated product data/material lists (also see applicable technical specification sections following for additional requirements), six submittal document sets, for: a. Padmounted Transformers b. Switchboards c. Panelboards 07-452 MARINA PARK 260501 -1 GENERAL ELECTRICAL REQUIREMENTS d. Lighting control equipment e. Fire alarm system f. Telecommunications Cabling g. Security System h. Audiovisual systems i. Contractor shall submit shop drawings sealed by a Structural Engineer registered in the State of California to demonstrate compliance with the following requirement: j. Confirm that electrical equipment has been seismically -braced and anchored to resist a horizontal force (including a simultaneous vertical force of one-third the horizontal values shown) acting in any direction using the following criteria: k. Fixed equipment on grade: 33% of operating weight. I. Fixed equipment on structure: 33% of operating weight. m. Emergency power equipment* on grade: 50% of operating weight. n. Emergency power equipment* on structure: 75% of operating weight. o. *Note: Also applicable to communications equipment. p. For flexibly -mounted equipment, use twice the above values. q. Product data/material lists (also see applicable technical specification sections following for additional requirements), at least six submittal document sets, for: 1) Raceways 2) Cable trays 3) Underground duct and fittings 4) Precast concrete manholes, handholes, pullboxes 5) Building wire and cable 6) Medium voltage cable 7) Cabinets, boxes and fittings 8) Wiring devices 9) Grounding components 10) Supporting devices 11) Nameplates and identification markers/labels 12) Enclosed circuit breakers 13) Overcurrent protective devices 14) Enclosed switches 15) Enclosed transfer switches 16) Enclosed motor controllers 17) Transformers 18) Lighting fixtures and associated equipment 19) Lighting system control equipment and devices Substitutions 1) Catalog numbers and specific brands or trade names followed by designation "or equal" are used in conjunction with material and equipment required by the Specifications to establish the standards of quality, utility, and appearance required. Substitutions which are equal in quality, safety, and appearance to those specified may be accepted, subject to the following provisions: 2) All substitutions must be submitted in writing to the Owner. Contractor shall submit to the Owner a typewritten list containing a description of each proposed substitute material or equipment. 3) The Owner will accept, in writing, proposed substitutions that are, in the Owner's opinion, equal in quality, utility and appearance to the material or equipment specified. Such acceptance shall not relieve Contractor from complying with the requirements of the Drawings and the Specifications. 18-738 MARINA PARK OFFICE TI 260501-2 GENERAL ELECTRICAL REQUIREMENTS 4) Contractor shall be responsible for all costs of any changes resulting from Contractor's proposed substitutions which affect other parts of the Work or the work of separate Contractors. (a) Contractor also agrees to compensate the Owner for time and expenses spent reviewing substitutions. 5) The decision of the Owner shall be final. s. Submit protective device coordination and short circuit calculations conducted and documented to demonstrate: (1) selective coordination, and (2) that electrical equipment and protective devices proposed provide adequate interrupting and withstand capability. The written calculation procedures and tabulated results shall be bound and submitted - six submittal document sets. t. Submit test results (also see applicable technical specification sections following for additional requirements), six submittal document sets, for: 1) Transformers 2) Ground fault protection coordination 3) Engine generator system 4) Fire alarm system 5) Public address/sound system u. Submit operating, maintenance and instructional data (also see applicable technical specification sections following for additional requirements), six submittal document sets, for: 1) Switchboards 2) Engine generators 3) Transfer switches 4) Fire alarm system 5) Public address/sound system v. Instruction Materials (also see applicable technical specification sections following for additional requirements), six submittal document sets, for: 1) Provide prior to the time of the personnel instruction period, instruction manuals associated with all systems listed above. 2) Include the following information, as a minimum, in each copy of the instruction manual: (a) Manufacturers' names and addresses. (b) Serial numbers of items furnished. (c) Catalog cuts, exploded views and brochures, complete with technical and performance data for all equipment, marked to indicate actual items furnished and the intended use. (d) Recommended maintenance procedures. 2. Project record documents: a. Mark Record Documents daily to indicate all changes made in the field. 1) In addition to general requirements of Record Documents, indicate on Project Record Drawings all changes of equipment locations and ratings, fuse sizes, trip sizes and settings on magnetic -only circuit breakers. 2) Alterations in raceway runs and sizes, changes in wire sizes, circuit designations, installation details, one line diagrams, control diagrams and schedules. b. Use green to indicate deletions and red to indicate additions. 1) Use the same symbols and follow as much as possible the same drafting procedures used on the Contract Drawings. c. Locate conduit stubbed -out for future use, underground feeder conduits, and feeder pull box locations using building lines by indicating on the Project Record Drawings. 18-738 MARINA PARK OFFICE TI 26 0501 - 3 GENERAL ELECTRICAL REQUIREMENTS 1.05 OPERATING AND MAINTENANCE MANUALS A. Prepare and submit Operating and Maintenance Manuals, six document sets. In addition to the requirements specified in Division 1 (also see technical specification sections following for additional requirements), include the following information for equipment items: 1. Description of function, normal operating characteristics and limitations, performance curves, engineering data and tests, and complete nomenclature and commercial numbers and replacement parts. 2. Manufacturer's printed operating procedures to include start-up, break-in, and routine and normal operating instructions; regulation, control, stopping, shutdown, and emergency instructions; and, as required, summer and winter operating instructions. 3. Maintenance procedures for routine preventative maintenance and troubleshooting; disassembly, repair, and reassembly; aligning and adjusting instructions. 4. Servicing instructions and lubrication charts and schedules. 1.06 QUALITY ASSURANCE A. As a minimum Specification requirement, all materials and methods shall comply with applicable governing codes. B. Material and equipment substitution. 1. Equipment other than that specified will be accepted only when written approval is given by the Owner, in accordance with Division 1. 2. The Contractor shall be held responsible for all physical changes in piping, equipment, etc. resulting from equipment substitution and likewise bear any increased cost of other trades in making said substitution. Approval by the Owner of equipment other than that specified does not relieve the Contractor of this responsibility. 1.07 OWNER'S INSTRUCTIONS A. Prior to completion of the contract, and at the Owner's convenience, instruct verbally and demonstrate to the Owner's personnel, the operation of the systems as listed in Part 1 above. 1.08 SYSTEM STARTUP A. Do not energize or place electrical equipment in service until all relevant parties have been duly notified and are present or have waived their rights to be present. Where equipment to be placed in service involves service or connection from another contractor of the Owner, notify the Owner in writing when the equipment will be ready. Notify the Owner's Representative two weeks in advance of the date the various times of equipment will be complete. PART 2 - PRODUCTS NOT USED PART 3 - EXECUTION 3.01 EXAMINATION A. Site verification of conditions: Contractor shall survey the entire project site and become thoroughly familiar with actual existing conditions. The intent of the work is shown on the drawings and described hereinafter. By the act of participation in the pre-bid conference and site inspection tour specified in the applicable Division 1 section, the Contractor shall be deemed to have made such a study and examination and to accept all conditions present at the site. No request for additional payment shall be considered as valid, due to failure to allow for conditions which may exist. B. Electrical work shown: Electrical drawings are generally diagrammatic. Verify equipment sizes with shop drawings and manufacturers' data and coordinate location layout with other trades. Report immediately to the Owner any conflicts in the drawings and specifications with any code or between the electrical work and the work of other trades. No work shall be commenced where a conflict exists prior to receiving proper instructions. Any work or materials shown on the drawings and not mentioned in this division, or vice -versa, shall be executed the same as if specifically mentioned by both. Notify the Owner of any changes of location requirements prior to installation. 18-738 MARINA PARK OFFICE TI 260501-4 GENERAL ELECTRICAL REQUIREMENTS 3.02 SEISMIC BRACING A. Contractor shall be responsible for anchors and connections of electrical work to building structure to prevent damage as a result of earthquake, including manufactured equipment, the connection and integrity of shop -fabricated and field -fabricated materials and equipment. All building equipment and connections therefore shall be designed to resist seismic forces in conformance with Title 24 of the California Administrative Code. B. Contractor shall submit shop drawings sealed by a Structural Engineer registered in the State of California to demonstrate compliance with the following requirements: 1. Electrical equipment: For requirements, see Part 1 above. 2. Raceway: All raceway shall be supported and braced per SMACNA "Guidelines for Seismic Restraint Systems and Plumbing Piping Systems." (See Table 23-P of Title 24 for limitations.) 3.03 PENETRATION SEALING A. Seal penetrations through exterior walls and fire rated walls, floors, and ceilings. Sealing methods used shall be in compliance with the requirements of the Authority Having Jurisdiction to maintain required fire ratings, and shall be in accordance with the applicable sections in Division 7 which prescribe applicable firestopping and weatherproofing of wall, floor, ceiling, and roof penetrations. Seal all conduit penetrations through roofs. 3.04 DEMOLITION, ALTERATION AND EXTENSION WORK A. Provide and perform demolition, alteration, extension, preparatory and miscellaneous work as indicated. B. Existing Conditions: Make a detailed survey of the existing conditions pertaining to the work. Check the locations of all existing structures equipment, wiring, etc. include all demolition, alteration and extension work in bid. 3.05 SERVICE INTERRUPTIONS AND UTILITY A. Coordinate with the Owner any interruption of services necessary to accomplish the work. B. Coordinate with the utility company all work associated with power and communications/ signal distribution systems and service entrance equipment. 3.06 FIELD QUALITY CONTROL A. Site Tests: 1. Perform all necessary tests required to ascertain that the electrical system has been properly installed, that the power supply to each item of equipment is correct, and that the system is free of grounds, ground faults, and open circuits, that all motors are rotating in the proper directions, and such other tests and adjustments as may be required for the proper completion and operation of the electrical system. 2. Test the input and output voltage of each transformer prior to operation under load, and adjust the output voltage by resetting taps, to achieve the specified values. After the system has been placed under load, test transformers under normal operation. Record the measurement of primary and secondary voltages. Reset taps to within 1/2% if necessary to adjust secondary voltage. Submit a report indicating the final result of such tests, and reporting specific current and voltage measurements to the Owner's Representative. 3. If, during the course of testing, it is found that system imbalance is in excess of 20%, rearrange single -pole branch circuits in lighting and receptacle panels to bring system balance within 20% on all phases. Record all such changes on the panelboard schedule and submit a summary of changes to the Owner's Representative. 3.07 CLEANING A. Clean exterior surfaces of equipment and remove all dirt, cement, plaster and other debris. Protect interior of equipment from dirt during construction and clean thoroughly before energizing. 18-738 MARINA PARK OFFICE TI 26 0501 - 5 GENERAL ELECTRICAL REQUIREMENTS B. Clean-out cracks, corners and surfaces on equipment to be painted, remove grease and oil spots so that paint may be applied without further preparation. C. Locate underground conduit stubbed -out for future use, underground feeder conduits, and feeder pull box locations, using building lines by indicating on the Project Record Drawings. END OF SECTION 18-738 MARINA PARK OFFICE TI 260501-6 GENERAL ELECTRICAL REQUIREMENTS