Loading...
HomeMy WebLinkAboutC-7978-1 - Contract for the Improvement of Public Work - Grant Howald Park Restroom RehabilitationA. AMENDMENT NO. ONE TO CONTRACT FOR THE IMPROVEMENT OF PUBLIC WORK GRANT HOWALD PARK RESTROOM REHABILITATION WITH A2Z CONSTRUCT, INC. THIS AMENDMENT NO. ONE TO CONTRACT FOR THE IMPROVEMENT OF PUBLIC WORK ("Amendment No. One") is made and entered into as of this 30th day of June, 2021 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and A2Z CONSTRUCT, INC., a California corporation ("Contractor"), whose address is PO Box 80425 Rancho Santa Margarita, California 92688, and is made with reference to the following: RECITALS A. On March 15, 2021, City and Contractor entered into a Contract for the Improvement of Public Work ("Contract") for the removal of existing improvements and making specified improvements to the interior and exterior of the restroom building in Grant Howald Park as more fully described in the Contract Documents ("Project"). B. Due to the volume of Work necessary, the parties desire to enter into this Amendment No. One to extend the term of the Contract to December 1, 2021. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM Section 1 of the Agreement is amended in its entirety and replaced with the following: "The term of this Contract shall commence on the Effective Date and shall terminate on December 1, 2021, unless terminated earlier as provided for herein." 2. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES ON NEXT PAGE] . IN WITNESS WHEREOF, the parties have caused this Amendment No. One to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORN�E,Y'S/FICE Date: //�� � By. ro C. Harp wAj g.iq•ti� Attorney ATTEST: Date: V. 4W )jg# By: ovii J. Leilani I. Brown City Clerk NSW FORN%P'* CITY OF NEWPORT BEACH, a California municipal corp ra ion Date: 'X- 2,1-24Z By: Dave ebb Public Works Director CONSULTANT: Grant Restroom Rehabilitation corporation Date: By: Howald Park a California Signed in Counterpart Matthew Jafari Chief Executive Officer Date: Signed in Counterpart By: Charlene Estelle Jafari Secretary [END OF SIGNATURES] Grant Howald Park Restroom Rehabilitation Page 2 IN WITNESS WHEREOF, the parties have caused this Amendment No. One to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNE,YE Date: -� / _?_/ � By. o C'Harp WvJ g•Iq•ti� Attorney ATTEST: Date: go Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Dave Webb Public Works Director CONSULTANT: Grant Howald Park Restroom Rehabilitation a California corporation Date: By. Matthew Jafari Chief Executive Officer Date: �-', By: Charle stelle Jafari Secretary [END OF SIGNATURES] Grant Howald Park Restroom Rehabilitation Page 2 1 Co CONTRACT FOR THE IMPROVEMENT OF PUBLIC WORK r— GRANT HOWALD PARK RESTROOM REHABILITATION WITH A2Z CONSTRUCT, INC. r. THIS CONTRACT FOR THE IMPROVEMENT OF PUBLIC WORK ("Contract") is made and entered into as of this 15th day of March, 2021 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and A2Z Construct, Inc., a California corporation ("Contractor"), whose principal place of business is 63 Via Gatillo, Rancho Santa Margarita, California 92688, with a mailing address of P.O. Box 80425 Rancho Santa Margarita, California 92688, 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 desires to engage Contractor to remove existing improvements and making specified improvements to the interior and exterior of the restroom building in Grant Howald Park as more fully described in the Contract Documents ("Project"). C. City has solicited and received a proposal from Contractor and desires to retain Contractor to render services under the terms and conditions set forth in this Contract. D. Contractor has examined the location of all proposed work, carefully reviewed and evaluated the specifications set forth by City for the Project, and is familiar with all conditions relevant to the performance of services and has committed to perform all work required for the price specified in this Contract over a period of 30 Consecutive days commencing upon issuance of the "Notice to Proceed". NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Contract shall commence on the Effective Date and shall terminate on July 1, 2021, unless terminated earlier as provided for herein. 2. SCOPE OF WORK 2.1. Contract Documents. The complete Contract for the Project includes all of the following documents: Request for Proposals/Bids, Instructions to Bidders, Special Provisions, and Technical Specifications, attached hereto as Exhibit A; Proposal and Designation of Subcontractors, attached hereto as Exhibit B; Insurance Requirements, attached hereto as Exhibit C; Labor and Materials Payment Bond attached hereto as Exhibit D; Faithful Performance Bond, attached hereto as Exhibit E; all Project Permits; the Standard Special Provisions and Standard Drawings; Plans and Special Provisions for Contract No. 7978-1; Standard Specifications for Public Works Construction (current adopted edition and all supplements); and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"). Exhibits A, B, C, D and E, and all other named Contract Documents, 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. 2.2. 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 as identified in the Contract Documents ("Work" or "Services"). 2.3. 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. TIME OF PERFORMANCE 3.1. Time is of the essence in the performance of Work under this Contract and Contractor shall complete the Work within 30 Consecutive days from the date of issuance of the "Notice to Proceed." Failure to complete the Work in the time allotted may result in termination of the Contract by City and assessment of damages as outlined in Section 3.2. 3.2. The parties agree that it is extremely difficult and impractical to determine and fix the actual damages that City will sustain should Contractor fail to complete the Project within the time allowed. Should Contractor fail to complete the Work called for in this Contract within 30 Consecutive days from the date of issuance of the Notice to Proceed, Contractor agrees to the deduction of liquidated damages in the sum of Five Hundred Dollars ($500.00) for each calendar day beyond the date scheduled for completion. 4. COMPENSATION 4.1. 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 Seventy Four Thousand Five Hundred Dollars ($74,500.00), less any money deducted pursuant to Section 3.2. Contractor shall not receive any additional compensation unless approved in writing in advance by City's Project Administrator as defined herein. City shall make full payment to Contractor no later than thirty (30) calendar days after acceptance of the Work by City. 4.2. This compensation includes: A2Z Construct, Inc. Page 2 4.2.1. Any loss or damage arising from the nature of the Work; 4.2.2. Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 4.2.3. 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. 5. 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 Matthew Jafari 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. 6. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Director of Public Works, 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 Services to be rendered pursuant to this Contract. 7. TYPE AND INSTALLATION OF MATERIALS/STANDARD OF CARE 7.1. Contractor shall use only the standard materials and equipment as described in the Contract Documents in performing Work under this Contract. Any deviation from the materials or equipment described in the Contract Documents shall not be utilized unless approved in advance by the Project Administrator. 7.2. Contractor shall comply with the terms and conditions of the Contract Documents. 7.3. All of the Work shall be performed by Contractor or under Contractor's supervision. Contractor represents that it possesses the personnel required to perform the Services required by this Contract, and that it will perform all Work in a manner commensurate with community professional standards and with the ordinary degree of skill and care that would be used by other reasonably competent practitioners of the same discipline under similar circumstances. 7.4. All Services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. By delivery of completed Work, Contractor certifies that the Work conforms to the requirements of this Contract, all applicable federal, state and local laws, and legally recognized professional standards. A2Z Construct, Inc. Page 3 7.5. Contractor represents and warrants to City that it has, shall obtain, and shall keep in full force and effect during the term hereof, at its sole cost and expense, all licenses, permits, qualifications, insurance and approvals of whatsoever nature that is legally required of Contractor to practice its profession. Contractor shall maintain a City of Newport Beach business license during the term of this Contract. 7.6. Contractor shall not be responsible for delay, nor shall Contractor be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, acts of God, or the failure of City to furnish timely information or to approve or disapprove Contractor's Work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 8. CHANGE ORDERS 8.1. This Contract may be amended or modified only by mutual written agreement of the parties. 8.2. The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 8.3. 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. 9. RESPONSIBILITY FOR DAMAGES OR INJURY 9.1. City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 9.2. 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, or the Work of any subcontractor or supplier selected by Contractor. 9.3. To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in A2Z Construct, Inc. Page 4 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). 9.4. 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. 9.5. 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. 9.6. 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. 9.7. 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. 9.8. The rights and obligations set forth in this Section shall survive the termination of this Contract. 10. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. A2Z Construct, Inc. Page 5 11. 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 Contractor on the Project. 12. CITY POLICY Contractor shall discuss and review all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS Contractor is responsible for keeping the Project Administrator and/or designee informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings have been scheduled or are desired. 14. BONDING 14.1. 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°/x) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit E 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 D and incorporated herein by reference. 14.2. 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. 14.3. 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. 15. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in this Contract, 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. A2Z Construct, Inc. Page 6 16. PREVAILING WAGES 16.1 Pursuant to the applicable provisions of the Labor Code of the State of California, not less than the general prevailing rate of per diem wages including legal holidays and overtime Work for each craft or type of workman needed to execute the Work contemplated under the Contract shall be paid to all workmen employed on the Work to be done according to the Contract by the Contractor and any subcontractor. 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. The Contractor is required to obtain the wage determinations from the Department of Industrial Relations and post at the job site the prevailing rate or perdiem wages. It shall be the obligation of the Contractor or any subcontractor under him/her to comply with all State of California labor laws, rules and regulations and the parties agree that the City shall not be liable for any violation thereof. 16.2 If both the Davis -Bacon Act and State of California prevailing wage laws apply and the federal and state prevailing rate of per diem wages differ, Contractor and subcontractor, if any, shall pay the higher of the two rates. Said prevailing rate of per diem wages are on file at the City, Office of the City Clerk, 100 Civic Center Drive, Newport Beach, California 92660, and are available to any interested party on request. 17. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Contract, the Work to be performed 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 co -tenant 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. 18. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Proposal attached as Exhibit B. 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. A2Z Construct, Inc. Page 7 19. OWNERSHIP OF DOCUMENTS 19.1. Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents"), prepared or caused to be prepared by Contractor, its officers, employees, agents and subcontractors, in the course of implementing this Contract, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Contractor or any other party. Contractor shall, at Contractor's expense, provide such Documents to City upon prior written request. 19.2. Documents, including drawings and specifications, prepared by Contractor pursuant to this Contract, are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed Documents for other projects and any use of incomplete Documents without specific written authorization from Contractor will be at City's sole risk and without liability to Contractor. Further, any and all liability arising out of changes made to Contractor's deliverables under this Contract by City or persons other than Contractor is waived against Contractor and City assumes full responsibility for such changes unless City has given Contractor prior notice and has received from Contractor written consent for such changes. 20. RECORDS Contractor shall keep records and invoices in connection with the Work to be performed under this Contract. Contractor shall maintain complete and accurate records with respect to the costs incurred under this Contract and any Services, expenditures and disbursements charged to City, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Contractor under this Contract. All such records and invoices shall be clearly identifiable. Contractor shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Contractor shall allow inspection of all Work, documents, proceedings and activities related to the Contract for a period of three (3) years from the date of final payment to Contractor under this Contract. 21. WITHHOLDINGS City may withhold payment to Contractor of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Contract. Contractor shall not discontinue Work as a result of such withholding. Contractor shall have an immediate right to appeal to the City Manager or designee with respect to such disputed sums. Contractor shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 22. CONFLICTS OF INTEREST 22.1. 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 seq., which (1) require such persons to disclose any financial interest that may A2Z Construct, Inc. Page 8 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. 22.2. If subject to the Act and/or Government Code §§ 1090 et seq., 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. 23. NOTICES 23.1. All notices, demands, requests or approvals to be given under the terms of this Contract shall be given in writing, to City by Contractor 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. 23.2. All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attn: Director of Public Works Public Works City of Newport Beach 100 Civic Center Drive PO Box 1768 Newport Beach, CA 92658 23.3. All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attn: Matthew Jafari A2Z Construct, Inc. PO Box 80425 Rancho Santa Margarita, CA 92688 24. NOTICE OF CLAIMS 24.1 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 payment. 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 (Govt. Code §§ 900 et seq.). A2Z Construct, Inc. Page 9 24.2 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.). 25. TERMINATION 25.1. In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 25.2. Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 26. 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 as defined by the Contract Documents, 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. 27. STANDARD PROVISIONS 27.1. Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 27.2. 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, A2Z Construct, Inc. Page 10 county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. 27.3. Waiver. A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 27.4. 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. 27.5. 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. 27.6. 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. 27.7. 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. 27.8. 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. 27.9. 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. 27.10. Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 27.11. No Attorney's Fees. In the event of any dispute or legal action arising under this Contractor, the prevailing party shall not be entitled to attorneys' fees. A2Z Construct, Inc. Page 11 27.12. 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 and the same instrument. [SIGNATURES ON NEXT PAGE] A2Z Construct, Inc. Page 12 IN WITNESS WHEREOF, the parties have caused this Contract to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 3 1;41�fAi By: A on C. H ity Attor y ATTEST: �. Date: C By: Leilani I. Brown City Clerk �c �Fo�a%�P I CITY OF NEWPORT BEACH, a California municipal corporation Date: JUN 0 3 2021 By: Grac . Leung City anager CONTRACTOR: A2Z Construct, Inc California corporation Date: Signed in Counterpart By: Matthew Jafari Chief Executive Officer Date: Signed in Counterpart By: Charlene Estelle Jafari Secretary [END OF SIGNATURES] a Attachments: Exhibit A — Request for Proposals/Bids, Instructions to Bidders, Special Provisions, and Technical Specifications Exhibit B — Proposal and Designation of Subcontractors Exhibit C — Insurance Requirements Exhibit D — Labor and Materials Payment Bond Exhibit E — Faithful Performance Bond A2Z Construct, Inc. Page 13 IN WITNESS WHEREOF, the parties have caused this Contract to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTO NEY'S OFFICE Date: By: Imo' a nC.H Attorne rJ CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Grace K. Leung City Manager ATTEST: CONTRACTOR: A2Z Construct, Inc. Date: California orp ration Date: Z r17 I By: By: t Leilani 1. Brown Matth Jafari City Clerk Chief Executive Officer Date: 3 Z5 2-1 By: qelle Charfg Jafari Secret ry [END OF SIGNATURES] 0 Attachments: Exhibit A — Request for Proposals/Bids, Instructions to Bidders, Special Provisions, and Technical Specifications Exhibit B — Proposal and Designation of Subcontractors Exhibit C — Insurance Requirements Exhibit D — Labor and Materials Payment Bond Exhibit E — Faithful Performance Bond A2Z Construct, Inc. Page 13 EXHIBIT A REQUEST FOR PROPOSALS/BIDS, BIDDERS, SPECIAL PROVISIONS, SPECIFICATIONS INSTRUCTIONS TO AND TECHNICAL A2Z Construct, Inc. Page A-1 CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 By 10:00 AM on the 3 day of March, 2021, at which time such bids shall be opened and read for GRANT HOWALD PARK RESTROOM REHABILITATION PROJECT NO. 21 F02 CONTRACT NO. C-7978-1 $100,000 Engineer's Estimate �oRv% Approved by aures M. Houlihan Oe uty PWD/City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: http://www.planetbids.com/portal/portal.cfm?Comi3anylD=22078 Hard copy plans are available via Santa Ana Blue Print at (949)756-1001 Located at 2372 Morse Avenue, Irvine, CA 92614 Contractor License Classification(s) required for this project: "A" or "B" For further information, call Tom Sandefur, Protect 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 GRANT HOWALD PARK RESTROOM REHABILITATION PROJECT NO. 21F02 CONTRACT NO. C-7978-1 TABLE OF CONTENTS NOTICE INVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS...................................................................................... 3 BIDDER'S BOND............................................................................................................ 6 DESIGNATION OF SUBCONTRACTOR(S)................................................................... 9 TECHNICAL ABILITY AND EXPERIENCE REFERENCES ............................................ 9 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD .................................................... 15 ACKNOWLEDGEMENT OF ADDENDA....................................................................... 18 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 2 City of Newport Beach GRANT HOWALD PARK RESTROOM REHABILITATION PROJECT NO. 21 F02 CONTRACT NO. C-7978-1 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed, uploaded and received by the City Clerk via PlanetBids in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office in Sealed Envelope) 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, 2nd Floor of the Civic Center (Located at 100 Civic Center Dr.) 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. Original copies must be submitted to the City Clerk's Office. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 3. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. Original, sealed copies must be submitted to the City Clerk's Office by the Bid Opening Date (Bid Due Date.) The title of the project, Contract Number and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 4. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 3 5. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 6. 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. 7. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act", 10. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 11. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 12. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on behalf of itself or a subcontractor that lacks privity of contract with the City but has requested that contractor proceed on its behalf, sent by registered mail or certified mail return receipt requested for a time extension, payment by the City for money or damages arising from work done by, or on behalf of, the contractor and payment 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 4 be extended by mutual agreement. The claimant shall furnish all reasonable documentation to support the claim. If the City needs approval from its City Council to provide the written statement and the City Council does not meet within the prescribed time period, the City shall have up to 3 days following the next regular meeting of the City Council to provide the written statement. Payment of the undisputed portion of the claim shall be made within 60 days after the City issues its written statement. B. If the claimant disputes the City's written statement or if the City does not issue a written statement in the prescribed time period, the claimant may demand in writing an informal meet and confer conference, which shall be scheduled within 30 days of receipt of claimant's demand. C. Within 10 business days of the meet and confer conference, if a dispute remains, the City shall provide a written statement identifying the portion of the claim that remains in dispute and the undisputed portion. The City shall pay any remaining amount of the undisputed portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding mediation or similar nonbinding process, with the City and claimant sharing the costs equally and agreeing to a mediator within 10 business days. If the parties cannot timely agree on a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate the remaining disputed portion. If mediation is unsuccessful, any remaining disputed portion shall be addressed using procedures outside of Public Contract Code section 9204. D. Failure by the City to meet the time requirements herein shall result in the claim being rejected in its entirety and shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. The signature below represents that the above has been reviewed.., g p 1 739539 A, B / /President Contractor's License No. & Classification Authorize Signature/Title 1000012937 6/30/2021 DIR Registration Number & Expiration Date A2Z Construct Inc Bidder 5 03/02/2021 Date City of Newport Beach GRANT HOWALD PARK RESTROOM REHABILITATION PROJECT NO. 21 F02 CONTRACT NO. C-7978-1 DESIGNATION OF SUBCONTRACTOR(S) - AFFADAVIT State law requires the listing of all subcontractors who will perform work in an amount in excess of one- half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the 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 City of Newport Beac . Bidders must also include DIR registration numbers for each subcontractor. /9 A2Z Construct Inc �=—V V I irrresiuent Bidder Authorized Signature/Title 9 City of Newport Beach GRANT HOWALD PARK RESTROOM REHABILITATION PROJECT NO. 21F02 CONTRACT NO. C-7978-1 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name A2Z Construct Inc FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $120,000, provide the following information: No. 1 Project Name/Number Citrus Ranch Park Steel and wood framing, concrete foundation footing, light fixtures, Project Description electrical, plumbing, painting, coating and waterproofing, & stone work Approximate Construction Dates: From 5/6/2019 To: 10/11/2019 Agency Name City of Tustin Contact Person Chad Clanton Telephone (71 4 573-3332 Original Contract Amount $ Final Contract Amount $ 145,793 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. No 10 No. 2 Project Name/Number Craycraft Park Restroom _- Concrete work, mow curbs, storm drains, sewer lines, patio overhead, & shade overhead Project Description Approximate Construction Dates: From April 2020 To Agency Name City of Mission Viejo Contact Person Jerry Hill August 2020 Telephone (949 470-3085 Original Contract Amount $ Final Contract Amount $ $161,555 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 No. 3 Project Name/Number Southwest Senior Center Interior Renovations Restroom renovation, flooring, partition wall, light and toilet fixtures, auto doors, Project Description wall framing, drywall, and plaster. Cabinets and countertops. Approximate Construction Dates: From Agency Name City of Santa Ana Contact Person Robert Aguirre, PE Original Contract Amount $ To: March 2020 Telephone (114) 647-5051 Final Contract Amount $ $115,000 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 11 No. 4 Project Name/Number Corporation Yard Fence Replacement Project Project Description Concrete work, mow curbs, installation of fence panels Approximate Construction Dates: From January 2021 To: Ongoing Agency Name City of Newport Beach Contact Person Sharon Garcia Telephone (949 644-3327 Original Contract Amount $ 220,000 Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 5 Project Name/Number N/A Project Description Approximate Construction Dates: From To: Agency Name Contact Person Telephone ( ) Original Contract Amount $ Final Contract Amount $ 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. 12 No. 6 Project Name/Number N/A Project Description Approximate Construction Dates: From Agency Name Contact Person To: Telephone ( Original Contract Amount $ Final Contract Amount $ 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. 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 end other information sufficiently comprehensive to permit an appraisal of the Co lr tor's current financial conditions. A2Z Construct Inc Bidder 13 1 /President Au horize"igna itle City of Newport Beach GRANT HOWALD PARK RESTROOM REHABILITATION PROJECT NO. 21F02 CONTRACT NO. C-7973-1 NON -COLLUSION AFFIDAVIT State of California ) ) ss. County of Orange ) Matthew Jafari , being first duly sworn, deposes and says that he or she is rest en of A2Z Construct Inc , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of C lif mi fore ing is true and correct. A2Z Construct Inc �? f z'S1�i% Bidder Aut ri d SYgnature/Titl Subscribed and sworn to (or affirmed) before me on this day of AL/ 2021 by , 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 California that the foregoing paragraph is true and correct. SEE CALIFORNIA NOTARY, ATTACHED [SEAL] 14 Notary Public My Commission Expires: 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 Oranqe Subscribed and sworn to (or affirmed) before me on this 15t. day of March , 20 21 , by Matthew Jafari----------- ----------------------------------------------------------------------- proved to me on the basis of satisfactory evidence to be the person who appeared before me. CAITLIN TUR-NI—ER-1- COMMm ...2202148 NOTARY m ��W Gly Term Exp. h" 22, 2021 �0 (Seal) Signature �0'1'mn 71, 0.r /ftao, ,ed dura* is -f r Non- Cn\Asinn kffidavlf- City of Newport Beach GRANT HOWALD PARK RESTROOM REHABILITATION PROJECT NO. 21F02 CONTRACT NO. C-7978-1 DESIGNATION OF SURETIES Bidder's nameA2Z Construct Inc Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): Contractors Bonding and Insurance Co., 111 Pacifica, Ste. 350, Irvine, CA 92618 (949)341-9169 (Performance/Labor Bonds) National Liability and Fire Insurance Co., Appalachian Insurance (888)376-9633 (Workers Compensation) Number One Insurance, 1711 Beach Blvd., Huntington Beach, CA 92647 (714)848-4400 (Commercial Liability) Progressive Commercial, United Financial Cas Co. PO Box 94739, Cleveland, OH (800)376-9633 (Commercial Auto Ins.) 15 City of Newport Beach GRANT HOWALD PARK RESTROOM REHABILITATION PROJECT NO. 21 F02 CONTRACT NO. C-7978-1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name A2Z Construct Inc Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 16 Current Record Record Record Record Record Year of for for for for for Record 2020 2019 2018 2017 2016 Total 2021 No. of contracts 2 2 8 5 8 1 24 Total dollar Amount of Contracts (in $360,000 $148,085 $886,045 $884,953 $1,693,941 $237,000 $3,940,024 Thousands of $ No. of fatalities 0 0 0 10 0 0 0 No. of lost Workday Cases 0 0 0 0 0 0 0 No. of lost 0 0 0 0 0 0 0 workday cases involving permanent transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 16 Legal Business Name of Bidder A2Z Construct Inc Business Address: PO Box 80425 Rancho Santa Margarita, CA 92688 Business Tel. No.: 949-283-5179 State Contractor's License No. and Classification: 739539 A,B Title President The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date _ Title P Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title ident 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 SEE CALIFORNIA NOTARY, ATTACHED 17 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document__ _ J State of California County of Orange On March 1, 2021 before me, Caitlin Turner , Notary Public (insert name and title of the officer) personally appeared Matthew Jafari ----------------------------------------------- who proved to me on the basis of satisfactory evidence to be the personfa`) whose name is are subscribed to the within instrument and acknowled ed to me thaChe/she/they executed the same in /her/their authorized capacity(ies), and that by his/her/their signature(A on the instrument the person(,), or the entity upon behalf of which the person(,) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. c7 CAITLIN TURNER ` COMM ... 2202148 C NOTARY PURI l- Q fOF;Nu1 -1 ORAW COWR W My Term Exp..lum 22, 2021 Signature U,t ,wf (Seal) Att- med huAoMcdgm-e-Ai -Is it scifcN k4urd ( Newpori- 13ect0)). City of Newport Beach GRANT HOWALD PARK RESTROOM REHABILITATION PROJECT NO. 21 F02 CONTRACT NO. C-7978-1 ACKNOWLEDGEMENT OF ADDENDA Bidder's name A2Z Construct Inc The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Si at 1 02/25/2021 in CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PORT ADDENDUM NO. 1 GRANT HOWALD PARK RESTROOM REHAB CONTRACT NO 7978-1 DATE:Z� �`' �� BY: TO: ALL PLANHOLDERS Engineer Page 1 of 2 The following changes, additions, deletions, or clarifications shall be made to the Contract Documents — all other conditions shall remain the same. A. PRE-BID QUESTIONS RESPONSE: 1. Can you clarify the anti -graffiti product and location of application: VandalGuard non -sacrificial anti -graffiti coating shall be applied to the building exterior CMU blocks only. 2. Please provide the tile selection: For both the Men and Women interior restroom floor the and cove base, use the following: American Olean (DalTile) Neospeck, Medium Gray NE04-Unpolished. Use 12 -inch by 24 -inch with 6 -inch by 12 -inch cove base. In a 4 -foot by 4 -foot area around the floor drains, cut the 12 -inch by 24 -inch tile into 4 -inch by 4 -inch tiles to allow installation on the sloped floor. All grout lines, including cove base, to be aligned in "stack bond" pattern. 3. Please provide the stainless-steel wire mesh and frame details described in the Specifications: There is no new wire mesh or frames in this project. Please delete from Specifications. 4. Please clarify the exterior painting scope: There is no painting of the exterior of the building, only the application of the anti - graffiti coating. Page 2 of 2 5. Is there asbestos or lead paint removal required for this project: There is no asbestos or lead paint removal on this project. 6. Will restroom the be set flush with exterior concrete or will there be a threshold: At threshold use a bullnose tile to transition from the tile to existing concrete paving. Tile will be about 3/8 -inch higher than concrete paving. 7. Please confirm material for existing partition walls and if cove baseboard the shall be installed at the partition walls: Yes, the cove baseboard tiles shall be installed at the CMU toilet partition walls. Note that tile base only needs to be installed at the CMU pilaster where it touches the floor. Most of the toilet partition is floating and spans from pilaster to the chase wall. 8. Elevations show floating partitions and floor plans show CMU partitions with 6 -inch base. The existing partitions are floating. Please clarify: The CMU partitions are supported by CMU pilasters and adjacent wall. 9. Will closet at men's restroom take tile and base: No. Bidders must sign this Addendum No. 1 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. A2Z Construct Inc Bidder's Name (Please Print) 02/26/2021 Date /tA /President Au horii+d Signature & Title City of Newport Beach GRANT HOWALD PARK RESTROOM REHABILITATION PROJECT NO. 21F02 CONTRACT NO. C-7978-1 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: A2Z Construct Inc Business Address: PO Box 80425 Rancho Santa Margarita, CA 92688 Telephone and Fax Number: 949-283-5179 and 949-589-4274 California State Contractor's License No. and Class: 739539 A,B (REQUIRED AT TIME OF AWARD) Original Date Issued: 08/20/1997 Expiration Date: 03/31/2021 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: Matthew Jafari 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 Matthew Jafari, President 63 Via Gatillo, R.S.M, CA 92688 949-283-5179 Charlene Jafari Secretary 63 Via Gatillo, R.S.M. CA 92688 949-283-5179 Corporation organized under the laws of the State of California 19 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: No 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; None Briefly summarize the parties' claims and defenses; N/A Have you ever had a contract terminated by the owner/agency? If so, explain. No Have you ever failed to complete a project? If so, explain. No For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes Vol 20 Are any claims or actions unresolved or outstanding? Yes /No 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. A2Z Construct Inc Bidder (Print name of O er President of Corpo ation1 o p y), A ) 1-1 T—uth6riYed Sig ure/Tit e President Title C� Date On before me, , Notary Public, personally appeared , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and offici(,�£p SEE CALIFORNIA NOTARY, �i �� AA Notary Public in and for said State My Commission Expires: 21 (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 Orange On March 1, 2021 before me, Caitlin Turner , Notary Public (insert name and title of the officer) personally appeared Matthew Jafari ----------------------------------------------- who proved to me on the basis of satisfactory evidence to be the personS,B'f whose name is re subscribed to the within instrument and acknowledged to me that Qshe/they executed the same in Vi her/their authorized capacity(ies), and that by is her/their signature�,s'J on the instrument the ersonO, or the entity upon behalf of which the person(,a') 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. CAITLIN TORNER COMM ... 2202148 n U "�►' NaTARY PUBUCAIIOWA -� m ORA W COUNTY W My Term Exp. Jim 22, 2021 Signature _ a{,�r. �,t,/ (Seal) It A+IAMO-d 'os. -for Tnformaton of City of Newport Beach GRANT HOWALD PARK RESTROOM REHABILITATION PROJECT NO. 21F02 CONTRACT NO. C-7978-1 PROPOSAL (Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids. Contractor shall sign the below acknowledgement) To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 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. 7978-1 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: 03/03/2021 Date 949-283-5179 and 949-589-4274 Bidder's Telephone and Fax Numbers 739539 A, B Bidder's License No(s). and Classifications) 1000012937 DIR Registration Number A2Z Construct �c Bidder ' Z '/ t /President Bidder' A6fhoriSignature and Title PC Box 80425 Rancho Santa Margarita, CA 92688 Bidder's Address Bidder's email address: a2zconstructinc2@aol.com PR -1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS GRANT HOWALD PARK RESTROOM REHABILITATION PROJECT NO. 21 F02 CONTRACT NO. C-7978-1 PART 1 - GENERAL PROVISIONS 1 SECTION 1— TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1 1-2 TERMS AND DEFINITIONS 1 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents 2-6 WORK TO BE DONE SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.3 Markup SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General 5-2 PROTECTION 1 1 2 2 2 2 2 2 2 2 3 3 3 3 3 3 3 4 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 4 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 4 6-1.1 Construction Schedule 4 6-7 TIME OF COMPLETION 4 6-7.1 General 4 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 5 6-9 LIQUIDATED DAMAGES 6 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 6 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 6 7-1.2 Temporary Utility Services 6 7-2 LABOR 7 7-2.2 Prevailing Wages 7 7-7 COOPERATION AND COLLATERAL WORK 7 7-8 WORK SITE MAINTENANCE 7 7-8.4 Storage of Equipment and Materials 7 7-8.4.2 Storage in Public Streets 7 7-8.6 Water Pollution Control 7 7-8.6.2 Best Management Practices (BMPs) 7 7-10 SAFETY 8 7-10.3 Haul Routes 8 7-10.4 Safety 8 7-10.4.1 Work Site Safety 8 SECTION 9 - MEASUREMENT AND PAYMENT 8 9-2 LUMP SUM WORK 8 9-3 PAYMENT 9 9-3.1 General 9 9-3.2 Partial and Final Payment. 9 PART 2 - CONSTRUCTION MATERIALS 10 PART 3 - CONSTRUCTION METHODS 10 SECTION 300 - EARTHWORK 10 300-1 CLEARING AND GRUBBING 10 300-1.3 Removal and Disposal of Materials 10 300-1.3.1 General 10 SECTION 601— WORK AREA TRAFFIC CONTROL 11 601-1 GENERAL 11 TECHNICAL SPECIFICATIONS 12 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS GRANT HOWALD PARK RESTROOM REHABILITATION PROJECT NO. 21 F02 CONTRACT NO. C-7978-1 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the City's Design Criteria, Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (3) Standard Specifications for Public Works Construction (2015 Edition) including supplements; (4) the referenced drawings. The City's Design Criteria, Standard Special Provisions and Standard Drawings for Public Works Construction are available at the following website: http://www.newportbeachca.gov/government/departments/public-works/resources Copies of the Standard Specifications for Public Works Construction may be purchased online at www.bnibooks.com/products/standard-specifications-public-works-construction or call 888-BNI BOOK (888-264-2665). The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 1 — TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE AND SYMBOLS 1-2 TERMS AND DEFINITIONS Add the following definition: City — City of Newport Beach SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT Page 1 of 12 At the time of the award and until completion of work, the Contractor shall possess an "A" or "B" license. At the start of work and until completion of work, the Contractor and all Subcontractors shall possess a valid Business License issued by the City. 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents If there is a conflict or discrepancy between different Contract Documents, the more stringent requirement as determined by the Engineer shall control. 2-6 WORK TO BE DONE The work necessary for the completion of this contract consists of removing existing improvements and making specified improvements to the interior and exterior of the restroom building in Grant Howald Park. SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.2.3 Tool and Equipment Rental Tool and equipment rental rates shall be based on the current Caltrans rental rates. 3-3.2.3 Markup 3-3.2.3.1 Work by the Contractor Delete this section and replace with the following: The following percentages shall be added to the Contractor's costs (prior to any markups) and shall constitute the markup for all overhead and profit: 1) Labor ............................................ 15 2) Materials ....................................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided in this subsection, one (1) percent may be added as compensation for bonding. 3-3.2.3.2 Work by a Subcontractor Page 2 of 12 Delete this section and replace with the following: When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3.1 shall be applied by the Subcontractor to the actual costs (prior to any markups) and shall constitute the markup for all overhead and profit. An additional markup of five (5) percent of the subcontracted actual cost (prior to any markups) may be added by the Contractor. To the sum of the costs and markups provided in this subsection, one (1) percent may be added as compensation for bonding. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer with full information as to the progress of the work in its various parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General The Contractor is responsible for, and shall at his or her expense, pothole all existing utilities which may be affected by the work to verify points of connection and potential conflicts. No segment of work shall begin until the contractor has potholed and verified points of connection and related connection material requirements, and coordinated the final/existing layout of the laterals/pipeline with the Engineer, including adjustments due to field conflicts with other utilities or structures above or below ground. Within seven (7) calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sandblasting is not Page 3 of 12 allowed. Any surface damaged by the removal effort shall be repaired to its pre - construction condition or better at the contractor's expense. 5-2 PROTECTION In the event that an existing pull box, meter box or any other utility box is damaged by the Work and is not re -useable, the Contractor shall provide and install a new replacement pull box, meter box or any other utility box of identical type and size at no additional cost to the City. 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 baseline schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. The Engineer will review the baseline schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved baseline schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the baseline schedule and has demonstrated the ability to maintain the schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. Baseline schedule shall include material and equipment procurement times as supported by information provided by the individual equipment manufacturers or suppliers. Failure of a supplier to meet their proposed schedule may not necessarily result in an extension of the baseline schedule. It is the Contractor's responsibility to ensure the availability of materials for the project. Contractor shall update the schedule periodically or as directed by the Engineer to reflect any delay or extension of time. In addition, Contractor shall prepare 2 -week look -ahead schedules on a bi-weekly basis with detailed daily activities. 6-7 TIME OF COMPLETION 6-7.1 General The Contractor shall complete all work under the Contract within thirty (30) consecutive working days after the date on the Notice to Proceed. The Contractor shall ensure the Page 4 of 12 availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time. Normal working hours are limited to 7:00 a.m. to 6:00 p.m., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., outside of the working hours. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 6:00 p.m. to 7:30 p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturdays only. A request for working outside the normal working hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $146 per hour when such time periods are approved. For those locations where night work is allowed in order to minimize disruption to the community, the following requirements shall apply: A. Night work hours shall be considered to be from 7:00 p.m. to 7:00 a.m., Sunday night through Friday morning. No work is allowed Friday or Saturday nights. B. The Engineer must approve all requests for night work. C. The Contractor shall notify the Engineer two weeks prior to the start of any requested night work. The following days are designated City holidays and are non -working days: 1. January 1St (New Year's Day) 2. Third Monday in January (Martin Luther King Day) 3. Third Monday in February (President's Day) 4. Last Monday in May (Memorial Day) 5. July 4th (Independence Day) 6. First Monday in September (Labor Day) 7. November 11 th (Veterans Day) 8. Fourth Thursday and Friday in November (Thanksgiving and Friday after) 9. December 24th, (Christmas Eve) 10. December 25th (Christmas) 11. December 26th thru 30th (City Office Closure) 12. December 31 st (New Year's Eve) If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY Page 5 of 12 Prior to acceptance of work, the Contractor shall submit a full size set of plans to the Engineer. Retention payment and bonds will not be released until the as -built plans are reviewed and approved by the Engineer. A 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 payment is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the as -built plans. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. 6-9 LIQUIDATED DAMAGES For each consecutive calendar day after the time specified in Section 6-7.1 for completion of the work after the issuance of the Notice to Proceed, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500. Execution of the Contract shall constitute agreement by the City and Contractor that the above liquidated damages per calendar 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 continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services If the Contractor elects to use City water, Contractor shall arrange for a meter and tender a $973.00 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a $90 monthly charge for meter use, a charge for water usage and any repair charges for damage to the meter. Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, dust control, irrigation during maintenance period for landscaping, etc. Page 6 of 12 City shall designate to the Contractor the location of the fire hydrant or other connection acceptable for drawing of construction and temporary water. City reserves the right to limit the location, times and rates of drawing such water. 7-2 LABOR 7-2.2 Prevailing Wages In accordance with California Labor Code Section 1720.9, hauling and delivery of ready - mixed concrete for public works contracts are subject to prevailing wages. 7-7 COOPERATION AND COLLATERAL WORK City forces will perform all shut downs of water, sewer and storm drain facilities as required. The Contractor shall provide the City advanced notice a minimum of seven calendar days prior to the time contractor desires the shutdown these City facilities. A four-hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the nighttime hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the Engineer. It is the Contractor's responsibility to notify the affected businesses and residents of the upcoming water shutdown with a form provided by the Engineer at least 48 hours in advance of the water shut down. Grant Howald Park is currently undergoing renovation and Contractor shall cooperate with other contractors on the site in order to prevent undue conflict and delays. 7-8 WORK SITE MAINTENANCE 7-8.4 Storage of Equipment and Materials 7-8.4.2 Storage in Public Streets Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. 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. 7-8.6 Water Pollution Control 7-8.6.2 Best Management Practices (BMPs) Page 7 of 12 The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -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. The BMP will be approved by the Engineer prior to any work. The City will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate administrative citation per Section 14.36.030 of the City's Municipal Code. 7-10 SAFETY 7-10.3 Haul Routes Haul routes shall be submitted to the Engineer for review and approval. 7-10.4 Safety 7-10.4.1 Work Site Safety 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. 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. SECTION 9 - MEASUREMENT AND PAYMENT 9-2 LUMP SUM WORK Contractor shall submit a detailed schedule of value for all lump sum bid items to the Engineer within 15 days after award of contract. Page 8 of 12 9-3 PAYMENT 9-3.1 General Revise paragraph two to read: The unit and lump sum bid prices 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. Payment for the preparation of Building Department submittal drawings for the acquisition of a building permit shall be considered part of the individual items of work and no additional compensations allowed. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for providing bonds, insurance and financing, preparing and implementing the BMP Plan, preparing and updating construction schedules as requested by the Engineer, attending construction progress meetings as needed, and all other related work as required by the Contract Documents. This bid item shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA markings and providing any required documentation as noted in these Special Provisions. Item No. 2 Grant Howald Park Restroom Rehabilitation: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for performing the restroom rehabilitation. Item No. 3 Provide As -Built Plans: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for 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. An amount of $500 is determined for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -build drawings. 9-3.2 Partial and Final Payment. From each progress payment, five (5) percent will be retained by the City, and the remainder less the amount of all previous payments will be paid. Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code. Page 9 of 12 PART 2 - CONSTRUCTION MATERIALS SEE TECHNICAL SPECIFICATIONS FOR CONSTRUCTION MATERIAL PART 3 - CONSTRUCTION METHODS SEE TECHNICAL SPECIFICATIONS FOR ADDITIONAL CONSTRUCTION METHODS SPECIFICATIONS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials 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 found on the City's website at: http://newportbeachca.gov/index.aspx?page=157 and then selecting the link for Franchised Haulers List. 300-1.3.1 General The Contractor shall maintain the job site in a clean and safe condition. The Contractor shall remove any broken concrete, debris or other deleterious material from the job site at the end of each workday or as directed by the Engineer. 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 dispose of all excess or waste material and shall include all fees for such disposal in the appropriate bid items. Page 10 of 12 SECTION 601 — WORK AREA TRAFFIC CONTROL 601-1 GENERAL The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbons, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into and out of the affected establishments. Pagel 1 of 12 TECHNICAL SPECIFICATIONS Page 12 of 12 NEWPORT BEACH CONTRACT DOCUMENTS FOR GRANT HOWALD PARK RESTROOM REHABILITATION January 2021 Prepared by: BOA Architecture 1511 Cota Avenue, Long Beach, California 90813 (562) 912-7900 Edward Lok Ng C-16840 REN.11130121 SECTION 00101 PROJECT TITLE PAGE Title CITY OF NEWPORT BEACH GRANT HOWALD PARK RESTROOM REHABILITATION Client Agency CITY OF NEWPORT BEACH 100 CIVIC CENTER DRIVE NEWPORT BEACH, CA 92660 CONTACT: Tom Sandefur P: (949) 644-3321 E: TSANDERFUR@NEWPORTBEACHCA.GOV Location 900 Golden Rod, Corona Del Mar, CA 92625 Project Manager Tom Sandefur, PE Assistant City Engineer 100 Civic Center Drive Newport Beach, CA 92660 Consultant Edward Lok Ng, Architect BOA Architecture 1511 Cota Avenue Long Beach, CA 90813 Tel: 562-912-7900 Tel: 310-832-2681 CITY OF NEWPORT BEACH 00101 -1 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR DOCUMENT 00 0102 TABLE OF CONTENTS INTRODUCTORY INFORMATION Document 000101 -Project Title Page Document 000102 - Table of Contents SCHEDULE, CLAUSES AND ATTACHMENTS, AND SOLICITATION REQUIREMENTS Issued separately by the City SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS Section 01 1000 - Summary of Work Section 01 2976 - Progress Payment Procedures Section 01 3300 - Submittal Procedures Section 01 3543 - Environmental Procedures Section 01 4000 - Quality Requirements Section 01 5000 - Temporary Facilities and Controls Section 01 6000 - Product Requirements Section 01 7300 - Execution Section 01 7419 - Construction Waste Management and Disposal Section 01 7704 - Closeout Procedures and Training DIVISION 2 — EXISTING CONDITIONS Section 02 4119 - Selective Structure Demolition DIVISION 3 — CONCRETE Section 03 1000 - Concrete Forming Accessories Section 03 3000 - Cast -In -Place Concrete DIVISION 4 — MASONRY (Not Used) DIVISION 5 — METALS Section 05 5000 - Metal Fabrication DIVISION 6 — WOOD, PLASTICS, AND COMPOSITES Section 06 1000 - Rough Carpentry DIVISION 7 - THERMAL AND MOISTURE PROTECTION Section 07 6000 - Flashing and Sheet Metal Section 07 9200 - Joint Sealants DIVISION 8 - OPENINGS (Not Used) DIVISION 9 — FINISHES Section 09 3000 - Tile Section 09 9100 - Painting CITY OF NEWPORT BEACH 00 0102 -1 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR DOCUMENT 00 0102 TABLE OF CONTENTS DIVISION 10 -SPECIALTIES Section 10 1400 - Signage Section 10 2125 - Toilet Compartments Section 10 2813 - Toilet Accessories DIVISION 11 — EQUIPMENT (Not Used) DIVISION 12 — FURNISHINGS (Not Used) DIVISION 13 - SPECIAL CONSTRUCTION (Not Used) DIVISION 14 - CONVEYING EQUIPMENT (Not Used) DIVISION 21 — FIRE SUPPRESSION (Not Used) DIVISION 22 — PLUMBING Section 22 0500 - Plumbing Section 22 4000 - Plumbing Fixtures DIVISION 23 — HEATING, VENTILATING, AND AIR CONDITIONING (Not Used) DIVISION 25 — INTEGRATED AUTOMATION (Not Used) DIVISION 26 — ELECTRICAL (Not Used) DIVISION 27 — COMMUNICATIONS (Not Used) DIVISION 28 — ELECTRONIC SAFETY AND SECURITY (Not Used) DIVISION 31 — EARTHWORK (Not Used) DIVISION 32 — EXTERIOR IMPROVEMENTS (Not Used) DIVISION 33 — UTILITIES (Not Used) END OF DOCUMENT CITY OF NEWPORT BEACH 000102-2 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 01 1000 SUMMARY OF WORK GENERAL 1.1 SCOPE A. The Contractor shall provide all materials, labor, tools, plant, supplies, equipment, transportation, superintendence, temporary construction of every nature, and all other services and facilities necessary to complete the construction of the restroom facilities, including all incidental work described in the contract documents. B. The scope of work is contained in the contract documents. C. The scope of work includes, but is not limited to the following: 1. Men's & Women's restroom - Pressure wash, patch and repair all wood beams/trellis/roof with "Bondo", or epoxy wood filler & paint. New Copper flashing caps over existing wood beam and rafter tails at Trellis/Roof, new handrails, and stair nosing, painting interior of the building, provide new toilet stall urinal partitions, and new ADA signage. Re leveling of the existing floor and provide new tile floor and base and new sheet metal canopy at roof fascia. 2. Renovation of areas adjacent to restrooms as shown on the drawings. D. All work shall be in accordance with applicable codes and local regulations that may apply. In case of conflict in or between the Contract Documents and a governing code or ordinance, the more stringent standard as determined by the Engineer shall apply. 1.2 MISCELLANEOUS CONTRACT EXPENSES A. The Contractor must include in its bid the cost fees or charges payable to State, local, or special community development agencies unless otherwise stated in the General Requirements. Contractor will be required to obtain building permits from the City's Building Department as this is a City Public Works Project. PART 2 - PRODUCTS (Not used) PART 3 - EXECUTIONI (Not used) END OF SECTION CITY OF NEWPORT BEACH 01 1000 -1 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 01 2976 PROGRESS PAYMENT PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. This Section specifies administrative and procedural requirements for a certified Application for Payment. 1. Coordinate the certified Schedule of Values and certified Application for Payment with, but not limited to, the Construction Schedule, submittal log, and list of Subcontractors. 1.2 RELATED REQUIREMENTS: A. Section 01 33 00 — Submittal Procedures. B. Section 01 77 04 — Closeout Procedures and Training. PART 2 - PRODUCTS (Not used) PART 3 - EXECUTION 3.01 APPLICATION FOR PAYMENT A. Each certified Application for Payment shall be consistent with previous applications and payments as reviewed by Engineer, paid for by City, and: 1. The initial Application for Payment and Final Application for Payment at time of Substantial Completion involve additional requirements. B. Payment Application Times: The period of Work covered by each Application for Payment is payment date for each progress payment as specified in the General Conditions. The period covered by each Application for Payment is previous month. C. Payment Application Forms: Use City provided forms for the Application for Payment. D. Application Preparation: Complete every entry on the form. Include execution by a person authorized to sign legal documents on behalf of General Contractor. Engineer will return incomplete applications without action. E. Transmittal: Submit one signed and original copy of each certified Application for Payment to Engineer. All copies shall be complete, including releases and similar attachments. 1. Transmit each copy with a transmittal form listing attachments and recording appropriate information related to the application, in a manner acceptable to Engineer. F. Applications for Payment: Administrative actions and submittals that must precede or coincide with submittal of Progress Applications for Payment include, but are not limited to, the following: 1. Certified Payroll (submitted directly to Labor Compliance in electronic format as specified by City including hard copy). 2. Updated and current Project Record Drawings (as -built). 3. Monthly Construction Schedule (updated, submitted and approved). 4. Approved Schedule of Values. 5. List of Subcontractors (Payments Summary). CITY OF NEWPORT BEACH 01 2976-1 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 01 2976 PROGRESS PAYMENT PROCEDURES G. Final Application for Payment at Substantial Completion: Following Engineer issuance of certificate of Substantial Completion, submit an Application for Payment: 1. Administrative actions, submittals and/or Work that shall precede or coincide with this application include: a. Occupancy permits and similar approvals by authorities having legal jurisdiction over Work. b. Removal of temporary facilities and services. c. Testing, adjusting and balance records. d. Removal of surplus materials, rubbish, and similar elements. e. Meter readings. f. Start-up performance reports. g. City personnel training and orientations. h. Operating and maintenance instruction manuals. i. Preliminary Warranties, guarantees and maintenance agreements. j. Delivery of extra materials, products and or stock. k. Change over information related to City occupancy, use, operation, and maintenance. I. Final cleaning. m. Ensure that Work is completed. n. Advise on shifting insurance coverage. o. List of defective Work, recognized as exceptions to certificate of Substantial Completion. p. Change of door locks, including keys, to City system. q. Certified Payroll (submitted directly to Labor Compliance in electronic format as specified by the City including hard copy). r. Certification that all benefit contributions due and owing to appropriate union trusts has been paid by General Contractor and Subcontractors, as specified by the Project Stabilization Agreement (PSA) and Article 6.49 of the General Conditions. s. Waivers and releases for General Contractor. Payment amount to be based on actual quantities of work completed and unit bid prices. Total bid item quantities completed x unit bid price. END OF SECTION CITY OF NEWPORT BEACH 01 2976-2 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 01 3300 SUBMITTAL PROCEDURES PART 1 -GENERAL 1.1 Schedule of Submittals A. At bidding time and within 30 days after receiving a Notice to Proceed, the Contractor must submit a Schedule of Submittals, in the format indicated below, in duplicate, listing all items that must be furnished for review and approval by the Engineer. The schedule must indicate the type of items (such as sample, shop drawings, catalog cut, and so forth) and include the scheduled dates of submittal. In preparing the schedule, adequate time (10 days or more exclusive of time in the mail) must be allowed for review and approval and possible resubmittal. Also, the schedule must be coordinated with the approved construction progress chart. The Contractor must revise and/or update the schedule monthly. Such revised schedules must be submitted to the Engineer for approval. B. Within 30 days after receiving a Notice to Proceed, the Contractor must complete and submit to the Engineer a listing of all subcontractors, including subcontractor name, address, telephone number, fax number and email address. Include an updated list with each progress payment request. C. Schedule of Submittals Format Project Contract No. Project Description Spec. Section Spec. Description Paragraph Number "Submittal Date Action Type Taken Assigned Number Submittal Returned "Submittal Type: C — Certificate S — Sample SD — Shop Drawing 1.2 Shop Drawings and Related Data CD — Catalog Data PL — Spare Parts List MM — Maintenance Manual A. Prior to submittal, the Contractor must stamp and sign the submittal to indicate that it is in accordance with the contract documents without deviation and has been reviewed and approved by the Contractor. The Contractor must make any corrections required by the Engineer. If the Contractor considers any correction indicated on the drawings to constitute a change to the contract drawings or specifications, notice must be given to the Engineer. Four prints of all approved shop drawings must be given to the Engineer. The approval of the drawings by the Engineer must not be construed as a complete check but indicates only that the submittal appears to comply with the contract documents. Approval of the shop drawings does not relieve the Contractor of responsibility for any error that may exist because the Contractor is responsible for CITY OF NEWPORT BEACH 01 3300-1 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 01 3300 SUBMITTAL PROCEDURES the dimensions and for satisfactory construction of all work. The submission by the Contractor must be accompanied by a transmittal letter in a format approved by the Engineer. 1.3 Material, Equipment, and Fixture Lists A. When required by the technical provisions, lists of materials, equipment, and fixtures must be submitted by the Contractor in accordance with the requirements specified for shop drawings. The lists must be supported by sufficient descriptive material, such as catalogs, cuts, diagrams, and other data published by the manufacturer, as well as by evidence of compliance with safety and performance standards, to demonstrate conformance to the specification requirements. Catalog numbers alone are not acceptable. The data must include the name and address of the nearest service and maintenance organization that regularly stocks repair parts. No consideration will be given to partial lists submitted from time to time. Approval of materials and equipment is tentative, subject to submission of complete shop drawings indicating compliance with the contract documents. 1.4 Certificates of Compliance A. Any certificates required for demonstrating proof of compliance of materials with specification requirements, including statements of application, and extended guarantees, must be signed and submitted in quadruplicate to the Engineer at least 10 days before delivery. The Contractor must review all certificates before submissions are made to the Engineer, to ensure compliance with the contract specification requirements and to ensure that the affidavit is properly signed. Each certificate must be signed by an official authorized to certify on behalf of the manufacturing company and must contain the name and address of the Contractor, the project name and location, and the quantity and date or dates of shipment or delivery to which the certificates apply. Copies of laboratory test reports submitted with certificates must contain the name and address of the testing laboratory and the dates of tests to which the report applies. Certification must not be construed as relieving the Contractor from furnishing satisfactory material if, after tests are performed on selected samples, the material is found not to meet the specific requirements. 1.5 Review of Submittals A. When submittals are reviewed by others, each submittal must be returned to the Engineer stamped and signed or marked in one of the following ways: 1. A Action: The Contractor is advised that "A Action" means that fabrication, manufacture, or construction may proceed, provided the work complies with the contract documents. 2. B Action: The Contractor is advised that "B Action" means that fabrication, manufacture, or construction may proceed, provided the work complies with the notations and the contract documents. 3. C Action: The Contractor is advised that "C Action" means that no work may be fabricated, manufactured, or constructed and that the Contractor must make a new submittal. Any submission marked "C Action" is not permitted on the site. B. The "A Action" or "B Action" submittals must be returned to the Engineer. The Contractor is responsible for obtaining prints of them and for distributing them to the field and to subcontractors. C. In the case of shop drawings in the form of manufacturers' descriptive literature, catalog cuts, and brochures stamped "A Action" or "13 Action," returned to the Engineer, the Contractor is responsible for distributing them to the field and to the subcontractors. If the shop drawings are stamped "C Action," the Engineer will provide copies to the Contractor, who must submit new shop drawings to the Engineer. D. In the case of samples stamped "A Action" or "B Action," the Engineer will provide one of the samples to the Contractor. In the case of samples stamped "C Action," all of the submitted samples must be returned. CITY OF NEWPORT BEACH 01 3300-2 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 01 3300 SUBMITTAL PROCEDURES 1.6 Spare Parts Data A. Spare parts data must be submitted in quadruplicate. 1.7 Schedule of Values A. The Contractor must submit a construction cost breakdown using the attached Schedule of Values. When applicable, a separate cost breakdown form must be submitted for each separate building. However, the total cost of site work for each facility must be included in the cost estimate breakdown for each restroom building. The number of items provided on the Systems Construction Cost Estimate Breakdown form are the minimum required. Additional subdivision of these items may be used by the Contractor. B. Submit the construction cost breakdown after contract award to the Engineer. C. Do not delete items from the Schedule of Values form. However, expand the schedule "Description of Work" as necessary to allow evaluation of work or to make progress payments. D. If the contract price changes, the Schedule of Values must be revised to reflect the change(s) and forwarded to the Engineer. E. A current Schedule of Values must accompany all Contractor Requests for Payment. F. See following exhibit for Schedule of Values. PART 2 - PRODUCTS (Not used) PART 3 - EXECUTION (Not used) END OF SECTION CITY OF NEWPORT BEACH 01 3300-3 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 01 3300 SUBMITTAL PROCEDURES THE FOLLOWING SCHEDULE OF VALUES IS ONLY A LIMITED LIST AND MAY NOT CAPTURE ALL ITEMS IN THE CONSTRUCTION DOCUMENTS Item No. Item Description Unit QTY * Unit Price Amount 1 MOBILIZATION LS 1 2 .... DEMOLITION LS ....................... ......... .......; 1 ._.. ........ ...... ......... ......... ......... . INTERIOR CONCRETE; NEW _ ........ :_ ....._.. ... ..........; 3 CONCRETE, PATCH/REPAIR; NEW LS 1 STAIR NOSING ... ......... STAINLESS STEEL WIRE MESH AND 4 FRAME, METAL FABRICATION, AND LS 1 POWDER COATED HANDRAIL 5 ROUGH CARPENTRY & REPAIR ......... .. ROTTED WOOD LS 1 ......... 6 ...... FLASHING AND SHEET METAL W/ JOINT SEALANTS LS 1 7 ........ ......... ......... ....... DOORS & WINDOWS (NOT USED) ............ ........ .. .............. PREPARING SURFACES FOR NEW .............. ........ . __. ......... 8 PAINTING, ANTI -GRAFFITI COATING & LS 1 CAULKING 9 ......... TILE WORK LS 1 10 ........- ............... _ SIGNAGE AND TOILET PARTITIONS LS _ ...................... 1 11 PLUMBING FIXTURES LS ......... 1 X ....... ......... AND EVERYTHING NOT INCLUDED IN ... THE ABOVE LIST .......... ......... .. ..... _.__ SUBTOTAL ..... ........ _ ......... ......... _ ......... OVERHEAD PROFIT ............. _ .. _. ......... ... . TOTAL ......... ......... .............. CITY OF NEWPORT BEACH 01 3300-4 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 01 3543 ENVIRONMENTAL PROCEDURES PART 1 -GENERAL 1.1 1.2 1.3 1.4 Scope A. The work covered by this section consists of furnishing all labor, material, and equipment and performing all work required for compliance with environmental regulations and preventing pollution during, and as a result of, construction operations under this contract, in addition to those measures set forth in other technical provisions of these specifications. B. The Contractor and subcontractors must comply with all applicable environmental federal, state, local environmental, health and safety laws and regulations. Notification A. The Contractor must, after receiving a notice of noncompliance with the foregoing provisions, immediately take corrective action. The notice, when delivered to its Contractor or its authorized representative at the site of the work, is deemed sufficient for this purpose. If the Contractor fails or refuses to comply promptly, the Engineer may issue an order stopping all or part of the work until satisfactory corrective action has been taken. No part of the time lost because of any such stop orders may be made the subject of a claim for extension of time or for excess costs or damages by the Contractor unless it is subsequently determined that the Contractor was in compliance. Environmental Regulatory Compliance A. Within 30 days after receiving the notice to proceed or not less than 15 days prior to commencing on-site work, the Contractor must submit any environmental documents that are required by federal, state or local environmental regulations. Plans must be approved by the Engineer prior to commencing on-site work and must describe and include, but is not limited to, the following 1. Waste Minimization and Management Plan must describe how natural resources potentially impacted by construction will be protected or managed; construction wastes will be stored and disposed of or recycled; and pollutants associated with building materials will be controlled. The waste minimization and management section of the plan must also list materials and construction debris to be recycled, and address the disposal of solid and hazardous wastes and materials, including asbestos and lead-based paint. It must also include tables applicable to the reclamation of chlorofluorocarbons (CFCs) and hydrochlorofluorocarbons (HCFCs) in accordance with the City recycling code and 1.4 (B) below. n 2. Environmental Compliance Plan must document NEPA compliance by describing mitigation measures to address environmental concerns/sensitive receptors identified in the National Environmental Policy Act (NEPA) document(s) in Section B. 1500, Attachments, and as set out in the mitigation measures in the General Requirements. Environmental Site Controls Location of Hazardous Materials: The location of the Contractor's temporary storage of any hazardous materials and/or wastes must be appropriately marked and included in the health and Safety Plan (see Section 1.5 below). CITY OF NEWPORT BEACH 013543-1 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 01 3543 ENVIRONMENTAL PROCEDURES B. Post Construction Cleanup or Obliteration: The Contractor must remove and properly dispose of all signs of temporary construction facilities such as haul roads, work area, structures, foundations of temporary structures, excess or waste materials, or any other vestiges of construction as directed by the Engineer. No separate or direct payment may be made for post construction cleanup and all associated costs must be considered included in the contract price. C. Dust Control: The Contractor must keep the site free from dust in accordance with applicable regulations. D. Noise Minimization: The Contractor must perform demolition and construction operations to minimize noise including conducting work during less sensitive hours of the day in accordance with the City Noise Ordinance. 1.5 Health and Safety A. Prior to commencing on-site work, the Contractor must submit an Occupational Safety and Health Administration (OSHA) Emergency Action Plan (EAP) to the Engineer to demonstrate compliance by the Contractor and subcontractors with applicable OSHA regulations. If the Contractor is not required by OSHA to develop a written EAP, i.e. if 10 or fewer are employed for the construction project or any other specific regulations identified by OSHA, then the Contractor shall submit to the Engineer a signed letter stating the Contractor shall meet OSHA's EAP requirements in a verbal communication to all employees. B. Copies of Material Safety Data Sheets (MSDSs) for any hazardous material(s), as defined by OSHA's Hazard Communications Standard, must be included whenever such materials arrive on- site. MSDSs must be kept together and maintained centrally on-site through to project completion. Provide a copy of each MSDS in the Operating and Maintenance Manual. The use of asbestos containing materials, in excess of one percent as defined by US Environmental Protection Agency regulations, is prohibited in the construction of this project. Provide an executed copy of the "Certificate of Asbestos and Lead -Based Paint (New Work)" in the Operating and Maintenance Manual. C. The use of lead-based paint is prohibited in the construction of this project. D. The use of lead -containing solder for plumbing and plumbing fixtures is prohibited in the construction of this project. E. The Contractor must sign and submit to the Engineer a "Certification of Asbestos and Lead -Based Paint" for this project. F. See following exhibits for additional information. PART 2 - PRODUCTS (Not used) PART 3 - EXECUTION (Not used) END OF SECTION CITY OF NEWPORT BEACH 01 3543-2 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 01 3543 ENVIRONMENTAL PROCEDURES Safety and Health and Related Environmental Requirements The Contractor is required to meet all applicable OSHA, federal, state, and local safety, health, and related environmental requirements in addition to the City requirement listed in this table. Issue City Requirements Asbestos Review of Facility Asbestos Survey: Before any building maintenance, equipment installation, renovation, alteration, demolition, or other project begins, determine whether ACBM will be disturbed. Proper Work Practices: If ACBM is present, follow proper control procedures and work practices. Consultation with Facility Asbestos Coordinator.- Consult with the facility manager or his or her designee before the start of any work likely to disturb ACBM. Disturbance means activities that crumble or pulverize ACBM or presumed asbestos -containing material (PACM) or generate visible debris. Operations may include drilling, abrading, cutting a hole, pulling cable, and crawling through tunnels or attics and spaces above the ceiling where asbestos is actively disturbed or asbestos - containing debris is actively disturbed. Asbestos Work Authorization: You must have an approved Form 8210, Work Authorization - Asbestos, before work begins within any building containing asbestos. Barricades, Barriers, and Your barricades must meet the OSHA requirements. In addition, you assume Warnings control of your work area during your activities unless otherwise specified in writing by the City Engineer (CE) or City Engineer's representative (CER). Confined Spaces Confined space work must meet the OSHA requirements. You must have a comprehensive confined space program that includes a written program, employee training, entry and testing equipment, and rescue capabilities. If you require access to confined space requiring a permit, then the trained, designated City representative must review and approve the project and permit. Entry into other confined spaces must be in accordance with OSHA regulations. Electrical Work Lock or rope off work areas involving exposed energized equipment or have an attendant present to prevent accidental contact by unqualified people. Refer to the Barricade section of this guideline for additional information. Elevated Work and Fall Follow strictly the applicable OSHA fall protection requirements. Protection Excavation All excavations 4 feet or more in depth must be properly shored or sloped and meet all OSHA requirements. Before any digging or drilling commences, inform the City COR and call Dig Safe or its local equivalent to determine whether any underground utilities are located in the work area. Submit documentation that these notifications have been performed. You must not begin digging or drilling until you have verified that underground utilities have been identified and are properly marked so that work may be accomplished in a safe manner. Fire Protection Do not block, remove, or otherwise prevent City fire extinguishers from being immediately accessible and usable. If a system must be impaired by a scheduled shutdown, notify the Engineer and do not proceed without the Engineer's authorization. Hazard Communication Inform the Engineer before any chemicals are used. Before materials are brought on site, provide material safety data sheets (MSDSs) and an inventory of materials. For projects that are anticipated to use substantial quantities of hazardous materials, you may be required to provide a routing, storage, and waste disposal plan. CITY OF NEWPORT BEACH 01 3543-3 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 01 3543 ENVIRONMENTAL PROCEDURES Hazardous Materials Follow all OSHA requirements regarding hazardous materials. Hazardous materials include, but are not limited to, flammable and combustible liquids, gasoline, diesel fuel, motor oil, lubricating oil, hydraulic oil, corrosive cleaners, and battery acid. Provide secondary containment for all containers of liquids that are over 5 gallons in capacity. Immediately report all hazardous material releases ("spills"), regardless of how small or where they occur, to the designated Engineer. Releases include solids, liquids, and gases. Hot Work Do not begin any hot work until the Engineer has completed and signed a City Hot Work Permit. The permit will be valid for only a single work shift. You must display the permit at the work site. You are prohibited from performing hot work (a) when the City has not authorized it, (b) in locations in which fire protection systems have been impaired, (c) in the presence of explosive or flammable atmospheres, or (d) in locations were large quantities of flammable and combustible materials are unprotected. Powered Industrial Powered industrial trucks and other mobile equipment must follow all traffic rules of Trucks the City facility. The maximum speed limit for in -plant powered vehicles is 5 miles per hour. Many work areas have posted speed limits that you must strictly follow. Perform refueling only in authorized locations following safe procedures. As a general rule, the City does not allow gas- or diesel -powered industrial equipment inside City facilities. Coordinate exceptions to the rule through the City safety office. Ladders Strictly follow all OSHA requirements regarding ladders. Barricade the ladder use area to prevent contact with mobile equipment and employees. Lead -Based Paint Review of Facility Lead Survey: Before any construction, alterations, and/or repair activities begin, determine whether LBP will be disturbed. If the painted surface has not been tested, you must have it tested before beginning any activities that could potentially disturb LBP. Proper Work Practices: If LBP is present, follow proper control procedures and work practices. Consultation with Engineer.- Consult with the Engineer before the start of any work likely to disturb LBP. Examples of activities that may affect LBP include paint removal by scraping, sanding, power tools, or heat guns; alterations that include removing drywall, structural steel, or other building materials coated with LBP; welding, cutting, or other hot work on coated metal surfaces; abrasive blasting of mail boxes and other equipment; and moving or cleaning of abrasive blasting enclosures. Lockout/Tagout Provide a copy of your lockout/tagout procedures, which must meet or exceed the OSHA Lockout/Tagout standard. You will be given access to and must review the City lockout/tagout program. If you encounter a City lockout/tagout device that prevents the continuation of work, do not make any attempts to remove, tamper with, or bypass the devices. Contact the Engineer and make arrangements to have the lockout device removed in accordance with City lockout removal policies. Personal Protective Before beginning work, evaluate the work area for hazards, determine whether Equipment contract employees will be required to use personal protective equipment (PPE) to protect themselves from these hazards, and document the hazard assessment. Wear the PPE required regardless of your perception of hazard potential. Regulated and Prohibited Pesticides. The City has restricted the use of pesticides. Obtain prior approval of Materials the City environmental compliance coordinator for special cases that may require the use of pesticide treatments. Seventeen Chemical Prohibition. Adhere to chemical prohibition policies. Do not CITY OF NEWPORT BEACH 01 3543-4 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 01 3543 ENVIRONMENTAL PROCEDURES CITY OF NEWPORT BEACH 01 3543-5 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR use on City property any of the 17 chemicals prohibited by EPA unless the Engineer authorizes its use (each of these chemicals must be authorized separately). The district environmental compliance coordinator can supply the list. Asbestos -Free Products. Install no asbestos -containing products or materials in City facilities. Lead. Apply no lead-based paint in City facilities. Scaffolding Follow strictly the applicable OSHA scaffolding requirements. Provide adequate barrier protection around the scaffolding to prevent hazards to City staff. Walking and Working Surfaces If the project requires temporary modifications to the means of egress, inform the Engineer before performing such actions, provide appropriate alternative means of egress, and communicated these to all employees. CITY OF NEWPORT BEACH 01 3543-5 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 01 3543 ENVIRONMENTAL PROCEDURES Emergency Procedures Preparations for Be prepared for emergency situations. Emergency Ensure that emergency telephone numbers are site specific, readily available, easily read, and communicated to all employees. Train and authorize employees to implement emergency procedures. Medical Emergencies Have procedures and medical supplies to provide emergency medical services for your own personnel. Determine how to contact emergency medical services before work begins, and have on-site capabilities to contact such services immediately. Fires See Fire Protection above. In the event of a fire, you must: - Immediately remove personnel from the area or building following City evacuation procedures. - Immediately contact the nearest City employee and inform him or her of the fire. You may also activate an emergency alarm in the area. If no City employees are on- site, immediately contact the local fire department. Personnel trained in the use and limitations of fire extinguishers may attempt to extinguish the fire if it is safe to do so. Chemical Releases See Hazardous Materials above. If the event of a hazardous material release, you must: - Immediately remove personnel from the area or building following City evacuation procedures. - Immediately contact the designated City representative and inform him or her of the release. You may also activate an emergency alarm in the area. If no City employees are on-site, immediately contact the local fire department. Contractor personnel should not respond to the release unless specifically trained and protected to perform hazardous material response. Power Outages In the event of a power outage, you must: - Immediately stop work and assemble for a head count and possible facility egress. - Inform all contract employees that equipment may automatically restart when power resumes. - Immediately contact the designated City representative and inform him or her of the status of contract work and personnel head count. Relay at this time all hazards created due to the power outage. When power resumes evaluate the status of operations that were being performed relative to hazard potential. For example, the interruption of ventilation in confined spaces may generate atmospheric hazards. Accident Investigation As soon as is practical after an accident, investigate and document an accident and Reporting investigation. The documentation must describe the incident and identify the causes and the corrective actions that will prevent future incidents. Report all accidents, whether or not they result in injury. Give the written report to the Engineer within 24 hours of the accident or incident. CITY OF NEWPORT BEACH 01 3543-6 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR To: Subject: City facility name: City facility address: SECTION 01 3543 ENVIRONMENTAL PROCEDURES Certificate of Asbestos and Lead -Based Paint (New Work) City Engineer Certification for new construction Certification for new construction: This Contractor/Owner hereby certifies that no asbestos -containing material in excess of 1 percent as defined by applicable US Environmental Protection Agency regulations, and no lead-based paint has been furnished or installed at the referenced project. Contractor/Owner name.- Signature: ame: Signature: Address: Telephone: Date executed: CITY OF NEWPORT BEACH 01 3543-7 Drawing No. B -5134-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 01 4000 QUALITY REQUIREMENTS PART 1 - GENERAL 1.1 Contractor Quality Control A. Contractor Quality Control: The Contractor is responsible for the overall quality of all its own work and the work performed by their subcontractors working under this contract. The quality of any part of the work installed must not be less than that required by the technical divisions of this specification. If the Engineer determines that the quality of work does not conform to the applicable specifications and drawings, the Contractor will be advised in writing of the areas of nonconformance, and within 7 days the Contractor must correct the deficiencies and advise the Engineer in writing of the corrective action taken. B. Noncompliance with Quality Control Requirements: Failure of the Contractor to comply with the above requirements may be cause for termination for default as defined in the contract documents. 1.2 Submittals A. Prior to the start of on-site work, the Contractor must submit to the Engineer a Contractor Quality Control Plan that includes the following information: 1. Procedures for reviewing coordination drawings, shop drawings, certificates, certifications, or other submittals. 2. Testing and inspection schedule, keyed to Construction Schedule, indicating tests and inspections to be performed, names of persons responsible for inspection and testing for each segment of work including preparatory, initial, and follow-up. 3. Proposed forms to be used including Contractor's Daily Report, Contractor Test and Inspection Report and Non -Compliance Check -Off List. B. Independent Testing and Inspection Laboratory (if any): Submit the following. 1. Name. 2. Address. 3. Telephone number. 4. Names of full-time registered engineer. 5. Responsible officer. 6. Copy of report of laboratory facilities inspection made by Materials Reference Laboratory of National Bureau of Standards during most recent inspection, with memorandum of remedies of any deficiencies reported by inspection. 1.3 Quality Control Procedures A. Monitor quality control over Contractor staff, subcontractors, suppliers, manufacturer's, products, services, site conditions, and workmanship. B. Comply fully with manufacturer's published instructions, including each step-in sequence of installation. C. Should manufacturer's published instructions conflict with Contract Documents, request clarification from the Engineer before proceeding. D. Comply with specified standards as a minimum quality for work, except where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Perform work by persons who are thoroughly qualified and trained in their respective trade, to produce workmanship of specified quality. F. Perform tests required by governing authorities having jurisdiction and utilities having jurisdiction. CITY OF NEWPORT BEACH 01 4000-1 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 01 4000 QUALITY REQUIREMENTS 1.4 Testing and Inspection Laboratory Services A. Selection and Payment: 1. The City shall select and pay for services of an Independent Testing and Inspection Laboratory to perform specified testing and inspection. 2. Employment of Independent Testing and Inspection Laboratory in no way relieves Contractor of obligation to perform work in accordance with requirements of Contract Documents. B. Quality Assurance: 1. Comply with requirements of all applicable ASTM standards. 2. Laboratory: Authorized to operate in State in which Project is located. 3. Laboratory Staff: Maintain a full-time registered engineer on staff to review services. 4. Testing Equipment: Calibrated at reasonable intervals with devices of and accuracy traceable to either National Bureau of Standards or accepted values of natural physical constraints. C. Laboratory Responsibilities. Contractor shall ensure the Laboratory has the following responsibilities and limits on authority: 1. Test samples of mixes submitted by Contractor. 2. Provide qualified personnel at Project site. Cooperate with the Engineer and Contractor in performance of services. 3. Perform specified sampling, testing, and inspection of Products in accordance with specified standards. 4. Determine compliance of materials and mixes with requirements of Contract Documents. 5. Promptly notify the Engineer of observed irregularities or non-conformance of work or Products. 6. Submit one copy of all test results directly to the Engineer. 7. Perform additional tests as required by the Engineer. 8. Attend appropriate preconstruction meetings and progress meetings. D. Limits on Authority. Contractor shall ensure the Laboratory has the following limits on authority: 1. Laboratory may not release, revoke, alter, or expand on requirements of Contract Documents. 2. Laboratory may not approve or accept any portion of work. 3. Laboratory may not assume any duties of Contractors. 4. Laboratory has no authority to stop work. 1.5 Contractor Field Inspection and Testing A. Contractor: Test and Inspect work provided under this Contract to ensure work is in compliance with Contract requirements. Required tests and inspections are indicated in each individual Specification Section and shall be performed as required by the City inspector. B. Preparatory Inspection: Performed prior to beginning work and prior to beginning each segment of work and includes: 1. Review of Contract requirements. 2. Review of shop drawings and other submittal data after return and approval. 3. Examination to assure materials and equipment conform to Contract requirements. 4. Examination to assure required preliminary or preparatory work is complete. C. Initial Inspection: Performed when representative portion of each segment of work is completed and includes: 1. Performance of required tests. 2. Quality of workmanship. 3. Review for omissions or dimensional errors. 4. Examination of products used, connections and supports. 5. Approval or rejection of inspected segment of work. D. Follow -Up Inspections: Performed daily, and more frequently as necessary, to assure non -complying work has been corrected. CITY OF NEWPORT BEACH 01 4000-2 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 01 4000 QUALITY REQUIREMENTS E. Testing and Inspection: Perform testing and inspection in accordance with requirements in individual Specification Sections. 1.6 Contractor's Daily Report A. The Contractor shall maintain daily reports, and provide copies to the Engineer if requested, for days that work was performed. Include the following information: 1. Date, weather, minimum and maximum temperatures, rainfall, and other pertinent weather occurrences. 2. Daily workforce of Contractor and subcontractors, by trades. 3. Description of work started, ongoing work, and work completed by each subcontractor. 4. Coordination implemented between various trades. 5. Approval of substrates received from various trades. 6. Nonconforming and unsatisfactory items to be corrected. 7. Remarks 1.7 Contractor's Test and Inspection Reports A. Prepare and submit to the Engineer, a written report of each test or inspection signed by Contractor Quality Control Representative performing inspection within 2 days following day inspection was made. B. Include the following on written reports of inspection: 1. Cover sheet prominently identifying that inspection "CONFORMS" or "DOES NOT CONFORM" to Contract Documents. 2. Date of inspection and date of report. 3. Project name, location, solicitation number, and Contractor. 4. Names and titles of individuals making inspection, if not Contractor's Project Field Superintendent. 5. Description of Contract requirements for inspection by referencing Specification Section. 6. Description of inspection made, interpretation of inspection results, and notification of significant conditions at time of inspection. 7. Requirements for follow-up inspections. 1.8 Non -Compliance Check -Off List A. Maintain check -off list of work that does not comply with Contract Documents, stating specifically what is non -complying, date faulty work was originally discovered, and date work was corrected. No requirement to report deficiencies corrected same day it was discovered. Submit copy of Non- compliance Check -Off List of non -complying work items to the Engineer on a weekly basis. 1.9 Completion and Inspection of Work A. Prior to final acceptance by the Engineer and issuance of a Certificate of Substantial Completion and/or Notice of Completion, submit a certification signed by Contractor to the Engineer stating that all work has been inspected and all work, except as specifically noted, is complete and in compliance with Contract Documents. PART 2 - PRODUCTS (Not used) PART 3 - EXECUTION (Not used) END OF SECTION CITY OF NEWPORT BEACH 01 4000-3 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 01 5000 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 General A. The Contractor must provide all temporary facilities and services required to complete the work and to comply with OSHA and other applicable regulations. B. The Contractor must maintain temporary facilities in a proper, safe, operating and sanitary condition for the duration of this Contract. Upon completion of this Contract, all such temporary work and facilities shall be removed in their entirety. 1.2 Project Sign A. The Contractor must construct and erect a minimum of two hard hat signs at locations designated by the Engineer. The signs must be erected prior to the commencement of on-site work. 1.3 Sanitary Provisions A. The Contractor must provide and keep in neat and sanitary condition conveniences and accommodations for the use of the construction personnel necessary to comply with the requirements and regulations of the local department of health and of other authorities having jurisdiction. 1.4 Approaches and Exits A. The Contractor must provide all necessary approaches and exits required to properly execute the work. PART 2 - PRODUCTS (Not used) PART 3 - EXECUTION (Not used) END OF SECTION CITY OF NEWPORT BEACH 01 5000-1 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 01 6000 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 Product Options and Substitutions A. Provide Products that comply with Contract Documents, which are undamaged and new at time of installation. B. Provide Products complete with accessories, trim, finish, safety guards, and other devices and details needed for complete installation and intended use and effect. 1.2 Product Delivery Requirements A. Transport and handle Products in accordance with manufacturer's instructions, using means and methods that will prevent damage, deterioration and loss, including theft. B. Schedule Product delivery to minimize long-term storage at the Project sites and prevent overcrowding of construction spaces. C. Coordinate Product delivery with installation schedule to assure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. D. Deliver Products to Project site in undamaged condition in manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. E. Promptly inspect shipments to ensure that Products comply with project requirements, quantities are correct, Products are undamaged, and properly protected. F. Provide equipment and personnel to handle Products by methods to prevent soiling, disfigurement, or damage. 1.3 Product Storage and Handling Requirements A. Store and protect Products in accordance with manufacturers' published instructions, with seals and labels intact and legible. B. Store Products subject to damage by elements above ground, under cover in weathertight enclosure, with ventilation adequate to prevent condensation. Maintain temperature and humidity within range required by manufacturer's published instructions. C. For exterior storage of fabricated Products, place on sloped supports, above ground. D. Provide off-site storage and protection when Project site does not permit on-site storage or protection. E. Cover Products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation or potential degradation of Product. F. Store loose granular materials on solid flat surfaces in a well -drained area. Prevent mixing with foreign matter. G. Provide equipment and personnel to store Products by methods to prevent soiling, disfigurement, or damage. H. Arrange storage of Products to permit access for inspection. Periodically inspect to verify Products are undamaged and are maintained in acceptable condition. CITY OF NEWPORT BEACH 01 6000-1 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR PART 2 - PRODUCTS (Not used) PART 3 - EXECUTION (Not used) SECTION 01 6000 PRODUCT REQUIREMENTS END OF SECTION CITY OF NEWPORT BEACH 01 6000-2 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 01 7300 EXECUTION PART 1 - GENERAL 1.1 Layout of Work A. The Contractor must lay out its work to match existing or from City -established base lines and benchmarks as indicated on the drawings. The Contractor shall be responsible for all measurements based on them. The Contractor must furnish, at its own expense, all stakes, templates, platforms, equipment, tools, materials, and labor as may be required in laying out any part of the work from the base lines and benchmarks established by the City. The Contractor is responsible for the execution of the work to those lines and grades established or indicated by the Engineer. 1.2 Contractor's Temporary Use of Facilities and Equipment A. No new facilities or equipment intended for the permanent installation, including materials - handling vehicles, may be used for temporary purposes unless specified in the contract or unless the Contractor has the written permission of the Engineer. 1.3 Cleaning A. Cleaning During Construction: 1. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. 2. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces, prior to enclosing the space. 3. Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to eliminate dust. 4. Collect and remove waste materials, debris, and rubbish from site as specified in the Environmental Compliance and Management Plan as required in Section 01 35 43 - Environmental Procedures. B. Final Cleaning: 1. Use cleaning materials and agents recommended by manufacturer or fabricator of surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property, or that might damage finished surfaces. 2. Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit of Work to condition expected from a commercial building cleaning and maintenance program. Comply with manufacturer's published instructions. 3. Complete following cleaning operations before requesting the Engineer's inspection for Substantial Completion. a. Clean Project Site, yard and grounds if applicable, in areas disturbed by construction activities, including landscape development areas, of rubbish, waste materials, litter and foreign substances. Sweep paved areas broom clean. Remove petro -chemical spills, stains and other foreign deposits. Rake grounds that are neither planted nor paved, to a smooth even -textured surface. b. Remove tools, construction equipment, machinery and surplus material from Project Site. C. Clean exposed exterior and interior hard -surfaced finishes to a dirt -free condition, free of stains, films and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition. CITY OF NEWPORT BEACH 01 7300-1 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 01 7300 EXECUTION d. Remove debris and surface dust from limited access spaces, including roofs, plenums, shafts, trenches, equipment vaults, manholes, attics and similar spaces. e. Broom clean concrete floors in unoccupied spaces. f. Provide final cleaning, waxing, and buffing of resilient tile, in accordance with manufacturer's requirements. g. Clean transparent materials, including mirrors and glass in doors and windows. Remove glazing compounds and other substances that are noticeable vision -obscuring materials. Replace chipped or broken glass and other damaged transparent materials. Polish mirrors and glass, taking care not to scratch surfaces. h. Remove labels that are not permanent labels. i. Touch-up and otherwise repair and restore marred exposed finishes and surfaces. Replace finishes and surfaces that can not be satisfactorily repaired or restored, or that show evidence of repair or restoration. Do not paint over "UL" and similar labels, including mechanical and electrical name plates. j. Wipe surfaces of mechanical and electrical equipment, and other similar equipment. Remove excess lubrication, paint and mortar droppings and other foreign substances. k. Clean plumbing fixtures to a sanitary condition, free of stains, including stains resulting from water exposure. I. Replace disposable air filters and clean permanent air filters. Clean exposed surfaces of diffusers, registers, and grills. Clean ducts, blowers, and coils if units were operated without filters during construction. M. Clean light fixtures, lamps, globes and reflectors to function with full efficiency. Replace burned out bulbs, and defective and noisy starters in fluorescent and mercury vapor fixtures. n. Leave Project clean and ready for occupancy. 4. Remove temporary protection and facilities installed during construction to protect previously completed installations during remainder of construction. 5. Comply with governing regulations and safety standards for cleaning operations. Remove waste materials from Project Site and dispose of in accordance with requirements of local authorities having jurisdiction. a. Where extra materials of value remain after completion of construction have become City property, store these materials as directed by the Engineer. PART 2 - PRODUCTS (Not used) PART 3 - EXECUTION (Not used) END OF SECTION CITY OF NEWPORT BEACH 01 7300-2 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 01 7419 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL PART1 GENERAL 1.1 SUMMARY A. Section includes: Procedures for achieving the most environmentally conscious Work feasible within the limits of the Construction Schedule, Contract Sum, and available materials, equipment, and products. 1. Participate in promoting efforts of the City to create an energy-efficient and environmentally sensitive structure. 2. Use recycled -content, toxic -free, and environmentally -sensitive materials and equipment. 3. Use environmentally -sensitive procedures. a. Protect the environment, both on-site and off-site, during demolition and construction operations. b. Prevent environmental pollution and damage. C. Effect optimum control of solid wastes. B. Related Documents: The Contract Documents, as defined in Section 011000 - Summary of Work, apply to the Work of this Section. Additional requirements and information necessary to complete the Work of this Section may be found in other documents and prevailing City Ordinances. C. Related Sections: 1. Section 01 40 00 - Quality Requirements: Contractor's Daily Report. 2. Section 01 50 00 - Temporary Facilities and Controls: Temporary ventilation, progress cleaning and waste removal. 3. Section 01 60 00 - Product Requirements: Substitutions. 4. Section 02 41 19 — Selective Structure Demolition. 1.2 DEFINITIONS A. Adequate ventilation: Ventilation, including air circulation and air changes, required to cure materials, dissipate humidity, and prevent accumulation of dust fumes, vapors, or gases. B. Construction and demolition waste: Include solid wastes, such as building materials, packaging, rubbish, debris, and rubble resulting from construction, remodeling, repair, and demolition operations. 1. Rubbish: Includes both combustible and noncombustible wastes, such as paper, boxes, glass, crockery, metal and lumber scrap, metal cans, and bones. 2. Debris: Includes both combustible and noncombustible wastes, such as leaves and tree trimmings that result from construction or maintenance and repair work. C. Chemical waste: Includes petroleum products, bituminous materials, salts, acids, alkalis, herbicides, pesticides, organic chemicals, and inorganic wastes. D. Diversion: Redirection of waste ordinarily deposited in a municipal landfill to a recycling facility or to another destination for reuse. E. Environmental pollution and damage: The presence of chemical, physical, or biological elements or agents which adversely affect human health or welfare; unfavorably alter ecological balances; or degrade the utility of the environment for aesthetic, cultural, or historical purposes. F. Hazardous materials: Includes pesticides, biocides, and carcinogens as listed by recognized authorities, such as the Environmental Protection Agency (EPA) and the International Agency for Research on Cancer (IARC). G. Interior final finishes: Materials and products that will be exposed at interior, occupied spaces; including flooring, wallcovering, finish carpentry, and ceilings. CITY OF NEWPORT BEACH 01 7419 -1 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 01 7419 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL H. Municipal Solid Waste Landfill: A permitted facility that accepts solid, non -hazardous waste such as household, commercial, and industrial waste, including construction and demolition waste. Packaged dry products: Materials and products that are installed in dry form and are delivered to the site in manufacturer's packaging; including carpets, resilient flooring, ceiling tiles, and insulation. Sediment: Soil and other debris that has been eroded and transported by storm or well production runoff water. K. Sanitary wastes: 1. Garbage: Refuse and scraps resulting from preparation, cooking, distribution, or consumption of food. 2. Sewage: Domestic sanitary sewage. L. Wet products: Materials and products installed in wet form, including paints, sealants, adhesives, and special coatings. 1.3 SUBMITTALS A. Solid Waste Management and Environmental Protection Plan: Prepare and submit at the Preconstruction Meeting a Solid Waste Management and Environmental Protection Plan including, but not limited to, the following: 1. Procedures for Recycling/Re-Use Program in compliance with the City recycling code. 2. Schedule for application of interior finishes. 3. Revise and resubmit Solid Waste Management and Environmental Protection Plan as required by the City. a. Approval of the Contractor's Solid Waste Management and Environmental Protection Plan, will not relieve the Contractor of responsibility for adequate and continuing control of pollutants and other environmental protection measures. B. With each Contractor's Report as specified in Section 01 40 00 — Quality Requirements, submit an updated Summary of Solid Waste Disposal and Diversion. Submit on form in Appendix A of this Section. Include manifests, weight tickets, receipts, and invoices specifically identifying the Project and waste material for: 1. Municipal Solid Waste Landfills. 2. Recycling/Reuse Facilities. C. With Record Submittals as specified in Section 01 77 04 - Closeout Procedures and Training, submit the following: 1. Final Summary of Solid Waste Disposal and Diversion. Submit on form in Appendix A of this Section. 2. Resource Conservation and Recovery Act Project Summary. Submit on form in Appendix B of this Section. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.1 RECYCLING AND REUSE A. Collection: Implement a recycling/reuse program that includes separate collection of waste materials of the following types as appropriate to local and regional recycling/reuse facilities: 1. Asphalt. 2. Concrete. 3. Metal. a. Ferrous. CITY OF NEWPORT BEACH 01 7419-2 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 01 7419 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL b. Non-ferrous. 4. Wood. 5. Debris. 6. Glass. 7. Clay brick. 8. Paper/Cardboard. 9. Plastic. 10. Gypsum. 11. Paint. 12. Carpet. 13. Others as appropriate. B. Recycling/reuse centers: Contact governmental solid waste offices, Environmental Protection Agency (EPA) regional offices, and applicable non-profit organizations. 1. Asphalt 2. Concrete. 3. Metal. 4. Wood. 5. Debris. 6. Glass. 7. Clay brick. 8. Paper/Cardboard. 9. Plastic. 10. Gypsum. 11. Paint. 12. Carpet. 13. Others as appropriate. C. Handling: 1. Clean materials which are contaminated prior to placing in collection containers. Deliver materials free of dirt, adhesives, solvents, petroleum contamination, and other substances deleterious to recycling process. 2. Arrange for collection by or delivery to the appropriate recycling or reuse facility. D. Participate in re -use programs: identify local and regional re -use programs, including but not limited to non-profit organizations such as schools, local housing agencies, and public arts programs, that accept used materials. The following are examples for contractor's information only. 1. National materials exchange network, such as CAL -MAX a free service provided by various state and regional offices, designed to help businesses find markets for materials that traditionally would be discarded. The premise of the program is that material discarded by one business may be a resource for another business. a. Items and regions covered by materials exchange programs may vary. Contact the applicable regional materials exchange program. In California, contact CAL -MAX at (916) 255-2369. 2. Habitat For Humanity, a non-profit housing organization that rehabilitates and builds housing for low income families. a. Sites requiring donated materials vary. Contact the national hotline (800) HABITAT. E. Rebates, tax credits, and other savings obtained for recycled or re -used materials accrue to Contractor. 3.2 ENVIRONMENTAL CONTROLS A. Protection of natural resources: Preserve the natural resources within the Project boundaries and outside the limits of permanent Work performed under this Contract in their existing condition or restore to an equivalent or improved condition as approved by the Engineer, upon completion of the Work. CITY OF NEWPORT BEACH 01 7419-3 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 01 7419 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 1. Confine demolition and construction activities to work area limits indicated on the Drawings and as directed by the Engineer. a. Temporary construction: As specified in Section 015000 - Temporary Facilities and Controls. b. Demolition and salvage operations: As specified in Section 024119 - Selective Structure Demolition. C. Disposal operations for demolished and waste materials that are not identified to be salvaged, recycled or reused: 1) Remove debris, rubbish, and other waste materials resulting from demolition and construction operations, from site. 2) No burning permitted. 3) Transport materials with appropriate vehicles and dispose off-site to areas which are approved for disposal by governing authorities having jurisdiction. 4) Avoid spillage by covering and securing loads when hauling on or adjacent to public streets or highways. Remove spillage and sweep, wash, or otherwise clean project site, streets, or highways. 5) Comply with applicable regulations. 2. Water resources as follows: a. Comply with requirements of the National Pollutant Discharge Elimination System (NPDES) and the State Pollutant Discharge Elimination System (SPDES). b. Oily substances: Prevent oily or other hazardous substances from entering the ground, drainage areas, or local bodies of water. 1) Store and service construction equipment at areas designated for collection of oil wastes. C. Mosquito abatement: Prevent ponding of stagnant water conducive to mosquito breeding habitat. d. Prevent run-off from site during demolition and construction operations. 3. Land resources: Prior to construction, identify land resources to be preserved within the Work area. Do not remove, cut, deface, injure, or destroy land resources including trees, shrubs, vines, grasses, top soil, and land forms without permission from The City. 4. Air Resources: Prevent creation of dust, air pollution, and odors. a. Use water sprinkling, temporary enclosures, and other appropriate methods to limit dust and dirt rising and scattering in air to lowest practical level. 1) Do not use water when it may create hazardous or other adverse conditions such as flooding and pollution. b. Store volatile liquids, including fuels and solvents, in closed containers. C. Properly maintain equipment to reduce gaseous pollutant emissions. d. Interior final finishes: Schedule construction operations involving wet products prior to packaged dry products to the greatest extent possible in accordance with The City approved Solid Waste Management and Environmental Protection Plan. e. Temporary Ventilation: As specified in Section 01 50 00 - Temporary Facilities and Controls, and as follows: 1) Provide adequate ventilation during and after installation of interior wet products and interior final finishes. 2) Provide adequate ventilation of packaged dry products prior to installation. Remove from packaging and ventilate in a secure, dry, well -ventilated space free from strong contaminant sources and residues. Provide a temperature range of 60 -degrees F minimum to 90 -degree F maximum continuously during the ventilation period. Do not ventilate within limits of Work unless otherwise approved by City Engineer. f. Pre -occupancy ventilation: After final completion and prior to initial occupancy, provide adequate ventilation for minimum 5 days. Pre -occupancy ventilation procedures: 1) Use supply air fans and ducts only; 2) Temporarily seal exhaust ducts; 3) Temporarily disable exhaust fans; 4) Provide exhaust through operable windows or temporary openings. CITY OF NEWPORT BEACH 01 7419-4 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 01 7419 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 5) Provide temporary exhaust fans as required to pull exhaust air from deep interior locations. Stair towers may be used for exhausting air from the building during the temporary ventilation. 6) After pre -occupancy ventilation and prior to final testing and balancing of HVAC system, replace air filters and make HVAC system fully operational. 5. Fish and Wildlife Resources: Manage and control construction activities to minimize interference with, disturbance of, and damage to fish and wildlife. 6. Noise Control: Perform demolition and construction operations to minimize noise. Perform noise producing work in less sensitive hours of the day or week as directed by the Engineer. a. Repetitive, high level impact noise will be permitted only between the hours permitted in the City Noise Ordinance. Do not exceed the limitations specified by OSHA. b. Provide equipment, sound -deadening devices, and take noise abatement measures that are necessary for compliance. END OF SECTION CITY OF NEWPORT BEACH 01 7419-5 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR Appendix A Project Name.- Contractor ame: Contractor Name: Contractor Address: SECTION 01 7419 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL SUMMARY OF SOLID WASTE DISPOSAL AND DIVERSION License Number: Solid Waste Material Date Amount Material Disposed/ Disposed/ Diverted Diverted (ton or cu.yd) Municipal Solid Waste Facility (name, address, & phone number) Recycling/Reuse Facility (name, address, & phone number) Comments (if disposed, state why not diverted) Asphalt Concrete Metal Wood Debris Glass Clay brick Paper/ Cardboard Plastic Gypsum Paint Carpet Other: Signature: Project Name.- Contractor ame: Date: Appendix B RESOURCE CONSERVATION AND RECOVERY ACT - PROJECT SUMMARY Contractor Name: Contractor Address: CITY OF NEWPORT BEACH 01 7419-6 GRANT HOWALD PARK RESTROOM REPAIR License Number: Drawing No. B -5287-S SECTION 01 7419 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 2.0 SPECIFICATIONS NOT USED 3.0 SOLID WASTE PREVENTION A. Total dollar amount of solid waste disposed (landfill) for this project. $ B. Total weight of solid waste disposed (landfill) for this project. $ 4.0 RECYCLING A. Total dollar value of solid waste diverted from landfill and recycled or reused for this project. (Express as total dollar amount for solid waste disposal in landfill for equivalent type and amount of diverted waste.) B. Total weight of solid waste diverted from landfill and recycled or reused for this project. (Express as total weight for solid waste disposal in landfill for equivalent type and amount of diverted waste.) 5.0 COMMENTS A. Comments and suggestions for increasing amount of recycled materials used in construction materials. B. Comments and suggestions for improving solid waste prevention and recycling efforts during construction. Signature: Date: CITY OF NEWPORT BEACH 017419-7 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 01 7704 CLOSEOUT PROCEDURES AND TRAINING PART 1 - GENERAL 1.1 Manuals A. Purpose: Operation and maintenance manuals are for the training of, and use by, City employees in the operation and maintenance of the systems and related equipment as specified below. The manuals must consist of instruction on systems and equipment. A separate manual or chapter must be prepared for each of the following classes of equipment or system: 1. Doors. 2. Plumbing systems. 3. Electrical systems. 4. Miscellaneous building equipment and systems. B. Content: Unless otherwise indicated, each chapter must contain the following, as applicable: 1. Introduction. 2. Table of contents. 3. Description of system (including design intent and considerations). C. Preparation: The outline below is intended as a general guide for preparing the manuals. The manuals must be prepared to provide for the optimum operation and maintenance of the various systems. The description of systems and general operating instructions for plumbing and electrical manuals may cover only complicated or unusual parts of these systems, such as sewage ejectors, transformers, high tension switchgear, and signal and alarm systems. Manufacturer's literature and data must be those of the actual equipment installed under contract for the particular facility. Further guidance is available in the ASHRAE Handbook, 1984, Systems Volume, Chapter 39, Mechanical Maintenance. D. Suggested Outline for Operation and Maintenance (O&M) Manuals: This is a suggested outline, with general requirements of O&M manuals. The outline is presented to indicate the extent of material to be covered and the individual items required in manuals for major facilities. The outline may be modified to suit specific installations; however, the purpose of the manual must be fulfilled. The manual is not intended to duplicate manufacturers' data, but proper references must be made in the text of the O&M manual to indicate that that information is applicable and where it is located. Part I. Description and Design Intent a. Introduction 1) Provide a brief description of project and purpose of the maintenance manual. The following statements must be included: "Operation and maintenance of this equipment must be performed in accordance with this manual and posted instructions, subject to compliance with applicable technical guides and standards issued by the City. It is recognized that minor changes in control points and settings will be required, based on actual operating experience, to correct varying conditions and improve operation. When such changes appear necessary, they must be submitted to the maintenance manager for consideration. Upon approval of any changes, the applicable portions of all copies of the manual and proposed instructions must be revised and reissued, and any change in operating procedure brought to the attention of all operating personnel." 2) "This manual is specifically developed to assist the City official in charge at the facility to operate and maintain the building systems and equipment. Manufacturers' recommendations set forth for certain components must be followed during the complete warranty period for that equipment." 3) Contents of Manual. This portion of the introduction must explain that the manual is to contain complete operating, maintenance, and safety instructions for all equipment listed. It must also contain any other appropriate references CITY OF NEWPORT BEACH 01 7704-1 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 01 7704 CLOSEOUT PROCEDURES AND TRAINING as required to outline an explanation of the manuals and major categories of reference material required with the manuals. b. Table of Contents 1) The table of contents must list numbers and titles of chapters, sections, and main paragraphs, with their page numbers. Each volume in a set of manuals must contain its own table of contents. Publications containing 10 or more illustrations or tables must include a list of illustrations or tables, as applicable. These lists must show number, title, and page number of each illustration and table. Following is a typical table of contents: a. Doors 1.) Specialized hardware b. Plumbing Systems 1.) Potable water 2.) Sanitary drains c. Electrical Systems 1.) Incoming Service 2.) Electrical power distribution 3.) Lighting and lighting controls d. Miscellaneous Building Equipment 2. Part II. Operating Sequence and Procedures a. Contents: Each chapter must describe the procedures necessary for City personnel to operate the system and equipment covered in that chapter. b. Operating Procedures: The operating procedures must be divided into four subsections: Startup, Operation, Emergency Operation, and Shutdown. 1) Startup: Give complete instructions for energizing the equipment and making initial settings and adjustments whenever applicable. If equipment is fully automatic, a statement to that effect is all that is required. If a specific sequence of steps must be performed, give step-by-step instructions in the proper sequence. If timing- (such as warm-up between power -on and adjustment) is important, clearly state the specific minimum time required at the proper point in the procedure. Refer to controls and indicators by panel; make references consistent with the nomenclature used in illustrations and tables of controls and indicators. If preliminary settings differ for different modes of operations, give procedures for each mode. 2) Operation: Give detailed instructions in proper sequence for each mode of operation. When, for a given action on the part of the operator, alternate equipment responses are possible, give the appropriate operation reaction to each. 3) Emergency Operation: If some functions of the equipment can be operated while otherfunctions are disabled, give instructions for operations underthese conditions. Include here only those alternate methods of operation (from normal) that the operator can follow when there is a partial failure or malfunctioning of components, or other unusual condition. 4) Shutdown: Include instructions for stopping and securing the equipment after operation. If a particular sequence is required, give step-by-step instructions in that order. 3. Part III. Maintenance Instructions and Requirements Contents: Each chapter must describe the procedures necessary for City personnel to perform the maintenance on the systems and equipment covered in that chapter. Emphasis must be placed on the method of mechanical control of systems and equipment from a maintenance standpoint. References must be made, as appropriate, to drawings, schematics, and sequences of operation included as part CITY OF NEWPORT BEACH 01 7704-2 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 01 7704 CLOSEOUT PROCEDURES AND TRAINING of the construction contract drawings and specifications that show piping and equipment arrangements and items of control. Prints of these drawings must be reduced to 11 inches x 17 inches for insertion in the manuals. Drawings must represent the "as -built" condition. b. Maintenance Procedures: The maintenance procedures must be divided into two categories: Preventive Maintenance and Corrective Maintenance. 1) Preventive Maintenance i. Provide a schedule for preventive maintenance. State, preferably in tabular form, the recommended frequency of performance for each preventive maintenance task (cleaning, inspection, and scheduled overhauls). ii. Provide instruction and schedules for all routine maintenance cleaning and inspection, with recommended lubricants. C. Manufacturers' Brochures: Include manufacturers' descriptive literature covering devices used in the system, together with illustrations, exploded views, and renewal parts lists. This section must also include special devices manufactured by the Contractor. d. Special Maintenance: Provide information of a maintenance nature covering warranty items that have not been discussed elsewhere. e. Shop Drawings: Provide a copy of all approved shop drawings covering approval of equipment for the project with the manufacturers' brochures. f. Spare Parts Lists: Include a recommended spare parts list for all equipment furnished for the project. The parts list must include a tabulation of descriptive data for all the electrical -electronic spare parts and all the mechanical spare parts proposed for each type of equipment or system. Each part must be properly identified by part number and manufacturer. g. Warranty: Include a copy of the "special" or extended warranty in the operation and maintenance manual. E. Submittal, In both "hard" and electronic DVD, CD-ROM or flash drive format: 1. Preliminary Submittal: Two draft copies of the completed manuscript for items in this outline must be submitted to the City Engineer for review within 30 days after approval of equipment to be provided. One copy will be returned to the Contractor within 15 days after submittal and, if required, must be revised and resubmitted within 15 days. 2. Final Submittal: four complete sets of manuals must be furnished to the Engineer not later than 30 days before completion of the project. 3. Final Submittal must be accepted by the Engineer before training can begin 1.2 Other Closeout Submittals A. Additional requirements for Systems Manuals, Operating Instructions, Training and other deliverables are contained in individual Specification Sections. All closeout requirements must be provided to and accepted by the Engineer prior to requesting final payment. Examples of additional closeout requirements include, but are not limited to, the following Final Punch -List with all items certified as complete. Record "As Built" Drawings, the Contractor shall submit certified As -Built Record Drawings and Specifications in the quantities and media specified. Warranty, the Contractor shall submit all transferable guarantees and warranties for equipment, materials and installations furnished by any manufacturer, supplier, or installer. Signed Asbestos and Lead -Based Paint Certificate. CITY OF NEWPORT BEACH 01 7704-3 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 01 7704 CLOSEOUT PROCEDURES AND TRAINING 5. Survey Report. 6. Material Safety Data Sheets 7. Signed and sealed Contractor Release of Claims. 8. Payment for items of work covered in the plans specifications Division 1 will be based on the lump sum unit bid price for mobilization. No additional compensation will be allowed. PART 2 - PRODUCTS (Not used) PART 3 - EXECUTION (Not used) END OF SECTION CITY OF NEWPORT BEACH 01 7704-4 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 02 4119 SELECTIVE STRUCTURE DEMOLITION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for demolition and removal of existing building elements. 2. Removal of designated building equipment and fixtures. 3. Salvaged items. 4. Salvaged material. 5. Salvaged items for re -use. B. Related Documents: The Contract Documents, as defined in Section 01 1000 - Summary of Work, apply to the Work of this Section. Additional requirements and information necessary to complete the Work of this Section may be found in other documents. C. Related Sections: 1. Section 01 3543 - Environmental Procedures: Recycling and reuse of waste materials. 1.2 SYSTEM DESCRIPTION A. The extent of Selective Demolition Work is that Work necessary, and required to facilitate the new construction indicated. B. Demolition shall be such that all construction, new and existing, can be performed, and completed in accordance with the construction documents. C. The contractor shall visit the project site and familiarize himself with the existing conditions and project requirements. D. Verify the scope of the Work under this Section including salvage material. The City will be responsible for removing all materials and equipment which the City wishes to salvage prior to the beginning of this Work. 1.3 QUALITY ASSURANCE A. Performance Criteria: 1. Requirements of Structural Work: Do not cut structural work in a manner resulting in a reduction of load -carrying capacity of load/deflection ratio. 2. Operational and Safety Limitations: Do not cut operational elements and safety-related components in a manner resulting in a reduction of capacities to perform in a manner intended or resulting in a decreased operational life, increased maintenance or decreased safety. 3. Visual Requirements: Do not cut work which is exposed on the exterior or exposed in occupied spaces of the building in a manner resulting in a reduction of visual qualities or resulting in substantial evidence of the demolition work judged by the Engineer to be cut and patched in a visually unsatisfactory manner. 4. Loading: Do not superimpose loads at any point upon existing structure beyond design capacity including loads attributable to materials, construction equipment, demolition operations and shoring and bracing. 5. Vibration: Do not use means, methods, techniques or procedures which would induce vibration into any element of the structure. CITY OF NEWPORT BEACH 024119-1 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 02 4119 SELECTIVE STRUCTURE DEMOLITION 6. Fire: Do not use means, methods, techniques or procedures which would produce any fire hazard unless otherwise approved by the Engineer. 7. Water: Do not use means, methods, techniques or procedures which would produce excessive water run-off, and water pollution. 8. Air Pollution: Do not use means, methods, techniques or procedures which would produce uncontrolled dust, fumes or other damaging air pollution. 1.4 PROJECT SITE A. Indicated "Existing Construction" was obtained from existing drawings or other information which may not reflect actual conditions. The Contractor shall verify all existing conditions and notify the Engineer of discrepancies before proceeding with the Work. B. Perform the removal, cutting, drilling, etc., of existing work with extreme care, and using small tools in order not to jeopardize the structural integrity of the building. C. Occupancy: Contractor shall have full use of the facility during construction. D. Condition of Structure: The City assumes no responsibility for the actual condition of portions of the structure to be demolished. E. Partial removal: Items of salvageable value to the Contractor may be removed from the structure as the work progresses if not claimed by the City. Salvaged items must be transported from the site as they are removed. F. Protection: Make sure that the safe passage of persons around the area of demolition is maintained during the demolition operation. Conduct operations to prevent injury to adjacent buildings, structures, other facilities, and persons. 1.5 PROTECTION OF EXISTING CONSTRUCTION A. Provide temporary protection of existing construction (floors, roof, and walls) when adjoining new work and in traffic areas. B. Provide temporary construction, constructed of framing and plywood, to protect existing construction and surrounding surfaces from damage by movement of materials and personnel. C. The contractor is responsible for all damage to existing structure and shall replace or repair all areas of damage. D. Repair, replace, or rebuild existing construction as required or as directed which has been removed, altered or disrupted to allow for new construction. Existing construction shall be corrected to match adjacent construction, new or existing. E. Perform cutting of existing concrete and masonry construction with saws and core drills. Do not use jack -hammers or explosives. 1.6 SHORING AND BRACING A. Provide temporary shoring of existing construction to allow removal of existing structural elements. Maintain shoring until new structural elements are in place and accepted by the Engineer and City Inspector(s). CITY OF NEWPORT BEACH 024119-2 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 02 4119 SELECTIVE STRUCTURE DEMOLITION PART 2 - PRODUCTS 2.1 SALVAGED ITEMS A. The Contract Documents indicate the existing materials that are to be reinstalled in the new construction. The Contractor shall remove, protect and reinstall these items as indicated. 1. Items for "Reinstallation" will be indicated as such within the Contract Documents. B. Materials scheduled for reinstallation which are damaged by the Contractor to the extent that they cannot be reinstalled shall be replaced by the Contractor with equal quality material at no additional cost to the City. C. Coordinate with the Engineer on disposition of salvage items note scheduled for reinstallation, demolished materials, and equipment. Salvaged materials, not reinstalled, shall be delivered, as directed, to the City. 2.2 SALVAGED MATERIALS A. Removed and salvaged materials of value not designated for reinstallation, unless claimed as salvage by the City, shall become the property of the Contractor and shall be removed from the premises by the Contractor and recycled, reused or disposed of as specified in Section 01 3543 - Environmental Procedures. B. The City will remove or, under separate contract, have all materials and equipment which the City requires removed prior to Work under this Section begins. 2.3 SALVAGED ITEMS FOR RE -USE A. Materials and items scheduled for re -use which are damaged by the contractor to the extent which they cannot be re -used shall be replaced by the Contractor at no additional cost to the City. PART 3 - EXECUTION 3.1 EXAMINATION A. Section 01 7300 - Execution: Verification of existing conditions before starting work. B. Verification of Conditions: Verify that field measurements, surfaces, substrates and conditions are as required, and ready to receive Work. C. Report in writing to the Engineer prevailing conditions that will adversely affect satisfactory execution of the Work of this Section. Do not proceed with Work until unsatisfactory conditions have been corrected and approved by the Engineer. D. By beginning Work, Contractor accepts conditions and assumes responsibility for correcting unsuitable conditions encountered at no additional cost to the City. 3.2 PREPARATION CITY OF NEWPORT BEACH 024119-3 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 02 4119 SELECTIVE STRUCTURE DEMOLITION A. Temporary Support: Provide adequate temporary support for work to be cut to prevent failure. Do not endanger other work. B. Provide adequate protection of other work during selective demolition to prevent damage and provide protection of the work from adverse weather exposure. 3.3 PROCEDURE A. Employ only skilled tradesmen to perform selective demolition. B. Cut work by methods least likely to damage work to the retained and work adjoining. C. In general, where physical cutting action is required, cut work with sawing and grinding tools, not with hammering and chopping tools. Core drill openings through concrete and masonry work. D. Patch with seams which are durable and as invisible as possible. Comply with specified tolerances for the work. E. Where selective demolition terminates at a surface or finish to remain, completely remove all traces of material selectively demolished, including mortar beds. Provide smooth, even, substrate transition. 3.4 POLLUTION CONTROLS A. Use temporary enclosures and other suitable methods to limit the amount of dust and dirt rising and scattering in the air to the lowest practical level. Comply with AQMD standards. B. Comply with governing authorities pertaining to environmental protection. 1. Protect natural resources as specified in Section 01 3543 - Environmental Procedures. C. Clean adjacent portion of the structure and improvement of dust, dirt and debris caused by demolition operations, as directed by the Engineer and governing authorities. Return adjacent areas to its condition prior to the start of the work. 3.5 DISPOSAL OF DEMOLISHED MATERIALS A. Collect, recycle, reuse, and dispose of demolished materials as specified in Section 01 3543 - Environmental Procedures and as approved by the City in the Solid Waste Management and Environmental Protection Plan. 3.6 SCHEDULE OF SELECTIVE DEMOLITION A. Slab on Grade: 1. Where indicated, saw cut perimeter of existing slab minimum of 50 percent of slab thickness to provide a breaking point to remove existing concrete. 2. Break concrete slab to be removed into portions easily removed, maximum 3 -foot dimensions in any side. 3. Remove all concrete pieces within removed area down to the existing subgrade. B. Plumbing: 1. Remove all plumbing fixtures and accessories including all exposed supply, waste, and vent piping. CITY OF NEWPORT BEACH 024119-4 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 02 4119 SELECTIVE STRUCTURE DEMOLITION Concealed piping within and below slab construction shall be identified, and capped a minimum of 3 inches (8 cm) below finish floor. C. Electrical Service: 1. All electrical circuits within the existing structure shall be abandoned from the existing service entrance section, beyond. 2. Remove all abandoned electrical conduit, boxes, and wiring back to the existing electrical service which is to remain. D. Provide additional selective demolition as indicated and required by the Contract Documents and as required for indicated new construction. E. Items for demolition covered under the plans and these specifications include rubber base, wall tile, plumbing features, F.A.U., concrete slab saw cut, cap utilities, remove interior walls, built-in counters, some doors, electrical lighting, toilet partitions, selective demolition, and as shown on drawings. F. Payment for items of work covered in the plans and Division 2 specification will be based on the lump sum bid price for building demolition and removals, no additional compensation will be allowed. END OF SECTION CITY OF NEWPORT BEACH 024119-5 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 03 1000 CONCRETE FORMING AND ACCESSORIES PART 1 -GENERAL 1.1 SUMMARY A. Section Includes 1. Formwork for cast -in place concrete, with shoring, bracing and anchorage. 2. Openings for other work. 3. Form accessories. 4. Form stripping. B. Related Documents: The Contract Documents, as defined in - Summary of Work, apply to the Work of this Section. Additional requirements and information necessary to complete the Work of this Section may be found in other documents. C. Related Sections: 1. Section 32 1313 — Concrete Paving: Supply of concrete accessories for placement by this section. 1.2 REFERENCES A. American Concrete Institute (ACI): 1. ACI 301 - Structural Concrete for Buildings. 2. ACI 318 - Building Code Requirements for Reinforced Concrete. 3. ACI 347 - Recommended Practice For Concrete Formwork. B. United States Department of Commerce Product Standard (PS): 1. PS 1 - Construction and Industrial Plywood. 1.3 SUBMITTALS A. Section 01 3300 - Submittal Procedures: Procedures for submittals. 1. Product Data: Provide data on void form materials and installation requirements. Submit data on form -coating materials. 2. Shop Drawings: Indicate pertinent dimensions, materials, bracing, and arrangement of joints and ties. 1.4 QUALITY ASSURANCE A. Perform Work in accordance with ACI 347. B. Where necessary, design formwork under direct supervision of a Professional Engineer experienced in design of formwork and licensed in State where Project is located at no additional cost to the City. 1.5 DELIVERY, STORAGE, AND HANDLING A. Section 01 6000 - Product Requirements: Transport, handle, store, and protect products. B. Deliver void forms and installation instructions in manufacturer's packaging. CITY OF NEWPORT BEACH 03 1000 -1 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 03 1000 CONCRETE FORMING AND ACCESSORIES C. Store off ground in ventilated and protected manner to prevent deterioration from moisture. 1.6 ENVIRONMENTAL REQUIREMENTS A. Environmental Impact: 1. Formwork: Reuse forms to greatest extent possible without damaging structural integrity of concrete and without damaging aesthetics of exposed concrete. PART 2 - PRODUCTS 2.1 WOOD FORMS A. Forms for Exposed Finish Concrete: Plywood panels, to provide continuous, straight, smooth, exposed surfaces. Furnish in largest practicable sizes to minimize number of joints and to conform to joint system shown on drawings. 1. Plywood complying with U.S. Product Standard PS -1 "B -B (Concrete Form) Plywood," Class I, Exterior Grade or better, mill -oiled and edge -sealed, with each piece bearing legible inspection trademark. B. Forms for Unexposed Finish Concrete: Plywood, lumber, metal, or other acceptable material. Provide lumber dressed on at least 2 edges and one side for tight fit. C. Lumber: Construction grade; with grade stamp clearly visible. 2.2 PREFABRICATED FORMS A. Preformed Steel Forms: Minimum 16 gage, well matched, tight fitting, stiffened to support weight of concrete without deflection detrimental to tolerances and appearance of finished surfaces. B. Void Forms (Carton Forms): Moisture resistant treated paper faces, biodegradable, structurally sufficient to support weight of wet concrete mix until initial set. Thickness indicated on drawings. C. Tubular Column Type: Metal or fiberglass -reinforced plastic. Provide units with sufficient wall thickness to resist wet concrete loads without deformation. D. Forms for Textured Finish Concrete: Units of face design, size, arrangement, and configuration to match the control sample. Provide solid backing and form supports to ensure stability of textured form liners. 2.3 ACCESSORIES A. Form Ties: Factory -fabricated, removable or snap -off type, metal, of fixed or adjustable length as applicable, with cone ends. Designed to prevent form deflection and to prevent spalling concrete upon removal. Back break dimension, 1-1/2 inch from exposed concrete surface. Provide ties that, when removed, will leave holes not larger than 1 -inch diameter in concrete surface. CITY OF NEWPORT BEACH 031000-2 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 03 1000 CONCRETE FORMING AND ACCESSORIES B. Form Release Agent: 100 percent biodegradable colorless agent which will not stain concrete, or absorb moisture, or impair natural bonding or color characteristics of subsequent coatings intended for use on concrete surfaces. Zero VOC. 1. Envirolux by Conspec, 2. SMD -10 Soy Form Release by Strategic Market Development 3. Bio -Form by Leahy -Wolf, 4. Or equal as permitted in Section 01 6000 - Product Requirements: Product options and substitutions. C. Corners: Chamfered, wood strip 3/4x3/4 -inch size; maximum possible lengths. D. Dovetail Anchor Slot: Galvanized steel, 22 -gage thick, foam filled, release tape sealed slots, anchors for securing to concrete formwork. E. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages: Sized as required, of sufficient strength and character to maintain formwork in place while placing concrete. F. Waterstops (Rubber/PVC): Rubber or Polyvinyl chloride, minimum 1,750 tensile strength, minimum 50 degrees F to plus 175 degrees F working temperature range, width as indicated on Drawings, maximum possible lengths, ribbed profile, preformed corner sections, heat welded jointing. PART 3 - EXECUTION 3.1 EXAMINATION A. Section 01 7300 - Execution: Verification of existing conditions before starting work. B. Verification of Conditions: Verify that field measurements, surfaces, and conditions are as required, and ready to receive Work. 1. Verify lines, levels and centers before proceeding with formwork. Ensure that dimensions agree with Drawings. C. Report in writing to the Engineer prevailing conditions that will adversely affect satisfactory execution of the Work of this Section. Do not proceed with Work until unsatisfactory conditions have been corrected and approved by the Engineer. D. By beginning Work, Contractor accepts conditions and assumes responsibility for correcting unsuitable conditions encountered at no additional cost to City. 3.2 EARTH FORMS A. Hand trim sides and bottom of earth forms. Remove loose soil prior to placing concrete. 3.3 FORMWORK INSTALLATION A. Install formwork, shoring and bracing to achieve design requirements, in accordance with requirements of ACI 347R. B. Provide bracing to ensure stability of formwork. Shore or strengthen formwork subject to over stressing by construction loads. CITY OF NEWPORT BEACH 031000-3 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 03 1000 CONCRETE FORMING AND ACCESSORIES C. Arrange and assemble formwork to permit dismantling and stripping. Do not damage concrete during stripping. Permit removal of remaining principal shores. D. Align joints and make watertight. Furnish in largest available sizes to minimize number of joints and to conform to joint system indicated on Drawings. E. Obtain the Engineer's approval before framing openings in structural members which are not indicated on Drawings. F. Provide chamfer strips on external corners of concrete members, to produce uniform, smooth lines and tight edge joints. G. Install void forms in accordance with manufacturer's published instructions. Protect forms from moisture or crushing. 3.4 FORM RELEASE AGENT APPLICATION A. Apply form release agent on formwork in accordance with manufacturer's published instructions B. Apply prior to placement of reinforcing steel, anchoring devices, and embedded items. C. Do not apply form release agent where concrete surfaces will receive special finishes or applied coverings which are affected by agent. Soak inside surfaces of untreated forms with clean water. Keep surfaces coated prior to placement of concrete. 3.5 INSERTS, EMBEDDED PARTS, AND OPENINGS A. Provide formed openings where required for items to be embedded in passing through concrete work. B. Locate and set in place items which will be cast directly into concrete. C. Coordinate with work of other sections in forming and placing openings, slots, recesses, sleeves, bolts, anchors, other inserts, and components of other Work. D. Install accessories in accordance with manufacturer's published instructions, straight, level, and plumb. Ensure items are not disturbed during concrete placement. E. Provide temporary ports or openings in formwork where required to facilitate cleaning and inspection. Locate openings at bottom of forms to allow flushing water to drain. F. Close temporary openings with tight fitting panels, flush with inside face of forms, and neatly fitted so joints will not be apparent in exposed concrete surfaces. G. Install water stops in accordance with manufacturer's published instructions continuous without displacing reinforcement. Seal joints watertight. 3.6 FORM CLEANING A. Clean forms as erection proceeds, to remove foreign matter within forms B. Clean formed cavities of debris prior to placing concrete. CITY OF NEWPORT BEACH 031000-4 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 03 1000 CONCRETE FORMING AND ACCESSORIES C. Flush with water or use compressed air to remove remaining foreign matter. Ensure that water and debris drain to exterior through clean-out ports. D. During cold weather, remove ice and snow from within forms. Do not use de-icing salts. Do not use water to clean out forms, unless formwork and concrete construction proceed within heated enclosure. Use compressed air or other means to remove foreign matter. 3.7 CONSTRUCTION A. Site Tolerances: 1. Construct formwork to maintain tolerances required by ACI 301 and ACI 347. 2. Camber slabs and beams 1/4 inch per 10 feet in accordance with ACI 301. 3.8 FIELD QUALITY CONTROL A. Section 01 4000 - Quality Requirements: Field inspection and testing. B. Inspect erected formwork, shoring, and bracing to ensure that work is in accordance with formwork design, and that supports, fastenings, wedges, ties, and items are secure. 3.9 FORM REMOVAL A. Do not remove forms or bracing until concrete has gained sufficient strength to carry its own weight and imposed loads. B. Loosen forms carefully. Do not wedge pry bars, hammers, or tools against finish concrete surfaces scheduled for exposure to view. C. Store removed forms in manner that surfaces to be in contact with fresh concrete will not be damaged. Discard damaged forms. END OF SECTION CITY OF NEWPORT BEACH 031000-5 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 03 3000 CAST -IN-PLACE CONCRETE PART 1 - GENERAL 1.1 SUMMARY A. Includes all labor, materials and appliances, and perform all operations in connection with the installation of Concrete Work, and all related work incidental to the completion thereof, as shown on the drawings, complete, in strict accordance with the drawings and as specified herein. Section Includes: 1. Cast -in-place (CIP) concrete in foundations, foundation walls, slabs -on -grade. 2. Finishing of concrete slabs and toppings. Concrete liquid surface treatment, sealer, and slip -resistant coatings. 3. Expansion and contraction, control joints in CIP concrete. 4. Concrete curing and protection. 5. Non -shrink grout including installation and forming. 6. Testing related services. B. Related Documents: The Contract Documents, as defined in Section 01 1000 - Summary of Work, apply to the Work of this Section. Additional requirements and information necessary to complete the Work of this Section may be found in other Documents and References in Section 1.2. C. Related Sections: Related work specified elsewhere includes but may not be limited to 1. Section 03 2000 — Concrete Reinforcement. 1.2 REFERENCES A. General: 1. The publications listed below form a part of this specification to the extent referenced. 2. Where a date is given for reference standards, the edition of that date shall be used. Where no date is given for reference standards, the latest edition available on the date of Notice Inviting Bids shall be used. B. American Association of State Highway and Transportation Officials (AASHTO). 1. AASHTO M182, "Standard Specification for Burlap Cloth Made from Jute or Kenaf and Cotton Mats." C. Unless otherwise shown or specified, the work shall conform to the following standards and recommendations of the American Concrete Institute (ACI), latest editions adopted: 1. ACI 117, "Standard Specification for Tolerances for Concrete Construction and Materials." 2. ACI 121R, "Quality Assurance Systems for Concrete Construction." 3. ACI 212.2R, "Guide for Use of Admixtures in Concrete." 4. ACI 302.1 R, "Guide for Concrete Floor and Slab Construction." 5. ACI 304R, "Guide for Measuring, Mixing, Transporting, and Placing Concrete." 6. ACI 304.2-R, "Placing Concrete by Pumping Methods." 7. ACI 305, "Hot Weather Concreting." 8. ACI 306, "Cold Weather Concreting." 9. ACI 306.1 "Standard Specification for Cold Weather Concreting." 10. ACI 308, "Standard Practice for Curing Concrete." 11. ACI 309R, "Guide for Consolidation for Concrete." 12. ACI 315, "Details and Detailing of Concrete Reinforcement." CITY OF NEWPORT BEACH 033000-1 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 03 3000 CAST -IN-PLACE CONCRETE 13. ACI 347, "Guide to Formwork for Concrete." 14. ACI SP -15, "Field Reference Manual" which includes ACI 301 "Specifications for Structural Concrete for Buildings" and reference standards specified therein. D. American Society for Testing and Materials (ASTM). 1. ASTM A615, "Standard Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement." 2. ASTM C33, "Standard Specification for Concrete Aggregates." 3. ASTM C39, "Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens." 4. ASTM C94, "Standard Specification for Ready -Mixed Concrete." 5. ASTM C150, "Standard Specification for Portland Cement." 6. ASTM C156, "Standard Test Method for Water Retention by Concrete Curing Materials." E. Concrete Reinforcing Steel Institute (CRSI), 1. CRSI "Manual of Standard Practice." 1.3 SUBMITTALS A. Submittal Procedures: 1. Review of submittals will cover general design only. In no case shall submittal review relieve the Contractor of the responsibility for strength of concrete, general or detailed dimension, quality or quantity of materials, or any other conditions, functions, performance or guarantees required. 2. Product Data: a. Manufacturers' literature containing product and installation specifications and details. b. Where Manufacturer's specifications, recommendations, and/or directions are required in this specification, deliver to the Engineer two (2) copies of such printed specifications, recommendations, and/or directions for approval before any work is commenced. C. Sources of fine and coarse aggregate. Once approved, the source of fine and coarse aggregate shall not be changed without written approval of the Engineer. d. List of manufacturers and brand names for cement, mineral and liquid admixtures, bond breakers, curing compounds, joint sealants, and materials other than aggregates and reinforcing steel. Include product data sheets, instructions, and specifications for use. 3. Batch Plant Equipment and Procedures a. Supplier of concrete and ready -mix grout. Only one source will be approved for the Contractor, including all subcontractors. All concrete and ready -mixed grout supplied to the project shall originate from the approved single facility. b. The following information shall be submitted: 1) Name of supplier. 2) Plant location. 3) Plant volume and output capacity. 4) Capacity of transit equipment. 5) Estimated travel time from plant to jobsite. C. If the Contractor elects to use an on-site concrete batching plant, the following information shall be submitted: 1) Drawings and data including proposed location of the batch plant on the site. 2) List of and performance data for material handling equipment. 3) Procedures for processing, handling, transporting, sorting, and proportioning the materials for concrete. CITY OF NEWPORT BEACH 033000-2 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 03 3000 CAST -IN-PLACE CONCRETE d. All other data necessary to show the supplier's capability to produce concrete of the quality and quantity required. 4. Concrete Procedures a. The following information shall be submitted: 1) Procedure for mixing and transporting concrete to the point of placement. 2) Procedures for placement of concrete. 3) Methods of obtaining and maintaining the required concrete temperature during placement and initial curing. 4) Procedures for consolidating the concrete. 5) Procedures how concrete is finished and cured (slab -on -grade concrete). 5. Assurance/Control Submittals: a. Test Reports: Submit the following reports directly to the Engineer from Testing Laboratory, with copy to Contractor. Prepare reports in conformance with Section 01 4000 - Quality Requirements. b. Submit laboratory test reports for concrete materials and mix design test, including certified copy of results of aggregate tested by ASTM C1260 or C1567. Mix designs for each strength and type of concrete proposed for use. Details to be included are found in section 2.7. C. Certificates: Manufacturer's certificate that Products meet or exceed specified requirements. d. Qualification Documentation: Submit documentation of experience indicating compliance with specified qualification requirements. 6. Delivery Tickets: a. Copies of delivery tickets for each load of concrete delivered to site. b. Indicate on each ticket information required by ASTM C94 including additional information required herein. C. Mix identification number on ticket shall match number on submitted and approved mix design d. Indicate number of drum revolution from when water is added until concrete is discharged. e. Submit copies to Testing Laboratory same day as concrete delivery. 7. Verification Samples: a. At exposed concrete location provide a sample of concrete with medium broom finish and sealed for Engineer's approval. B. Closeout Procedures and Training: 1. Project Record Documents: Accurately record the following: a. Shop drawings shall be corrected to reflect actual field changes and become part of the "Record As -Built Drawings." 2. Extra Products: Submit extra products as specified in this Section. 1.4 DELIVERY, STORAGE, AND HANDLING A. Section 01 6000 - Product Requirements: Transport, handle, store, and protect Products. B. Deliver materials in unopened containers with labels identifying contents. C. Store powdered materials in dry area and in manner to prevent damage. Protect liquid materials from freezing or exceeding maximum storage temperatures set by product manufacturer. 1.5 PROJECT CONDITIONS OR SITE CONDITIONS A. Jobsite Requirements: CITY OF NEWPORT BEACH 033000-3 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 03 3000 CAST -IN-PLACE CONCRETE 1. Conform to ACI 305 R when placing concrete during hot weather. 2. Conform to ACI 306 R when placing concrete during cold weather. 1.6 ENVIRONMENTAL REQUIREMENTS A. Environmental Impact. - 1. Concrete placement accessories: a. Mixing equipment: Return excess concrete to supplier; minimize water used to wash equipment. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with project requirements, manufacturers offering Products which may be incorporated in the Work include the following. - 1 . ollowing:1. Applied Concrete Technology, Inc., 2. The Euclid Chemical Company, 3. Fortifiber Corporation, 4. ChemRex Inc., 5. W.R. Meadows, Inc., 6. Reef Industries, 7. Stego Industries LLC,. 8. L & M Construction Chemicals, Inc. 9. Curecrete Chemical Company, Inc. 10. Midwest Floor Care Inc., 11. General Resource Technology, Inc., 12. Or approved equal B. Product Requirements: Product options and substitutions: Permitted. 2.2 CONCRETE MATERIALS A. Concrete: 1. Concrete shall be in accordance with ASTM C94. If a conflict exists between ASTM C94 and these specifications, these specifications shall govern. B. Portland Cement: ASTM C150 — Type I unless otherwise specified or approved by the Engineer. 1. Assume full responsibility for the quality and soundness of cement. Cement is to be of one type and from the same mill; it is to be of uniform color for all concrete with permanently exposed concrete finishes. C. Liquid admixtures: All admixtures shall be used in conformance with the manufacturer's recommendations. When air entraining admixtures, water reducing admixtures, high range water reducing admixtures, and non -corrosive accelerating admixtures are used in any combination, all products shall be from the same manufacturer or the ready -mix concrete producer shall certify that they are compatible. The following admixtures are permitted when approved in writing prior to use or are required as specified herein and shall be used in strict accordance with the manufacturer's specifications or recommendations: 1. Calcium chloride: Conform to ACI 301. The water solble chloride ion level shall not exceed 0.3 percent by weight of cement. CITY OF NEWPORT BEACH 033000-4 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 03 3000 CAST -IN-PLACE CONCRETE Air -entraining admixtures: ASTM C260 shall be used to achieve the specified air content in all permanently exposed exterior concrete. For steel hard trowel interior slab finish, do not use air entrainment admixtures. The total air entrainment (entrained and entrapped air) must not exceed 3 percent. For steel trowel exterior slab finish, comply with ACI 318 and ACI 302. a. Euclid: AEA -92 or Air Mix 200. b. BASF: Micro -Air, MBVR-Standard, and MB AE 90. C. Sika: Sika AEA -14, Sika AEA -15, and Sika Air. d. W.R. Grace: Darex EH, Darex II AEA, Daravair AT60, Daravair 1400, and Daravair 1000. e. Or approved equal. Water -reducing admixtures: Conform to ASTM C494, Type A, containing not more chloride ions than allowed in paragraph C., above. a. Euclid: Eucon WR series or Eucon MR. b. BASF: Masterpave, Masterpave N, PolyHeed 997, Pozzolith 220N, and Glenium 7500. C. W.R. Grace: Daracem 55 and Daracem 65, WRDA 82 and WRDA with HYCOL. d. Sika: Sikament HP, Plastocrete 161, and Sikament 686. e. General Resource Technology: Polychem 400 NC and Polychem 1000. f. Or approved equal. 4. Water-reducing/accelerating admixtures: Conform to ASTM C494, Type C or E having long-term test results showing non -rusting on metal deck and reinforcing steel. a. Euclid: Accelguard series. b. BASF: Pozzutec 20+, Pozzolith NC 534, and Rheocrete CNI. C. Sika: Sika Rapid -1 and Plasocrete 161 FL. d. W.R. Grace: Lubricon NCA, Polarset, and DCI. e. Or approved equal. Water-reducing/retarding admixtures: Conform to ASTM C494, Type D containing not more than 1 percent chloride ions. a. Euclid: Eucon Retarder series. b. BASF: Delvo Stabilizer, Masterpave series, and Pozzolith 100XR, 200N, 220N and 322N. C. Sika: Plastimet. d. W.R. Grace: Daratard 17, WRDA-64, and WRDA-82. e. Or approved equal. 6. High-range/water-reducing (HRWR) admixtures: Conform to ASTM C494, Type F or G super plasticizers containing 1 percent maximum chloride ions may be used with low slump (3 inches maximum) concrete to produce flowable concrete (up to 8 inches slump) with early strength gain and 28 -day strengths equal to reference concrete. HRWR admixture may be used providing not more than 60 minutes is allowed from addition of admixture to final placement of concrete. HRWR admixture shall be used in concrete with a maximum water/ cement ratio of 0.50 or less and is suggested in the following: a. In pumped concrete. b. In concrete topping slabs C. In lieu of the specified water -reducing admixture (Type A) where confinement of placing due to heavy reinforcement or narrow space requires flowable concrete. d. Where more than 30 minutes is required between the addition of admixtures to final placement of the concrete, a combination of water -reducing, set controlling CITY OF NEWPORT BEACH 033000-5 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 03 3000 CAST -IN-PLACE CONCRETE admixtures (ASTM C494, Types A, D, & E) as in Master Builders Company "Synergized Performance System" may be used. 1) Euclid: Eucon 37 or Eucon 537. 2) BASF: Rheobuild 1000, Glenium 3000 NS, and Glenium 3400NV. 3) Sika: Sikament 300, Viscocrete 2100, and Sikament 686. 4) W.R. Grace: Daracem 100, ADVA Cast 530, Mira 92, and ADVA Cast 575. 5) Or approved equal. D. Fly ash: Conform to ASTM C618. The use of a quality fly ash will be permitted as a cement - reducing admixture (minimum 15 percent and maximum 25 percent). Fly ash used in concrete shall be from a single source and of a single class in combination with Portland cement of a single source and single class unless otherwise approved by the Engineer. The fly ash shall meet all of the requirements of ASTM C618, Class C or Class F, with the following special requirements: The loss on ignition in Table 1 shall not exceed 3 percent. Compliance to Table 1A shall apply. The amount retained on the 325 sieve in Table 2 shall not exceed 34 percent. Where a Type II low -alkali cement is specified, the total CsA shall be less than 8 percent of total cementitious material. The chemical analysis of the fly ash shall be reported in accordance with ASTM C311. Quality assurance testing and reports for a minimum of six months shall be submitted by the fly ash supplier. The option to use fly ash must be approved prior to use. E. Granulated Blast Furnace Slag is an alternative to fly ash and shall conform to ASTM C989 Grade 100 Or 120. Granulated blast furnace slag may be used as a substitute for a maximum of 30 percent of Portland cement. F. Certification: Certification of the above requirements is required from the admixture manufacturer prior to mix design review and approval by the Engineer. Upon request by the Engineer, a qualified representative is to be provided to assure proper use of admixtures. Use of admixtures, other than listed above will be permitted only when approved by the Engineer. G. Aggregates: 1. Normal -weight concrete - ASTM C33. For slabs, also conform to combined aggregate grading recommendations of ACI 302 and ACI 302.1 R, unless otherwise permitted by the Engineer. 2. All concrete exposed to the weather shall conform to the limits of deleterious substances and physical properties of Table 3, ASTM C 33. 3. Local aggregates: Local aggregates not complying with ASTM C33 but which have been shown by special test or actual service to produce concrete of adequate strength and durability may be used when acceptable to the Engineer. 4. The nominal size of an aggregate particle shall not exceed: a. 20 percent of the narrowest dimension between sides of forms. b. 33 percent of the depth of slabs. C. 75 percent of the dimension between reinforcing bars. d. 75 percent of the dimension between reinforcing bars and forms. 5. Maximum size of coarse aggregates and minimum cementitious contents: ACI 301 and ACI 302.1 R. 6. Concrete aggregate alkali -silica reactivity (ASR) shall be tested in accordance with ASTM C1260 with a 14 -day expansion (no supplementary cementing materials) or ASTM C1567 (with supplementary cementing materials) of less than 0.1 percent. Materials (cement, supplementary cementing materials, and aggregates) to be used in the concrete shall be tested. Coarse aggregates and fine aggregates shall be individually tested. If two grades of coarse aggregates are blended, they shall be individually tested. 7. Abrasive aggregates non -slip finishes: Fused aluminum oxide grits, or crushed emery, as abrasive for non -slip finish with emery aggregate containing not less than 40 percent aluminum oxide and not less than 25 percent ferric oxide. Use material that is factory - CITY OF NEWPORT BEACH 033000-6 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 03 3000 CAST -IN-PLACE CONCRETE graded, packaged, rustproof, non- glazing, and unaffected by freezing, moisture, and cleaning materials. H. Water: 1. Clean, potable, and free of injurious amounts of oil, acid, alkali, organic or other deleterious matter not detrimental to concrete; drinkable. 2. Water shall contain no more than 650 parts per million of chlorides as Cl or more than 1000 parts per million of sulfates as SO4. In no case shall the water contain an amount of impurities that will cause a change in the setting time of Portland cement of neither more than 25 percent nor a reduction in compressive strength of mortar at 14 days of more than 5 percent when compared to the results obtained with distilled water when tested in accordance with ASTM C109. 3. Water used for curing shall not contain impurities in amounts to cause discoloration of the concrete or mortar or to produce etching of the surface. 4. Recycled water shall conform to ASTM C94. 2.3 CURING/SEALING/HARDENERS A. Dissipating liquid membrane -forming compounds for curing concrete; Conform to ASTM C309, Type 1. Curing compound shall be compatible with floor sealer or finish used. Low VOC. 1. Euclid: VOX Kurex DR VOX series; waterborne products. 2. W. R. Meadows: 1100 -Clear series. 3. Edoco: Burke Aqua Resin Cure. 4. L&M Construction Chemicals: Cure R. 5. BASF: Kure 20OW 6. Or approved equal. B. Method of curing shall be approved by the finish flooring applicator where finishes are indicated. C. Exterior Sealers: applied to horizontal concrete surfaces permanently exposed to salts, deicer chemicals and moisture, including parking decks. The manufacturer shall provide a five-year labor and materials warranty on performance of the sealer. Sealer shall be compatible with the curing compound used. 1. Euclid: Eucoguard or Diamond Clear or Super Diamond Clear. 2. ChemREX: Hydrozo Clear 40. 3. Or approved equal. D. Liquid Dens ifier/Sea ler/Hardener: to be applied on exposed concrete floors cured with dissipating membrane forming curing compound to harden and densify concrete surfaces. Sealers are to be clear, chemically reactive, a waterborne solution of silicate or siliconate materials and proprietary components, odorless, and colorless. 1. ChemMasters: Chemisil Plus 2. Conspec Marketing and Manufacturing Co., Inc. Intraseal 3. Euclid Chemical Company: Euco Diamond Hard (Liquid Sealer and Hardener) 4. L&M Construction Chemicals: Seal Hard (Liquid Sealer and Hardener) 5. Curecrete Chemical Company: Ashford Formula (Liquid Sealer and Hardener) 6. W.R. Meadows, Inc.: Liqui-Hard 7. Sika: Sikafloor 3S 8. Sonneborn: Kure -N -Harden 9. Symons Corporation: Buff Hard 10. Or approved equal. CITY OF NEWPORT BEACH 033000-7 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 03 3000 CAST -IN-PLACE CONCRETE 2.4 JOINTS AND EMBEDDED ITEMS: A. Construction and Contraction Joints: Comply with ACI 301 and recommendations of ACI 302.1 R. Sealant shall be two-part semi- rigid epoxy, and shall have minimum Shore A Hardness of 80 when measured with ASTM D2240. B. Isolation Joints: Fillers shall consist of 1/8 -inch width strips of neoprene, synthetic rubber, or approved substitute, extending the full depth of the slab. Sealant shall be two-part elastomeric type, polyurethane base. 2.5 PROPORTIONING A. Prepare design mixes for each type and strength of concrete by either laboratory trial batch or field experience methods as specified in ACI 301. If laboratory trial batch method is used, use an independent testing facility acceptable to the Engineer for preparing and reporting proposed mix designs. The testing facility shall not be the same as used for field quality control testing and inspection unless otherwise acceptable to the Engineer. B. Submit written reports to the testing laboratory of each proposed mix for each class of concrete at least 15 days prior to start of work. Do not begin concrete production until mixes have been reviewed and approved. Include the following information for each concrete mix design: 1. Method used to determine the proposed mix design. 2. Gradation of fine and coarse aggregates, plus combined aggregate gradation for slabs, ACI 302.1 R. 3. Aggregate specific gravities and absorptions. 4. Proportions of all ingredients including reported on a saturated surface dried basis all admixtures added either at the time of batching or at the job site. 5. Water-cementitious ratio. 6. Slump, ASTM C143. 7. Certification of the chloride content of individual admixtures and of the mixes as proposed. 8. Air Content: ASTM C173 (Volumetric Method). 9. Unit weight of concrete, ASTM C138. 10. Strength at 3, 7, and 28 days, ASTM C39. 11. Method of recording batch proportions. 12. Substantiating test reports. C. Concrete types and strengths: Minimum 28 Day Compressive Strength shall be per design requirements but not less than: 1. Paving base, columns, beams, walls, foundations, and footings: 3,000 psi. 2. Slab -on -grade -.2,500 psi. 3. All concrete exposed to weather shall be air entrained (ASTM C260). 4. All concrete shall be normal weight except as noted above. When the concrete mix design is developed from laboratory trial batching, adjust proportions to produce a design mix at least 1200 psi greater than the specified strength. When the field experience method is used, the required average compressive strength shall be determined in accordance with ACI 318. Documentation that proposed concrete proportions will produce an average compressive strength equal to or greater than the required average compressive strength shall consist of a field strength test record representing materials and proportions to be used for this project. A field strength test record shall consist of at least 10 consecutive tests encompassing a period of time of not less than 45 days and made within the past 12 months. CITY OF NEWPORT BEACH 033000-8 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 03 3000 CAST -IN-PLACE CONCRETE Also, see general and specific notes on structural drawings. D. Weights: All concrete shall be normal -weight concrete unless otherwise designated on the structural drawings. E. Aggregate gradation: For slabs, also conform to combined aggregate grading recommendations of ACI 302.1 R, unless otherwise permitted. For all other concrete not otherwise noted the coarse aggregate gradation shall conform to ASTM C33 size no. 57 or larger. F. Durability: Conform to ACI 301. 1. All concrete exposed to potentially destructive weathering, such as freezing and thawing, or to de-icer chemicals is to be air -entrained, 6 percent +1 percent, a minimum six sacks cementitious per cubic yard of concrete, 0.45 maximum water-cementitious ratio, and, 4 - inch maximum slump. 2. Water -cement ratio: For concrete subject to freezing and thawing or deicer chemicals, the water -cement ratio shall not exceed 0.53 by weight including any water added to meet specified slump in accordance with the requirements of ASTM C94 unless otherwise noted. G. Slump: Conform to ACI 301. 1. 3'/2 inch maximum for consolidation by vibration 2. 5 inch maximum for consolidation by other methods 3. 8 inch maximum for flowable concrete. Concrete containing HRWR admixture (super plasticizer): 3 inch maximum before addition of HRWR 4. Where field conditions require slump to exceed that specified above, the increased slump shall be obtained by the use of a superplasticizer only, and the Contractor shall obtain written approval from the Engineer who may require an adjustment to the mix. H. Slab -On -Grade 1. Concrete shall conform to ACI 302.1R except that the minimum 28 -day compressive strength shall be 4000 psi. 2. The minimum cementitious content shall be in accordance with ACI 302.1 R Table 6.2. 3. The maximum water-cementitious ratio shall be 0.48. 4. The maximum water content shall not be greater than 250 lbs. per cubic yard of concrete. 5. The air content shall be less than 3 percent. Production of concrete: Conform to ACI 301: 1. Cast -in-place concrete used in the work shall be produced at a single off-site batching plant or may be produced at an on-site batch plant. 2. All concrete shall be proportioned conforming to the approved mix designs and of the materials contained in those approved mixes. A certified copy of the design weights for each mix shall be kept at the producing plant for each class of concrete used on the project. 3. Plant equipment and facilities are to conform to the "Check List for Certification of Ready - Mixed Concrete Production Facilities" of the National Ready -Mixed Concrete Association (NRMCA) and have NRMCA or approved certification within the past year. 4. Coarse aggregates shall be washed and, if necessary, shall be uniformly moistened just before batching. Each size of coarse aggregate shall be batched from separate bins as required to produce the combined grading requirements. 5. Prior to adding a high -range water reducer (super plasticizer), slump shall not exceed the working limit. The high -range water reducing admixture shall be accurately measured and pressure -injected into the mixer as a single dose. If added at the jobsite, the field dispensing system shall conform to the same requirements as a plant system and tested prior to each day's operation. After the addition of the high -range water reducer, the concrete shall be mixed at mixing speed for a minimum of 5 minutes. 6. Ready -mixed and on-site batched concrete shall be batched, mixed, and transported in accordance with ASTM C94. CITY OF NEWPORT BEACH 033000-9 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 03 3000 CAST -IN-PLACE CONCRETE a. Truck mixers and their operation shall ensure that the discharged concrete is uniformly within acceptable limits of consistency, mix, and grading. All mechanical details of the mixer, such as water -measuring and discharge apparatus, conditions of the blades, speed of rotation, general mechanical condition of the unit, and clearance of the drum shall be checked before the use of the unit will be permitted. b. Truck mixers shall be equipped with approved revolution counters by which the number of revolutions of the drum or blades may readily be verified. The water tank system of the truck shall be equipped with gauges that permit accurate determination of the tank contents. C. Each batch of concrete shall be mixed in a truck mixer for not less than 80 revolutions of the drum or blades and at the rate of rotation designated as mixing speed by the manufacturer of the equipment. Additional mixing, if any, shall be at the speed designated as the agitating speed by the manufacturer of the equipment. All materials, including mixing water but excluding any high -range water reducers added onsite, shall be in the mixer drum before actuating the revolution counter for determining the number of revolutions of mixing. d. The concrete producer shall furnish duplicate delivery tickets, one for the Contractor and one given to the Owner's Representative for each batch of concrete. The information provided on the delivery ticket shall include the quantity of materials batched including the amount of free water in the aggregate and any water added onsite. Show the date, time of day batched, and if ready -mixed the time of discharge from the truck. The quantity of water that can be added at the site without exceeding the maximum water-cementitious ratio specified shall be noted on the delivery ticket. Concrete produced by on-site volumetric batching and continuous mixing if approved shall conform to ASTM C685. For concrete produced on site with a central batch plant, mixing shall be done in an approved batch mixer. a. The Contractor shall maintain and operate the on-site batch plant and transportation equipment in a manner that will produce the results specified in this section. b. The Engineer reserves the right to reject the proposed on-site plant if, in his/her opinion, the on-site plant will interfere with other operations or impair the quality of the concrete. C. The quantities of cement, pozzolanic materials, and aggregates used in each batch shall be determined by automatic weighing. The quantity of water shall be determined by weighing or volumetric measurement. d. The weighing equipment for aggregates shall be readily adjustable both to compensate for variation in moisture content of the aggregates and for changing mix proportions. Moisture -sensing devices shall automatically compensate the aggregate weights for changes in moisture content. The charging of weigh hoppers directly from aggregate handling equipment such as front-end loaders will not be permitted. e. Mixers in centralized batching and mixing plants shall be arranged so that mixing actions can be observed from a location convenient to the mixing -plant operator's station. f. Equipment shall be provided that discharges pozzolanic material into the cement hopper only after the addition of the Portland cement. Pozzolanic materials shall be stored in such a manner as to permit ready access for the purpose of inspection and sampling and be suitably protected against contamination of moisture. Should any pozzolan show evidence of contamination or be otherwise unsuitable, the Engineer will reject it and require that it be removed from the site. g. Dispensers for admixtures shall have the capacity of the full quantity of the properly diluted solution required for each batch. They shall be maintained in a clean and freely operating condition. Admixtures shall be added to the premeasured water for the batch or shall be discharged into the batch by flowing automatically and uniformly into the stream of mixing water from the beginning to end of its flow into the mixer. CITY OF NEWPORT BEACH 033000-10 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 03 3000 CAST -IN-PLACE CONCRETE Equipment for measurement shall give visual confirmation of the accuracy of the measurement for each batch. h. The central batch mixer shall be rotated at a speed recommended by the manufacturer and mixing shall be continued for a minimum of 1-1/2 minutes after all materials are in the drum. i. Each stationary mixer shall be equipped with a mechanically operated timing and signaling device that will indicate and ensure the completion of the required mixing period and will count the batches. j. All concrete shall be mixed until there is a uniform distribution of the materials and shall be discharged completely before the mixer is recharged. 9. The Engineer may increase the mixing time when the charging and mixing operations fail to produce a delivered batch in which variations of consistency, mix, or grading are within the limits specified. 10. Variations in consistency during the discharge of a single batch shall not exceed 1 inch of slump, except that a greater variation will be permitted if the slump of the concrete decreases and no water is added. Variations in mix and in grading of different parts of the delivered batch shall be within limits stated in ASTM C94. 11. Water shall be introduced prior to, during, and following mixer -charging operations. 12. When a mixer produces unsatisfactory results, it shall be repaired promptly and effectively, or it shall be replaced. 13. Mixers shall not be loaded in excess of their rated capacity. 14. Over mixing, such as to require addition of water to preserve the required consistency or to reduce slump, will not be permitted. 15. All other concrete: Conform to ACI 301 16. Use of accelerating admixtures in cold weather and retarding admixtures in hot weather shall not relax placement requirements specified herein. 17. All concrete placed at ambient temperatures below 50 degrees F is to contain an approved accelerator. The concrete temperature when delivered at the site shall be at least 50 degrees F. 18. All concrete placed at ambient temperatures above 80 degrees F is to contain an approved retarder. 19. All concrete required to be air -entrained is to contain an approved air -entraining admixture. 20. When improved workability, pumpability, lower water -cement ratio, or high ultimate and/or early strength is required, the HRWR admixture (super plasticizer) may be used. 21. Ensure air content for slabs with steel trowel finish is less than 3.0 percent. 22. The concrete shall be of such consistency and composition that it can be worked readily into the corners and angles of the forms and around reinforcement without permitting materials to segregate or free water to collect on the surfaces. Within the limiting requirements, adjust the consistency of the concrete as may be necessary to produce mixtures which will be placeable with reasonable methods of placing and compacting. Maintain on thejob at all times adequate extra cement to be used at rate of 1/2 sack cement per cubic yard concrete for each 2" slump increase for corrections due to wetness desired or obtained. No water shall be added to concrete except with the approval of the City inspector. 23. No water shall be added to concrete except with the approval of the City inspector. The water-cementitious ratio stated on the approved mix designs shall not be exceeded unless approved by the Engineer. Re -tempered concrete shall be mixed for not less than 80 revolutions of the drum or blades and at the rate of rotation designated as mixing speed by the manufacturer of the equipment. 24. Adjustments to concrete mixes: Mix design adjustments may be requested by Contractor when characteristics of materials, job conditions, weather, test results, or other circumstances warrant at no additional cost to City. Laboratory test data for revised mix design and strength results must be submitted and accepted before using in work. CITY OF NEWPORT BEACH 03 3000 -11 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 03 3000 CAST -IN-PLACE CONCRETE 2.6 FORMWORK A. Section 03 1000: Concrete Forming and Accessories 2.7 REINFORCING MATERIALS A. Section 03 2000: Concrete Reinforcement PART 3 - EXECUTION 3.1 EXAMINATION A. Execution: Verification of existing conditions before starting work. B. Verification of Conditions: Verify that field measurements, surfaces, substrates and conditions are as required, and ready to receive Work. C. Report in writing to the Engineer prevailing conditions that will adversely affect satisfactory execution of the Work of this Section. Do not proceed with Work until unsatisfactory conditions have been corrected and approved by the Engineer. D. By beginning Work, Contractor accepts conditions and assumes responsibility for correcting unsuitable conditions encountered at no additional cost to the City. 3.2 INSTALLATION - GENERAL A. Install all cast -in-place concrete work in accordance with ACI 301 except as herein specified. B. All bearing materials shall be inspected by the Engineer prior to placing concrete. The Engineer shall be the sole judge as to the suitability of the bearing material. C. Compact stone base aggregate to thickness indicated on drawings. Proof roll stone screenings topping to provide smooth hard surface on which to place slab. Surface should not show footprints or truck tracks when driven over. D. Immediately before placing concrete, spaces to be occupied by concrete shall be free from standing water, ice, mud, and debris. E. Concrete shall not be deposited under water or where water in motion may injure the surface finish of the concrete. F. Immediately before placing concrete for exterior sidewalk, curb and gutter, pavements, and slab - on -grade, subbases and compacted subgrades shall be thoroughly moistened, but not muddied, by sprinkling with water. Surfaces shall be kept moist by frequent sprinkling, as required, up to the time of placing of concrete. G. Forms and the reinforcement shall be thoroughly cleaned of ice and other coatings. Remove surplus form releasing agent from the contact face of forms. H. Notify all trades concerned and the Owner's Representative sufficiently in advance of the scheduled time for concrete placement to permit installation of all required work by other trades. I. Before placing concrete, all required embedded items, including dovetail anchor slots, anchors, inserts, curb angles, metal frames, fixtures, sleeves, drains, stair nosing's, accessory devices for Mechanical and Electrical installations shall be properly located, accurately positioned and built into the construction, and maintained securely in place. J. Build into construction all items furnished by the Owner and other trades. Provide all offsets, pockets, slabs, chases and recesses as job conditions require. K. Place and properly support reinforcing steel and anchor bolts. CITY OF NEWPORT BEACH 03 3000 -12 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 03 3000 CAST -IN-PLACE CONCRETE L. The alignment, orientation, spacing, and embedment length of mechanical load transfer devices in slab -on -grade and pavements shall conform to dimensions and tolerances shown on the drawings. M. The Engineer and City Inspector shall be notified when the first concrete pour is scheduled. 3.3 A. B. 3.4 A. 3.5 INSTALLATION - FORMWORK Section 03 1000 - Concrete Forming and Accessories Construction and Contraction Joints: Conform to ACI 301 and recommendations of ACI 302.1 R. REINFORCEMENT Placement: Section 03 2000 - Concrete Reinforcement METHODS OF PLACEMENT AND PLACING CONCRETE A. Placement: Conform to ACI 301: 1. Maintain concrete cover around reinforcing as per Section 3.3 above and ACI 301. 2. The methods and equipment used for transporting concrete to the site work and the time that elapses during transportation shall not cause segregation of coarse aggregate or slump loss in excess of 1 inch when measured at the point of discharge. 3. Concrete shall be placed within 90 minutes after the water has been added to the cement and aggregates. Concrete shall be placed prior to initial concrete set. 4. Placing of concrete will not be permitted during rainfall or when rain appears imminent. If rain should fall subsequent to placement, the concrete shall be completely protected until curing is complete. 5. Cold -Weather Placement: Comply with provisions of ACI 306.1 "Standard Specifications for Cold -Weather Concreting" and as follows. a. When air temperature has fallen to or is expected to fall below 40 deg F (4 deg C), uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F (10 deg C) and not more than 80 deg F (27 deg C) at point of placement. b. When necessary, arrangements for heating, covering, insulating, or housing the concrete work shall be made in advance of placement and shall be adequate to maintain the required temperature during the first 24 hours. C. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise accepted in mix designs. d. Concrete shall not be placed on frozen ground or placed when the ambient temperature is 40 deg F or less and dropping. e. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. f. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures using vented heaters and insulating blankets. g. Vent heater exhaust gases that contain carbon dioxide outside of enclosed areas. h. Concrete temperatures shall be maintained above 50 degrees F for the first 7 days of curing. 6. Hot -Weather Placement: When hot weather conditions exist that would impair quality and strength of concrete, place concrete complying with ACI 305R "Standard Specification for Hot -Weather Concreting" and as specified. CITY OF NEWPORT BEACH 033000-13 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 03 3000 CAST -IN-PLACE CONCRETE a. Cool ingredients before mixing to maintain concrete temperature at time of placement to below 90 deg F (32 deg C). Mixing water may be chilled or chopped ice of a size that will melt completely during mixing may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. b. Reject any concrete that has a temperature at the point of placement above 90 deg F, unless approved otherwise by the Engineer. When air temperatures are between 80 and 90 deg F the maximum mixing and delivery time is reduced to 75 minutes. When air temperatures exceed 90 deg F, the maximum mixing and delivery time is reduced to 60 minutes. C. Cover reinforcing steel with water -soaked burlap if it becomes too hot, so that steel temperature will not exceed the ambient air temperature immediately before embedding in concrete. d. Fog spray forms, reinforcing steel, and subgrade just before placing concrete. Keep subgrade moisture uniform without puddles or dry areas. e. Use water -reducing retarding admixture when required by high temperatures, low humidity, or other adverse placing conditions, as acceptable to the Engineer. f. Spray evaporative retardants, wind breaks, misters, or shade concrete when the rate of surface evaporation when calculated in accordance with ACI 305.5 exceeds 0.2 Ib./sq. foot per hour. B. Depositing Concrete 1. Deposit concrete as near its final position as possible to avoid segregation due to re- handling orflowing. Hoppers, tremies, pump line, ducts, chutes, or other methods approved by the Engineer shall be used to deposit concrete in its final position within the specified time limits and without segregation of the mix. 2. The sequence of concrete placement and the number, type, position, and design of joints shall be approved by the Engineer prior to concrete placement. 3. Place floor slabs -on -grade by "strip cast" method. 4. Concrete shall be deposited as nearly as practical in its final position to avoid segregation due to re -handling or flowing. No concrete shall have a free fall of over three feet from truck, mixer, or buggies. 5. The concreting shall be carried on at such a rate that the concrete is plastic at all times and flows readily into the spaces between reinforcing bars. No concrete that has partially hardened or been contaminated by foreign materials shall be deposited in the work 6. When concreting is started, it shall be carried on as a continuous operation until the placing of the section is completed. 7. Except as intercepted by joints, concrete shall be placed in continuous layers. The depth of layers shall not exceed 20 inches. Succeeding layers shall be placed while the previous layer is still plastic. Concrete placement shall begin at the lowest point in each section of concrete to be placed. 8. Protect adjacent surfaces from concrete drippings, spillage, and splashes. Hardened or partially hardened splashes or accumulations of concrete on forms or reinforcement shall be removed before the work proceeds. Clean all damaged surfaces immediately. 9. All conveyances shall be thoroughly cleaned at frequent intervals during the placement of the concrete, and before the beginning a new run of concrete all hardened concrete and foreign materials shall be removed from the surfaces. 10. The Superintendent or Foreman in charge of concrete work shall mark on the drawings the time and date of the placing of each concrete pour. Locations where concrete test cylinders are made shall also be noted on the drawings. Such drawings shall be kept on file at the job until its completion and shall be subject to the inspection of the Engineer at all times. C. Conveyor Belts and Chutes 1. Chutes or conveyor belts shall not be used except as approved by the Engineer. 2. Concrete shall be conveyed from the mixer to the place of final deposit by methods that will prevent separation and loss of material. CITY OF NEWPORT BEACH 03 3000 -14 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 03 3000 CAST -IN-PLACE CONCRETE 3. Chutes longer than 50 feet and conveyor belts longer than 110 feet will not be permitted. 4. Equipment for conveying and chuting concrete shall be of such size and design as to insure a practically continuous flow of concrete at the delivery point without separation of material. 5. Provide runways or other means for wheeled equipment to convey concrete to point of deposit. Construct runways so that supports will not bear upon reinforcement or fresh concrete. 6. The minimum slope of chutes shall enable concrete of the specified consistency to readily flow. 7. Ends of chutes, hopper gates, and other points of concrete discharge throughout the conveying, hoisting, and placing system shall be designed and arranged so that concrete passing from them will not fall separated into whatever receptacle immediately receiving the concrete. Adequate headroom provision must be made at such points for a vertical drop and for proper baffling. 8. If a conveyor belt is used, it shall be wiped clean by a device operated so that none of the mortar adhering to the belt will be wasted. D. Pumping of Concrete 1. The type and operation of a concrete pump shall be subject to the approval of the Engineer. The equipment used in placing the concrete and the method of its operation shall introduce the concrete into the forms without high velocity. 2. During pumping, the Contractor shall have on-site a standby placing system, acceptable to the Engineer, to ensure that in the event of breakdown of the primary placing equipment, the concrete placement can continue without cold joints. 3. The minimum diameter of the hose or conduit shall be 4 inches unless otherwise approved by the Engineer. Aluminum conduits shall not be used for conveying the concrete. Pumping equipment, hoses, and conduits that are not functioning properly shall be replaced. E. Joints 1. Joints shall be vertical in walls and horizontal in slabs. 2. Dowel bars and tie bars shall be inspected 3. Control joints for controlling concrete shrinkage shall be provided in floor slabs, walls, decks, conduits, and channels as shown on the plans or approved by the Engineer. 4. Joint spacing and sawcut depth for slab -on -grade and concrete pavement shall conform to that shown on the pour sequencing plan and/or drawings. a. Sawed control (contraction) joints for pavements and slab -on -grade shall be installed as soon as practical so as not to ravel the concrete but less than 12 hours. b. The minimum sawcut joint depth shall be 1/4 of the slab thickness unless an early - entry SOFF-CUT saw is used in accordance with manufacturer recommendations (typically sawed between 1 to 4 hours after finishing to a 1 -inch minimum depth. C. Joint spacing shall in feet shall not exceed 2-1/2 times the slab thickness in inches unless otherwise approved by the Engineer. d. The long dimension of a slab shall not exceed 1.5 times the short dimension unless otherwise approved by the Engineer. 5. Joints in slabs shall align with joints in adjoining walls unless otherwise approved by the Engineer or shown in the drawings. Joints shall also line up with architectural reveals and form lines. All corners shall be relieved by cutting joint to adjacent control joint. 6. When not otherwise shown on the drawings or specified, concrete placement for walls shall be constructed in segments no longer than 30 feet unless otherwise approved by the Engineer. 7. If there is a delay in casting but prior to concrete initial set, the concrete placed after the delay shall be thoroughly spaded and consolidated at the edge of that previously placed to avoid cold joints. Concrete shall then be brought to correct level and struck off with a straight edge. Bullfoats shall be used to smooth slab surfaces, leaving it free of humps or hollows. 8. Where placing concrete is interrupted long enough for the concrete to take its initial set, the working face shall be made a construction joint. CITY OF NEWPORT BEACH 03 3000 -15 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 03 3000 CAST -IN-PLACE CONCRETE a. Preparation and disposition of unplanned cold joints in walls shall be approved by the Engineer. b. For slab -on -grade, pavements, sidewalk, and curb and gutter, concrete shall be removed back to the nearest planned joint and a construction joint installed. 9. Unless otherwise noted on the drawings, where concrete is to be placed against existing concrete, except in the case of expansion joints, the joint face of the existing concrete shall be roughened. a. Before new concrete is placed against hardened concrete, the bonding surface of the existing concrete shall be roughened to an amplitude of 0.25 inch using bush hammers, abrasive blasting, or high-pressure water blasting. b. Fresh concrete may be green -cut with water blasting and hand tools to remove concrete laitance and spillage and to expose sound aggregate. C. The prepared surfaces of hardened concrete shall be kept thoroughly wet during the 24-hour period immediately prior to the placement of the new concrete. Wetting shall be accomplished by continuous sprinkling or by covering exposed surfaces with wet burlap. d. Where shown on the drawings or permitted by the Engineer, bond -preventing compound shall be applied by brush in accordance with the manufacturer's printed instructions. 10. Corner sections of walls shall not be placed until the adjoining wall sections have cured at least 14 days. Consolidation 1. All concrete shall be thoroughly consolidated by internal mechanical vibrators during the placing operation and shall be thoroughly worked around the reinforcement and embedded fixtures and into corners of the forms. 2. Concrete for slabs 8 inches thick or less may be consolidated with vibrating screeds. Slabs between 8 to 12 inches thick shall be compacted with internal vibrators and (optionally) with vibrating screeds. 3. Concrete shall be consolidated by vibration to the maximum practicable density. The concrete shall be free from pockets of coarse aggregate and entrapped air. 4. Vibrators shall have a minimum diameter of 3 inches with a frequency of at least 7000 vibrations per minute and with an amplitude adequate to consolidate the concrete in the section being placed. 5. Forms shall contain sufficient windows or shall be limited in height to allow visual observation of the concrete during placement. Sufficient illumination shall be provided in the interior of forms so that at the places of concrete deposition the concrete shall be visible from the deck or runway. 6. Vibrators shall not be secured to forms or reinforcement. 7. Keep a minimum of two standby vibrators in operable condition on thejob during concreting operations. 8. Consolidation shall be carried on continuously with the placing of concrete. 9. The number of vibrators employed shall be sufficient to consolidate the concrete within 15 minutes after it is deposited in the forms. 10. When consolidating each layer of concrete, the vibrator shall be operated at regular and frequent intervals 18 to 30 inches apart. 11. The vibrator shall be kept in nearly a vertical position as possible. The use of vibrators to shift or drag concrete after deposition will not be permitted. Vibrators shall not be laid horizontally or laid over. 12. The vibrator head shall penetrate 6 to 8 inches into the preceding layer and then be withdrawn at a slow rate. The top part of each layer shall be re -vibrated systematically at the latest time the concrete can be made plastic by means of vibration. 13. Concrete shall not be placed until the previous layer has been vibrated. CITY OF NEWPORT BEACH 03 3000 -16 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 03 3000 CAST -IN-PLACE CONCRETE 14. Unless directed otherwise by the Engineer, the top 2 feet of walls shall be re -vibrated approximately 1 hour after placement of concrete and while a running vibrator will still sink under its own weight into the concrete and liquefy it momentarily. G. Protection of cast concrete: Conform to ACI 301. H. Repair of surface defects: ACI 301. 1. Inspect concrete surfaces and surfaces to be painted immediately upon removal of forms Irregularities shall be immediately rubbed or ground to secure a smooth, uniform, and continuous surface. 2. Clean surfaces of tie holes. Tie holes shall be filled solid with patching mortar. 3. Surfaces to be smoothed shall not be plastered or coated. 4. Patch imperfections as needed or as directed by the Engineer. Repairs in accordance with Section 3.8 shall not be made until the surface has been inspected and repair methods have been approved by the Engineer. 3.6 FINISHING A. Finishing of formed surfaces: ACI 301: 1. Tops of forms: a. Strike concrete smooth at tops of forms. b. Float to texture comparable to formed surfaces. 2. Formed surfaces: a. Finished formed surfaces shall conform accurately to the shape, alignment, grades, and sections shown on the drawings or prescribed by the Engineer. b. Surfaces shall be free from fins, bulges, ridges, honeycombing, or roughness of any kind and shall present a finished, smooth, continuous hard surface. C. Permanently exposed surfaces: ACI 301 - "Smooth Form Finish" with the fins ground smooth and air holes shall be filled with a non -shrink mortar. The color of the patch material shall match the color of the surrounding concrete. Surfaces in unfinished areas unexposed to public view: ACI 301- "Rough Form Finish". B. Slabs: Minimum slab surface tolerance must satisfy ACI 301 and ACI 302.1 R as measured in accordance with ASTM E1155. 1. Slabs -on -grade: a. For exposed slabs, install semi-rigid epoxy sealant in construction and contraction joints after slab has a minimum of 60 days or otherwise approved by the Engineer. b. Separate slabs -on -grade from vertical surfaces with 1/2 -inch -thick joint filler. Extend joint filler from bottom of slab to within 1/8 inch of finished slab surface. C. Allowable tolerance for slab on grade surfaces, measured in accordance with ACI 117 and ASTM E1155, shall meet or exceed an overall value of FF35/F125, with minimum local value of FF24/FL17. 2. Concrete Finishes: a. The following will not be permitted on slab or floor finishes: 1) Dusting dry cement or sand on the surface to absorb excess moisture. 2) Use of a mortar finishing coat. 3) Excessive troweling or manipulation that brings water or a large number of fines to the surface. 4) Use of a Fresno. 5) Addition of water to the surface during the finishing operation. 6) Use of the floor during construction in a manner that leads to marring or staining the finish. b. Surface preparation 1) The concrete shall be brought up evenly to slightly above finished grade and shall be thoroughly compacted and consolidated. The top shall be struck off CITY OF NEWPORT BEACH 03 3000 -17 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 03 3000 CAST -IN-PLACE CONCRETE to accurately established grade strips or grade blocks. Complete screeding before any excess moisture or bleed water is present on the surface. 2) After bull floating, defer additional finishing operations until the concrete has stiffened sufficiently to sustain foot traffic pressure with an indentation of not more than %4 inch. C. Exposed concrete slabs shall be sealed or sealed and hardened using a liquid compound compatible with the curing method used as described in: 3.7 Curing, Protection, Liquid Hardeners and Sealers of this Section. d. Exterior Concrete Finishes: Unless otherwise noted on the drawings, floors and walkways shall be sloped a minimum 0.125 inch per foot to drain water. A light steel trowel with medium broom finish unless otherwise noted on the plans. Apply exterior sealer to surfaces exposed to deicer chemicals that is compatible with the curing method used. e. Exposed Ramps, Landings and Stair Treads: A light steel trowel with medium broom finish unless otherwise noted on the plans. Surfaces shall be sealed or sealed and hardened using a liquid compound compatible with the curing method used. f. A heavy broom finish shall be provided on disabled person ramps. 3.7 CURING, PROTECTION, LIQUID HARDENERS AND SEALERS A. Temperature, Wind, and Humidity 1. When concrete slabs and other unformed concrete is placed in warm, dry, dusty, or windy conditions, concrete surfaces shall be protected from rapid drying by use of windbreaks, shading, fogging with properly designed nozzles, or a combination of these measures. Hot weather concreting procedures provided in ACI 305R shall be used when ambient conditions dictate. 2. Cold weather concreting procedures provided in ACI 306R shall be used when ambient conditions dictate. 3. Changes in air temperature immediately adjacent to the concrete during and immediately following the 7 -day initial curing period shall be kept as uniform as possible and shall not exceed 5 deg. F in any 1 hour or 50 deg. F. in any 24-hour time period. B. Curing Compound 1. All curing methods shall be placed immediately after final finishing (i.e., within two hours). Contractor's attention is directed to the fact that experience shows the most important time of curing is from three to four hours after placing and extending five to six hours thereafter. It is extremely important, therefore, to prevent loss of moisture, particularly during this period when concrete is especially vulnerable to plastic shrinkage cracks. All exposed surfaces of concrete including floor slabs, whether or not they receive a finish flooring, shall be protected from premature drying for a minimum of seven days. 2. Apply the specified curing compound in strict accordance with manufacturer's written instructions. Curing compound shall not be diluted by the addition of solvents or thinners, nor shall it be altered in any other manner. Curing compound that has become chilled and is too viscous for satisfactory application shall be heated by steam or hot water bath until it has proper fluidity. The temperature of the compound shall not exceed 100 °F. Curing compound shall not be heated by direct exposure of the container to fire. 3. When used on an unformed concrete surface, application of the first coat of curing compound shall commence immediately after finishing operations have been completed. When curing compound is used on a formed concrete surface, the surface shall first be moistened with a fine spray of water immediately after the forms have been removed. The spray shall be continued until the surface does not readily absorb further water. As soon as the surface film of water has disappeared and the surface is almost dry, the first coat of curing compound shall be applied. In the event that application is delayed on either formed CITY OF NEWPORT BEACH 03 3000 -18 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 03 3000 CAST -IN-PLACE CONCRETE or unformed surfaces, the surface shall be kept continuously moist until the compound has been applied or the specified period of water curing has elapsed. 4. Surfaces shall be sprayed uniformly with 2 coats of curing compound. Each coat shall provide a minimum coverage of 1 gallon per 250 square feet of surface. As soon as the first coat has become dry, a second coat shall be applied in the same manner. The direction of application of the second coat shall be perpendicular to the first coat. The curing compound shall be sprayed using approved pneumatic or pump driven equipment having the following characteristics: a. Separate lines to the nozzle for material and for compressed air b. A filtering system for the removal or entrapment of contaminants C. A constant application pressure 5. Curing compound shall not be used on any concrete surface specified to receive additional concrete, coatings, grout, and chemical treatment C. Protection 1. Freshly placed concrete shall be protected against wash by rain. 2. Dust control shall be provided in the surrounding areas during placement. If, in the opinion of the Engineer, these conditions are not satisfactory met, concrete shall not be placed. 3. During the first 2 -day period of curing, no traffic on or loading of the floors will be permitted. 4. The contractor shall allow no traffic and take precautions to avoid damage to the membrane of the curing compound for a period of not less than 28 days. Damage shall be repaired immediately to the satisfaction of the Engineer. 5. Special care shall be taken to prevent avoid damaging the surfaces and joints due to load stresses from construction equipment, heavy shock, and excessive vibration. During construction activities, concrete shall be protected against damage with plywood or other approved materials until final acceptance by the Engineer. 6. Precautions shall be taken to prevent overloading floors, pavements, slabs, beams, and other members. The Contractor shall comply with the Engineer's instructions regarding the loads that will be permitted on these members during construction. 7. Self-supporting structures shall not be loaded in such a way to overstress the concrete. 3.8 PATCHING AND REPAIR A. Concrete will be considered by the Engineer as not conforming to the intent of the drawings and specifications for the following reasons: 1. Concrete this is not formed as shown on the drawings. 2. Concrete this is not in true alignment or level. 3. Concrete which exhibits a defective surface. 4. Concrete with defects that reduce the structural integrity of a member or members. 5. Concrete jointed slabs with uncontrolled random cracking. B. Non -conforming concrete to required thickness, lines, details, and elevations will be rejected by the Engineer and shall be modified or replaced with concrete that conforms to the contract requirements without a claim by the Contractor for additional cost or extension of contract time. C. Do not patch, fill, touch-up, repair, or replace exposed concrete except upon express direction of City Engineer for each individual area. Should the City Engineer grant permission for the Contractor to attempt restoration of a defective area by patching or other repair methods, such permission shall not be considered a waiver of the Engineer's right to require complete removal of the defective area if, in the Engineer's opinion, the restoration does not provide the structural or aesthetic integrity of the member or members. D. All repairs of defective areas shall conform to ACI 301. On areas requiring treatment of defects and until such repairs have been completed, only water cure will be permitted CITY OF NEWPORT BEACH 03 3000 -19 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 03 3000 CAST -IN-PLACE CONCRETE E. At any time prior to final acceptance, concrete found to be defective, damaged, or not in accordance with the specifications shall be repaired or removed and replaced with acceptable concrete. F. If approved by the Engineer, repair or replace concrete with excessive honeycombing due to improper placement. 1. Honeycombed areas shall be removed down to solid concrete a minimum of 1 inch over the entire area. Feathered edges will not be permitted. If chipping is necessary, the edges shall be perpendicular to the surface or slightly undercut. 2. Laitance and soft material shall be removed prior to patching with a pea gravel concrete mix and bonding agent approved by the Engineer. 3. The area to be patched and an area at least 6 inches wide surrounding it shall be dampened to prevent absorption of water from the patching materials. 4. If a cement slurry bonding grout is approved, the heavy -cream consistency grout shall then be rigorously brushed into the surface. The concrete patch material shall be installed prior to the bonding grout skimming over or drying. 5. If approved, a bonding admixture, bonding compound, or epoxy adhesive may be used in strict accordance with the manufacturer's preparation and application recommendations. Comply with ACI 301 and ACI 503.2 for standard specifications for bonding plastic concrete to hardened concrete with a multiple component epoxy adhesive. 6. The repair concrete shall be thoroughly consolidated in place and struck off so as to leave the patch slightly higher than the surrounding surface. The concrete shall be left undisturbed for at least 1 hour to permit initial shrinkage then finished. 7. The patched area shall be kept damp for 7 days. 8. The color of the patch material shall match the color of the surrounding concrete. Repairs shall be made promptly while the base concrete is less than 28 days old 9. Metal tools shall not be used in finishing a patch in a formed wall that will be exposed. G. Areas requiring patching shall not exceed 2 sq. ft. per 1000 sq. ft. of surface area and shall be widely dispersed. Areas showing excessive defects as determined by the Engineer shall be removed and replaced. H. High spots identified in the floor flatness and levelness survey may be removed with bump grinding. Areas to be ground shall not exceed more than 10 percent of any one slab nor more than 5 percent of the total slab -on -grade area. There are no limitations for exterior concrete pavement areas requiring grinding. I. If approved by the Engineer, concrete slab random cracking may be routed and sealed. The number of interior/exterior slabs to be routed and sealed shall not exceed more than 20 feet of any one slab nor more than 5 percent of the total number of slab-on-grade/pavement slabs. Slabs with more than one structural crack or with multiple cracks within a slab shall be removed and replaced. If random cracks are attributed to non -working sawcut control joints, uncracked joints parallel to the cracking shall be filled with a structural epoxy. J. Interior slab -on -grade subjected to lift truck traffic shall be routed and sealed with a semi-rigid epoxy sealant. Exterior slabs may be routed and sealed with the flexible joint sealant to be installed in pavement joints. K. Completed concrete work which fails to meet one or more requirements and which cannot be brought into compliance may be accepted or rejected by the City Engineer. In this event, modifications may be required to assure that remaining work complies with the requirements. L. The costs of any additional tests or analysis, including additional architectural and engineering services, performed to prove the adequacy of the concrete work, shall be borne by the Contractor without extension of contract time. 3.9 A. FIELD QUALITY CONTROL Quality Requirements: Field testing and inspection. B. Requirements: CITY OF NEWPORT BEACH GRANT HOWALD PARK RESTROOM REPAIR 033000-20 Drawing No. B -5287-S SECTION 03 3000 CAST -IN-PLACE CONCRETE Provide and maintain an adequate program of quality control for the materials, production methods, and workmanship to assure conformance of all work to the project contract documents. ACI 121R outlines the essential elements of the Material Control portion of the QA program. All materials, equipment, and methods shall be subject to verification inspections and/or testing as specified herein; ACI 121R. END OF SECTION CITY OF NEWPORT BEACH 033000-21 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 05 5000 METAL FABRICATIONS PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1. Decorative Metal Fencing & Gates 2. Sheet Metal B. Related Documents: The Contract Documents, as defined in Division 1 - Summary of Work, apply to the Work of this Section. Additional requirements and information necessary to complete the Work of this Section may be found in other Documents. 1.2 REFERENCES A. American Society for Testing and Materials (ASTM): 1. ASTM A123, "Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products." 2. ASTM A153, "Zinc Coating (Hot -Dip) on Iron and Steel Hardware." 3. ASTM A307, "Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength." 4. ASTM A568, "Specification for General Requirements for Steel Sheet, Carbon, and High - Strength, Low Alloy Hot -Rolled and Cold Rolled." 5. ASTM A627, "Specification for Homogeneous Tool -Resisting Steel Bars for Security Applications. 6. ASTM A780, "Practice for Repair of Damaged and Uncoated Areas of Hot -Dipped Galvanized Coatings." B. American Welding Society (AWS). - 1 . AWS):1. AWS D1.1 - Structural Welding Code. C. Steel Structures Painting Council Specification (SSPC): 1. Steel Structures Painting Manual. 1.3 SUBMITTALS A. Division 1 - Submittal Procedures: Procedures for submittals. 1. Product Data: a. Submit complete descriptive data for all stock items. 2. Shop Drawings: a. Prepare Shop Drawings under seal of professional structural engineer registered in state where Project is located for products requiring structural engineering. b. Include profiles, sizes, connection attachments, reinforcing, anchorage, size and type of fasteners and accessories, erection drawings, elevations, welded connections using standard AWS welding symbol with net weld lengths. C. Take field measurements prior to preparation of shop drawings and fabrication when possible. Allow for trimming and fitting whenever taking of field measurements before fabrication might delay construction. 1.4 DELIVERY, STORAGE, AND HANDLING A. Section 01 60 00 - Product Requirements: Transport, handle, store, and protect Products. CITY OF NEWPORT BEACH 055000-1 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 05 5000 METAL FABRICATIONS PART 2 - PRODUCTS 2.1 MATERIALS A. Steel plates, angles, and other structural shapes shall conform to ASTM A36. B. Steel pipe shall conform to ASTM A53, Grade B, Schedule 40. C. Galvanized steel pipe and tube shall conform to ASTM A53. D. Steel Tubing shall conform to ASTM A500. E. Sheet Steel Galvanized: ASTM A446. F. Sheet and Strip Steel Hot Rolled: ASTM A568. G. Welding Materials: AWS D1.1; type required for materials being welded. H. Stainless Steel Sheet: ASTM A 240/A 240M, type 304 with #4 finish. I. Anchors 1. Threaded Type Concrete Inserts: Galvanized malleable iron or cast steel capable of receiving 3/4 -inch diameter machine bolts. 2. Slotted Type Concrete Inserts: Welded box type fabricated with minimum 1/8 -inch -thick galvanized pressed steel plate with slot to receive 3/4 -inch diameter square head bolt and knockout cover. 3. Expansion Shield for Masonry Anchorage: FS FF -2-325. 4. Toggle Bolts: FS FF -B-588. J. Fasteners 1. Bolts, Nuts and Washers for Exterior Locations: ASTM A307, galvanized in accordance with ASTM A153. 2. Bolts, Nuts and Washers for Interior Locations: ASTM A307, Grade A, regular hexagon head. 3. Bolts, Round Head: ANSI B-18.5 4. Wood Screws, Flat Head Carbon Steel: ANSI B-18.6.1. 5. Plain Washers, Helical Spring Type Carbon Steel: FS FF -W-84. K. Primers: 1. Primer for Painting: One of following: a. Tnemec, Kansas City, MO, (816) 474-3400: No. 99 red primer. b. Chessman -Elliot Company: Ceco No. 15 Primox. C. Rowe Products, Inc.: No. 7-C-19. d. Section 01 60 00 — Product Requirements. Substitutions: Permitted. 2. Touch -Up Primer for Galvanized Surfaces: FS TT -P-641. 2.2 FABRICATION A. Fabricate steel items according to approved shop drawings and to applicable portions of AISC Specifications. Conceal welds where possible; grind exposed welds smooth and flush with adjacent finished surface. Ease exposed edges to small uniform radius. B. Pre -assemble products in shop to greatest extent possible. Disassemble units to extent necessary for shipping and handling. Clearly mark units for re -assemble and installation. CITY OF NEWPORT BEACH 055000-2 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 05 5000 METAL FABRICATIONS C. For exposed to view fabrications, use materials which are smooth and free of surface blemishes including pitting, seams marks, roller marks, roller trade names and roughness. Remove blemishes by grinding or by welding and grinding, prior to cleaning, treating and application of surface finishes including zinc coating. D. Fabricate items with joints tightly fitted and secured. E. Fit and shop assemble in largest practical sections for delivery to Project site. F. Exposed Mechanical Fastenings: Flush countersunk screws or bolts; unobtrusively located; consistent with design of structure, except where specifically noted otherwise. G. Make exposed joints butt tight, flush and hairline. H. Fabricate anchorage and related components of same material and finish as metal fabrication, unless indicated otherwise. 2.3 ROUGH HARDWARE A. Furnish bent or otherwise custom fabricated bolts, plates, anchors, hangers, dowels, and other miscellaneous steel and iron shapes as required for framing and supporting woodwork, and for anchoring or securing woodwork to concrete or other structures. Straight bolts and other stock rough hardware items are specified in Division 6 sections. B. Fabricate items to sizes, shapes, and dimensions required. Furnish malleable -iron washers for heads and nuts which bear on wood structural connections; elsewhere, furnish steel washers. 2.4 MISCELLANEOUS STEEL TRIM A. Provide shapes and sizes indicated for profiles shown. Unless otherwise indicated, fabricate units from structural steel shapes, plates, and steel bars, with continuously welded joints and smooth exposed edges. Use concealed field splices wherever possible. Provide cutouts, fittings, and anchorages as required for coordination of assembly and installation with other work. B. Galvanize miscellaneous framing and supports in the following locations: 1. Exterior locations. 2.5 FINISHES, GENERAL A. Comply with NAAMM "Metal Finishes Manual" for recommendations relative to application and designations of finishes. B. Finish metal fabrications after assembly. 2.6 STEEL AND IRON FINISHES A. Galvanizing: For those items indicated for galvanizing, apply zinc -coating by the hot -dip process compliance with the following requirements: 1. ASTM A153 for galvanizing iron and steel hardware. CITY OF NEWPORT BEACH 055000-3 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 05 5000 METAL FABRICATIONS 2. ASTM A123 for galvanizing both fabricated and unfabricated iron and steel products made of uncoated rolled, pressed, and forged shapes, plates, bars, and strip 0.0299 inch thick and heavier. B. Preparation for Shop Priming: Prepare uncoated ferrous metal surfaces to comply with minimum requirements indicated below for SSPC surface preparation specifications and environmental exposure conditions of installed metal fabrications: 1. Interiors (SSPC Zone 1A): SSPC-SP3 "Power Tool Cleaning". C. Apply shop primer to uncoated surfaces of metal fabrications, except those with galvanized finish or to be embedded in concrete, sprayed -on fireproofing, or masonry, unless otherwise indicated. Comply with requirements of SSPC-PA1 "Paint Application Specification No. 1" for shop painting. 2.7 SHOP PAINTING AND PROTECTIVE COATING A. Conform to Steel Structures Painting Council Specification 15-68T, Type 1, including preparation for painting. B. Hot -Dip galvanizing and zinc coatings applied on products fabricated from rolled, pressed, and forged steel shapes, plates, bars and strips shall comply with ASTM Specification A123. Galvanized surfaces for which a shop coat of paint is specified shall be chemically treated to provide a bond for the paint. Except for bolts and nuts, all galvanizing shall be done after fabrication. C. Clean surfaces of rust, scale, grease and foreign matter in accordance with SSPC SP -1 solvent cleaning, prior to finishing. Prepare surfaces for painting in accordance with SSPC-SP2 Hand Tool Cleaning, SSPC-SP3 Power Tool Cleaning or SSPC SP -7 Brush Off Blast Cleaning. D. Do not prime surfaces in direct contact bond with concrete or where field welding is required. E. Prime paint items scheduled with one coat. F. Protect aluminum surfaces in contact with steel with zinc chromate primer. PART 3 - EXECUTION 3.1 EXAMINATION A. Section 01 70 00 - Execution and Closeout Requirements: Verification of existing conditions before starting work. B. Verification of Conditions: Verify that field measurements, surfaces, substrates and conditions are as required, and ready to receive Work. C. Report in writing to Project Manager prevailing conditions that will adversely affect satisfactory execution of the Work of this Section. Do not proceed with Work until unsatisfactory conditions have been corrected. D. By beginning Work, Contractor accepts conditions and assumes responsibility for correcting unsuitable conditions encountered at no additional cost to the City/Owner. CITY OF NEWPORT BEACH 055000-4 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 05 5000 METAL FABRICATIONS 3.2 PREPARATION A. Coordinate and furnish anchorages, setting drawings, diagrams, templates, instructions, and directions for installation of 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. 3.3 INSTALLATION A. Fastening to In -Place Construction: Provide anchorage devices and fasteners where necessary for securing miscellaneous metal fabrications to in-place construction; include threaded fasteners for concrete and masonry inserts, toggle bolts, through -bolts, lag bolts, wood screws, and other connectors as required. B. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installation of miscellaneous metal fabrications. Set metal fabrication accurately in location, alignment, and elevation; with edges and surfaces level, plumb, true, and free of rack; and measured from established lines and levels. C. Provide temporary bracing or anchors in formwork for items that are to be built into concrete masonry or similar construction. D. Fit exposed connections accurately together to form hairline joints. Weld connections that are not to be left as exposed joints but cannot be shop welded because of shipping size limitations. Do not weld, cut or abrade the surfaces of exterior units which have been hot dip galvanized after fabrication, and are intended for bolted or screwed field connections. E. Field Welding: Comply with AWS Code for procedures of manual shielded metal -arc welding, appearance and quality of welds made, methods used in correcting welding work, and the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended so that no roughness shows after finishing and contour of welded surface matches those adjacent. 3.4 ADJUSTING AND CLEANING A. Touch -Up Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas of shop paint, and paint exposed areas with same material as used for shop painting to comply with SSPC-PA 1 requirements for touch-up of field painted surfaces. 1. Apply by brush or spray to provide a minimum dry film thickness of 2.0 mils. B. For galvanized surfaces clean welds, bolted connections and abraded areas and apply galvanizing repair paint to comply with ASTM A780. END OF SECTION CITY OF NEWPORT BEACH 055000-5 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 06 1000 ROUGH CARPENTRY PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Wood Framing. 2. Concealed blocking behind wall mounted items. 3. Sheathing material. 4. Wood treatment. B. Related Documents: The Contract Documents, as defined in Section 01 1000 - Summary of Work, apply to the Work of this Section. Additional requirements and information necessary to complete the Work of this Section may be found in other documents. 1.2 REFERENCES A. American Lumber Standards Committee (ALSC): 1. Softwood Lumber Standards. B. American Plywood Association (APA): 1. Grades and Standards. C. American Society for Testing and Materials (ASTM): 1. ASTM A307 - Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. 2. ASTM E84 - Test Method for Surface Burning Characteristics of Building Materials. D. American Wood Preservers Association (AWPA): 1. AWPA - C1 - All Timber Products - Preservative Treatment by Pressure Process. 2. AWPA - C15 - Wood for Commercial -Residential Construction Preservative Treatment by Pressure Processes. 3. AWPA - C20 - Structural Lumber - Fire -Retardant Treatment by Pressure Processes. 4. AWPA - C27 - Plywood - Fire -Retardant Treatment by Pressure Processes. 5. AWPA - P5 - Waterborne Preservatives. E. Underwriters' Laboratories, Inc. (UL): 1. UL FR S - Fire Rated Treated Wood with Flame Spread and Smoke Developed Ratings of 25 or less in accordance with ASTM E84. 2. UL 723 - Test for Surface Burning Characteristics of Building Materials. 1.3 SUBMITTALS A. Section 01 3300 - Submittal Procedures: Procedures for submittals. 1. Assurance/Control Submittals: a. Certificates: 1) Pressure Treated Wood: Certification from treating plant stating chemicals and process used and net amount of preservative retained are in conformance with specified standards. 2) Preservative Treated Wood: Certification for water -borne preservative that moisture content was reduced to 19 percent maximum, after treatment. 3) Fire -Retardant Treated Wood: Certification from treating plant stating that fire -retardant treatment materials comply with governing code, ordinances CITY OF NEWPORT BEACH 061000-1 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 06 1000 ROUGH CARPENTRY and requirements of local authority having jurisdiction, and treatment will not bleed through finished surfaces. 1.4 QUALITY ASSURANCE A. Perform Work in accordance with the following agencies: 1. Lumber Grading Agency: Certified by ALSC. 2. Plywood Grading Agency: Certified by APA. B. Regulatory Requirements: Conform to applicable codes for fire -retardant treatment of wood surfaces for flame/smoke ratings. 1.5 DELIVERY, STORAGE AND HANDLING A. Section 01 6000 - Product Requirements: Transport, handle, store, and protect products. 1. Inspect wood materials for conformance to specified grades, species, and treatment at time of delivery to Project Site. 2. Reject and return unsatisfactory wood materials. B. Provide facilities for handling and storage of materials to prevent damage to edges, ends and surfaces. C. Keep materials dry. Stack materials off ground minimum 12 inches or, if on concrete slab -on - grade, minimum 1-1/2 inches, fully protected from weather. Provide for air circulation within and around stacks and under temporary coverings. D. For materials pressure treated with waterborne chemicals, place spacers between each bundle to provide air circulation. 1.6 ENVIRONMENTAL REQUIREMENTS A. Environmental Impact: 1. Formaldehyde: Products containing urea -formaldehyde will not be permitted. 2. Wood pressure treatment products: Products containing chromium will not be permitted. Products containing arsenic will not be permitted. 3. Use exterior plywood only. Interior plywood is not permitted. PART 2 - PRODUCTS 2.1 LUMBER MATERIALS A. Lumber, finished 4 sides, 15 percent maximum moisture content. Each piece of lumber to be factory marked with type, grade, mill and grading agency. 1. Light framing: Construction grade Douglas fir or southern pine, appearance grade where exposed. 2. Structural framing and timbers: No. 2 grade Douglas Fir, Southern Pine, or Spruce, appearance grade where exposed. 3. Boards: Construction grade. CITY OF NEWPORT BEACH 061000-2 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 06 1000 ROUGH CARPENTRY 2.2 NAILERS, BLOCKING, FURRING AND SLEEPERS A. Wood for nailers, blocking, furring and sleepers: Construction grade, finished 4 sides, 15 percent maximum moisture content. Pressure preservative treat items in contact with roofing, flashing, waterproofing, masonry, concrete or the ground. 2.3 BUILDING PAPER A. Asphalt saturated felt, non -perforated. 2.4 FASTENERS A. Fasteners: Provide manufacturers recommended power tools for each type of fastener. 1. Bolts, Nuts, Washers, Lag Screws, and Wood Screws: ASTM A307, Medium carbon steel; size and type to suit application; galvanized for treated wood; plain finish for other interior locations, of size and type to suit application, unless otherwise noted. 2. Expansion Shield Fasteners: For anchorage of non-structural items to solid masonry and concrete. 3. Powder or Pneumatically Activated Fasteners: For anchorage of non-structural items to steel. 4. Fasteners for Wood and Plywood (over 1/2 inch) to Light Gage Metal Framing and Metal Deck (up to 1/8 inch thick): a. Hilti PWH #3 with wings. b. ITW TEKS/4 with wings. C. Or approved equal. 5. Fasteners for Wood and Plywood (up to 2 inches thick) to Metal (from 1/8 inch to 1/4 inch thick): a. Hilti PFH #4 with wings. b. ITW TEKS/4 with wings. C. Or approved equal. 6. Fasteners for Non -Structural Wood Members to Masonry: 1/4 -inch diameter x 3-1/4 inch with Philips flat head. a. Tapcon masonry anchors, by ITW Buildex. b. Kwik -Con 11 fastener, by Hilti. C. Or approved equal 7. Fasteners for preservative treated lumber must be hot dipped galvanized, type 304 or 316 stainless steel, or zinc -polymer coated. 2.5 WOOD TREATMENT A. Preservative Pressure Treated Lumber, Alkaline Copper Quat (ACQ): Type B, Ammoniacal Copper Quat or Type D, Amine Copper Quat. 1. Manufacturers: a. Chemical Specialties, Incorporated, b. Arch Wood Protection, Inc., C. Osmose Inc., d. Or approved equal. 2. Products: a. CSI: "Preserve". b. Arch Wood: "Natural Select". C. Osmose: "Nature Wood". d. Or approved equal. CITY OF NEWPORT BEACH 061000-3 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 06 1000 ROUGH CARPENTRY 3. Impregnate lumber with preservative treatment conforming to AWPA Standard C1 and P5. Apply the preservative in a closed cylinder by pressure process in accordance with AWPA Standard C15. 4. Retention of preservative: a. Moderate service conditions (weather exposure): 0.25 pounds per cubic foot (oxide basis). b. Severe conditions (constant contact with ground or water): 0.40 pounds per cubic foot (oxide basis). 5. Remove excess moisture where shrinkage is a serious fault or where treated lumber will be in contact with plaster, or stucco, and where water -borne treated lumber is to be painted or stained. 6. Lumber shall be dried to 15 to 19 percent moisture content after treatment, and material to be painted or stained shall have knots and pitch streaks sealed as with untreated wood. 7. Liberally brush freshly cut surfaces, bolt holes and machined areas with the same preservative in accordance with AWPA Standard M4. 8. Treatment material shall provide protection against termites and fungal decay and shall be registered for use as a wood preservative by the U. S. Environmental Protection Agency. B. Wood Requiring Treatment: 1. Lumber, Preservative Treated: Nailers, blocking, stripping, and similar items in conjunction with roofing, flashing, and other construction. Sills, blocking, furring, stripping, and similar items in contact with masonry or concrete. PART 3 - EXECUTION 3.1 EXAMINATION A. Section 01 7300 - Execution: Verification of existing conditions before starting work. B. Verification of Conditions: Verify that field measurements, surfaces, substrates and conditions are as required, and ready to receive Work. 1. Verify that spacing, direction and details of supports are correct to accommodate installation of blocking, backing, stripping, furring and nailing strips. C. Report in writing to the Engineer prevailing conditions that will adversely affect satisfactory execution of the Work of this Section. Do not proceed with Work until unsatisfactory conditions have been corrected and approved by the Engineer. D. By beginning Work, Contractor accepts conditions and assumes responsibility for correcting unsuitable conditions encountered at no additional cost to the City. 3.2 INSTALLATION - FRAMING A. Set structural members level and plumb, in correct position. B. Make provisions for erection loads, and for sufficient temporary bracing to maintain structure safe, plumb, and in true alignment until completion of erection and installation of permanent bracing. C. Place horizontal members, crown side up. D. Construct load bearing framing and curb members full length without splices. CITY OF NEWPORT BEACH 061000-4 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 06 1000 ROUGH CARPENTRY E. Double members at openings as indicated on Drawings. Space short studs over and under opening to stud spacing. F. Construct double joist headers at ceiling openings and under wall stud partitions that are parallel to roof trusses. Frame rigidly into roof trusses. G. Place full width continuous sill flashings under framed walls on cementitious foundations. Lap flashing joint 4 inches. H. Place sill gasket directly on sill flashing. Puncture gasket clean and fit tight to protruding foundation anchor bolts. Coordinate installation of wood decking and prefabricated wood trusses. J. Install miscellaneous blocking, nailing strips and framing where required as backing for attachment of wall mounted fixtures, cabinetwork, and other items, and as detailed on Drawings. Coordinate to allow proper attachment of work of other Sections. 1. Secure in place using fasteners specified. Use only recommended power tools for placement of fasteners. 2. Recess heads of fasteners below surface of wood members. K. Secure in place with appropriate fasteners. Use fasteners of correct size that will not penetrate members where opposite side will be exposed to view or require finishing. Do not split wood with fasteners; set panel products to allow expansion at joints. L. Construct members of continuous pieces of longest possible lengths. 3.3 SITE TREATMENT OF WOOD MATERIALS A. Apply preservative treatment in accordance with manufacturer's published instructions. B. Brush apply two coats of preservative treatment on wood in contact with cementitious materials and roofing and related metal flashings. Treat site -sawn cuts. C. Allow preservative to dry prior to erecting members. 3.4 CONSTRUCTION A. Site Tolerances: 1. Framing Members: 1/4 inch from true position, maximum. 3.5 FIELD QUALITY CONTROL A. Section 01 4000 - Quality Requirements: Field inspection. B. Framing Inspection: 1. Inspect wood framing installation and connections at completion of each phase of wood construction for correct installation, nailing, connections, and fasteners. 2. Inspect and verify that types and spacing of fasteners are installed in locations specified or indicated on Drawings. 3. Inspect types, locations, and fasteners for structural metal framing connectors. 4. Inspect types, locations, and connections of hold-down anchors. CITY OF NEWPORT BEACH 061000-5 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 06 1000 ROUGH CARPENTRY 5. Inspect wood to steel beam connections. 3.6 SCHEDULE - NAILING CONNECTION Joist to sill or girder, toenail Bridging to joist, toenail each end Bottom Plate to joist or blocking, face nail Top plate to stud, end nail Stud to bottom plate Double studs, face nail Double top plates, face nail Top plates, laps and intersections, face nail Continuous header, two pieces Ceiling joists to plate, toenail Continuous header to stud, toenail Ceiling joists, laps over partitions, face nail Ceiling joists to parallel rafters, face nail Rafter to plate, toenail Built-up corner studs Built-up beams NAILING 3-8d 2-8d 16d at 16 inches o.c. 2-16d 4-8d, toenail or 2-16d, end nail 16d at 24 inches o.c. 16d at 16 inches o.c. 2-16d 16d at 16 inches o.c. along each edge 3-8d 4-8d 3-16d 3-16d 3-16d 16d at 24 inches o.c. 20d at 32 inches o.c. at top and bottom staggered 2 - 20d at ends and at each splice Payment for items of work covered under Division 6 of the plans and these specifications shall be based on the lump sum bid pricing identified in the Bid Schedule. No additional compensation will be allowed. END OF SECTION CITY OF NEWPORT BEACH 061000-6 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 07 6000 FLASHING AND SHEET METAL PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Sheet metal flashings in connection with roofing. 2. Miscellaneous metal flashing and counter flashing as required, except where provided under Divisions 22, Plumbing. 3. Coping caps. 4. Drip flashings. 5. Other sheet metal items, not necessarily specified herein or in other sections, but required to prevent penetration of water into building. B. Related Requirements: 1. Division 01 - General Requirements. 2. Section 07 6000 - Flashing and Sheet Metal. 3. Section 07 9200 - Joint Sealants. 1.02 SUBMITTALS A. Shop Drawings: Submit for fabricated sheet metal indicating shapes, details, methods of joining, anchoring and fastening, thicknesses and gages of metals, concealed reinforcement, expansion joint details, sections, and profiles. B. Samples: Submit Samples for materials or assemblies as requested. C. Product Data: Submit brochures of manufactured items. 1.03 QUALITY ASSURANCE A. Drawings and requirements specified govern. Provide the Work of this section in conformance with the Architectural Sheet Metal Manual published by SMACNA for conditions not indicated or specified and for general fabrication of sheet metal items. B. Materials shall conform to following standards: 1. ASTM A167 - Stainless and Heat -Resisting Chromium -Nickel Steel Plate, Sheet and Strip. 2. ASTM A653 - Sheet Steel, Zinc -Coated (Galvanized) or Zinc -Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process. 3. ASTM 8370 - Copper Sheet and Strip for Building Construction. C. Pre -installation Meetings: Refer to Division 07 roofing sections as appropriate. Attend the pre -installation and inspection meetings for roofing Work. 1.04 DELIVERY, STORAGE AND HANDLING A. Do not install bent or otherwise damaged materials. CITY OF NEWPORT BEACH 07 6000 -1 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 07 6000 FLASHING AND SHEET METAL PART 2 - PRODUCTS 2.01 MATERIALS A. Galvanized Sheet Steel: ASTM A653, coating designation G90, hot -dip galvanized. B. Copper Plate, Sheet and Strip: ASTM 8370, cold -rolled, tempered. Copper sheet and strip shall be cold -rolled -temper. C. Stainless Steel: Plate, sheet and strip shall conform to ASTM A167, Type 304 or Type 316, No. 4 finish on exposed surfaces and No. 2 finish on concealed surfaces unless otherwise specified or indicated. Furnish Type 304 for general applications and Type 316 where exposed to acidic or alkaline conditions. D. Aluminum Sheet: ASTM B 209, alloy as standard with manufacturer for finish required, with temper as required to suit forming operations and performance required; with smooth, flat surface. 1. As -Milled Finish: [Mill] [One -side bright mill] [Standard one -side bright] [Standard two -side bright]. E. Fastenings: 1. Galvanized Steel: Nails, rivets, and other fastenings furnished in connection with galvanized sheet steel Work shall be sealed with rust resistive coating. Rivets shall be tinned. Nails and other fastenings shall be zinc -coated. 2. Copper: Nails, rivets, and other fastenings furnished in connection with copper sheet metal Work, shall be manufactured from hard -temper copper or hard brass. 3. Stainless Steel: Nails, rivets and other fastenings furnished in connection with stainless steel Work, shall be 300 series alloy to match alloy of stainless steel being fastened. F. Soldering Flux: Raw muriatic acid for galvanized steel; rosin for tin, lead and tinned copper; non -corrosive soldering salts for uncoated copper and acid -type flux formulated for soldering stainless steel. G. Solder: ASTM B32, Grade 5A, composed of 95-5 tin -antimony. Name of product manufacturer and grade designation shall be labeled, stamped or cast onto each coil or bar. 2.02 FABRICATION A. General: Accurately form sheet metal Work to dimensions and shapes indicated and required. Cope finish molded and brake metal shapes with true, straight, sharp lines and angles and, where intersecting each other, to a precise fit. Unless otherwise specified, all galvanized sheet steel shall be 22 gage. Exposed edges of sheet metal shall have a'h inch minimum hemmed edge. 2. Soldering of sheet steel or copper shall be performed with well -heated copper soldering iron or soldering torch, joints full flowing, neat and consistent. Fill joint completely with solder. Clean materials at joints before soldering, and tin coppers before soldering. Exposed soldering on finished surfaces shall be scraped CITY OF NEWPORT BEACH 076000-2 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 07 6000 FLASHING AND SHEET METAL smooth. Lock seam work shall be fabricated flat and true to line and soldered along its entire length. Acid -fluxed Work shall be neutralized after fabrication. 3. Form and install sheet metal Work to provide proper allowances for expansion and contraction, without causing undue stresses in any part of completed Work. Installation shall be water and weathertight. B. Miscellaneous Flashing: Unless otherwise indicated, miscellaneous flashing shall be fabricated of galvanized steel. Exterior doors and windows, unless covered by overhangs shall be provided with 22 gage galvanized steel drip flashing as detailed. At wood construction, nail flashing to framing before paper backed lath is installed. PART 3 - EXECUTION 3.01 PREPARATION A. Concrete and masonry materials in contact with sheet metal shall be painted with alkali resistant coating, such as heavy -bodied bituminous paint. Wood in contact with sheet metal shall be painted with two coats of aluminum paint or one coat of heavy -bodied bituminous paint. 3.02 INSTALLATION A. Install sheet metal straight and true, with miters and joints accurately fitted, exposed Work free of dents. 1. Reinforce corners and make seams waterproof. 2. Make provisions for expansion and contraction in sheet metal assemblies. 3. Securely anchor Work in place; conceal fasteners where practicable. B. Install sheet metal with continuous concealed clips of same gauge, in lengths not exceeding eight feet, spaced 1/8 inch apart for expansion, and fastened to structure not more than eight inches on centers. 1. Fold fastened edge of clips back over fasteners. C. Punch or drill and rivet, providing invisible rivets and seams, where multiple layers of metal occur. 1. Continuously solder or weld folded edges and wipe or grind smooth to provide texture to match surrounding metal. D. Fabricate flashing for corners of building, not less than four feet long in each direction. E. Minimum Radius of Brake in Sheet Metal: Twice metal thickness. K. Welding: Perform welding with direct current, reverse polarity equipment utilizing minimum current to minimize distortion of metal. 1. Use start and run-off tabs to assure uniformity of weld terminations. 2. Chip and wire brush weld areas with stainless steel tools; remove flux and slag between welding passes and after final welding pass. 3. Grind and texture exposed welds to match surrounding metal. L. Soldering: Assemble tinned joints of sheet metal with tinned soldering coppers and solder; fill joint with molten solder; wipe joints free of excess solder. 1. Remove flux, rinse twice in hot, clean water and wipe dry. CITY OF NEWPORT BEACH 076000-3 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 07 6000 FLASHING AND SHEET METAL 2. Texture joints to match adjacent surfaces. 3.04 PROTECTION A. Protect the Work of this section until Substantial Completion. 3.05 CLEANING A. Remove rubbish, debris, and waste materials and legally dispose of off the Project site. END OF SECTION CITY OF NEWPORT BEACH 076000-4 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 07 9200 JOINT SEALANTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Preparing sealant substrate surfaces. 2. Sealant and backing. B. Related Documents: The Contract Documents, as defined in Section 01 1000 - Summary of Work, apply to the Work of this Section. Additional requirements and information necessary to complete the Work of this Section may be found in other documents. C. Related Sections: 1. Section 03 3000 - Cast -In -Place Concrete: Sealants used in conjunction with concrete. 1.2 REFERENCES A. American Society for Testing and Materials (ASTM): 1. ASTM C717 - Standard Terminology of Building Seals and Sealants. 2. ASTM C834 - Specification for Latex Sealants. 3. ASTM C920 - Specification for Elastomeric Joint Sealants. 4. ASTM D1056 - Flexible Cellular Material- Sponge or Expanded Rubber. B. Federal Specifications (FS).- 1. FS):1. FS SS -S-200 - Sealing Compounds, Two Component, Elastomeric, Polymer Type, Jet - Fuel Resistant, Cold Applied. 2. FS TT -S-1657 - Sealing Compound, Single Component Butyl Rubber Based Solvent Release Type (for Buildings and other Types of Construction). 1.3 SUBMITTALS A. Section 01 3300 — Submittal Procedures: Procedures for submittals. 1. Product Data: Product chemical characteristics, performance criteria, substrate preparation, limitations, and color availability. B. Section 01 7704 - Closeout Procedures and Training: Procedures for closeout submittals. 1. Warranty: Submit manufacturer warranty with forms completed in City name and registered with manufacturer. 1.4 DELIVERY, STORAGE AND HANDLING A. Section 01 6000 - Product Requirements: Transport, handle, store, and protect products. B. Deliver Products in manufacturer's original unopened containers or packages with labels intact, identifying product and manufacturer, date of manufacture, lot number, shelf life, curing time, and mixing instructions, where applicable. C. Store and handle materials to prevent deterioration or damage due to moisture, temperature changes, contaminants, or other causes. CITY OF NEWPORT BEACH 079200-1 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 07 9200 JOINT SEALANTS 1.5 PROJECT CONDITIONS OR SITE CONDITIONS A. Environmental Requirements: Install sealant during manufacturer's recommended temperature ranges and weather conditions for application and cure. Consult manufacturer when sealant cannot be applied during recommended conditions. 1.6 WARRANTY A. Section 01 7704 - Closeout Procedures and Training: Procedures for closeout submittals. B. Warranty: 1. Submit written warranty signed by sealant manufacturer agreeing to replace sealants and accessories which fail because of loss of cohesion or adhesion or which do not cure. 2. Warranty Period: 5 years or longer per the manufacturers' standard warranties. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with project requirements, manufacturers offering specified items which may be incorporated into the work include the following: 1. Bostik, Inc. 2. Dow Corning. 3. GE Silicones. 4. Mameco International. 5. W.R. Meadows, Inc. 6. Nomaco, Inc. 7. Pecora Corporation. 8. Sika Corporation. 9. Sonneborn Building Products Div. ChemRex, Inc. 10. Tremco. 11. USG Corp. 12. Or approved equal. 2.2 BUILDING SEALANTS (See Sealant Schedule at the end of this Section for specific use of sealants.) A. Urethanes: 1. Type 2: Two -Part Urethane: Non -Sag, ASTM C920, Type M, Grade NS, Class 25. a. Chem -Calk 500, by Bostik. b. Vulkem 227, by Mameco. C. Sonolastic NP 2, by Sonneborn Building Products, ChemRex Inc. d. Or approved equal. 2. Type 4: One -Part Urethane: Non -Sag, ASTM C920, Type S, Grade NS, Class 25. a. Chem -Calk 900, by Bostik. b. Vulkem 116, by Mameco. C. Sonolastic NP I, by Sonneborn Building Products, ChemRex Inc. d. Or approved equal. B. Silicones: 1. Type 1: One -Part Silicones: ASTM C920, Type S, Grade NS, Class 50. CITY OF NEWPORT BEACH 079200-2 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 07 9200 JOINT SEALANTS a. 795 Silicone Building Sealant, by Dow Corning. b. 864 Architectural Silicone Sealant, by Pecora Corporation. C. Or approved equal. 2. Type 4: One -Part Silicones: ASTM C920, Type S, Grade NS, Class 25 or 50. a. 786 Mildew Resistant Silicone Sealant, Dow Corning. b. SCS 1700 Sanitary Sealant, General Electric. C. 898 Silicone Sanitary Sealant, Pecora Corporation. d. Or approved equal. C. Acrylics, Latex: 1. Type 1: One -Part Acrylic Latex, Non -Sag, ASTM -C-834-76. a. Chem -Calk 600, by Bostik. b. LC -130, by MACCO Adhesives, The Glidden Company. C. Easa-ply ALS, by W. R. Meadows, Inc. d. AC-20+Silicone Acrylic Latex, by Pecora Corporation. e. Sonolac, Sonneborn Building Products, ChemRex Inc. f. Or approved equal. D. Acoustical Sealants: 1. Type 1: AC -20 FTR Acoustical and Insulation Sealant, by Pecora Corporation. 2. Type 2: 60+ Unicrylic, by Pecora Corporation. 3. Type 3: Sheetrock Acoustical Sealant, by United States Gypsum. 4. Or approved equal. E. Butyls: 1. Type 1: One -Part Butyl, Non -Sag, FS TT -S-1657. a. Chem -Calk 300, by Bostik. b. BC -158 Butyl Rubber, by Pecora Corporation. (ASTM C1085) C. Or approved equal. F. Preformed Compressible & Non -Compressible Fillers: 1. Type 1: Backer Rod - Closed cell polyethylene foam: a. HBR Backer Rod, by Nomaco. b. #92 Greenrod, by Nomaco. C. Sonofoam Closed -Cell Backer Rod, Sonneborn Building Products, ChemRex Inc. d. Or approved equal. 2. Type 2: Backer Rod - Open cell polyurethane foam: a. Denver Foam, by Backer Rod Mfg Inc. b. Foam Pack II, by Nomaco. C. Or approved equal. 3. Type 3: Neoprene compression seals: a. WE, WF, and WG Series, by Watson Bowman & Acme Corp. b. Will -Seal 150 Precompressed Expanding Foam Sealants, by Will -Seal, a Division of Illbruck. C. Or approved equal. 4. Type 4: Butyl Rod: Kirkhill Rubber Co. or approved equal. G. Bond Breaker Tape: Polyethylene tape of plastic as recommended by sealant manufacturer, to be applied to sealant -contact surfaces where bond to substrate of joint filler must be avoided for proper performance of sealant 2.3 COLORS A. Generally, use sealant colors matching color of material joint is located in. CITY OF NEWPORT BEACH 079200-3 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 07 9200 JOINT SEALANTS B. Where a joint occurs between two materials of differing colors and Contractor cannot determine which material to match, contact the Engineer for selection. 2.4 ACCESSORIES A. Joint Cleaner: Provide type of joint cleaning compound recommended by sealant manufacturer for joint surfaces to be cleaned. B. Primer: As recommended by sealant manufacturer. C. Masking tape and similar accessories to protect surfaces from damage. PART 3 - EXECUTION 3.1 EXAMINATION A. Section 01 7300 - Execution: Verification of existing conditions before starting work. B. Verification of Conditions: Verify that field measurements, surfaces, substrates and conditions are as required, and ready to receive Work. 1. Verify that joint widths are in conformance with sealant manufacturer allowable limits. 2. Verify that contaminants capable of interfering with adhesion have been cleaned form joint and joint properly prepared. C. Report in writing to the Engineer prevailing conditions that will adversely affect satisfactory execution of the Work of this Section. Do not proceed with Work until unsatisfactory conditions have been corrected. D. By beginning Work, Contractor accepts conditions and assumes responsibility for correcting unsuitable conditions encountered at no additional cost to the City. 3.2 PREPARATION A. Prepare and size joints in accordance with manufacturer's instructions. Clean substrates of dirt, laitance, dust, or mortar using solvent, abrasion, or sandblasting as recommended by manufacturer. Remove loose materials and foreign matter which might impair adhesion of sealant. B. Verify that joint backing and release tapes are compatible with sealant. Verify sealant is suitable for substrate. Verify that sealant is paintable if painted finish is indicated. C. Protect materials surrounding work of this Section from damage or disfiguration. 3.3 INSTALLATION A. Install sealant in accordance with manufacturer's published instructions. B. Prime or seal joint surfaces where recommended by sealant manufacturer. Do not allow primer or sealer to spill or migrate onto adjoining surfaces. CITY OF NEWPORT BEACH 079200-4 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 07 9200 JOINT SEALANTS C. Install backer rod and bond breaker tape where required by manufacturer. D. Install preformed compressible and non-compressible fillers in accordance with manufacturer's published instructions. E. Install sealants to depths recommended by sealant manufacturer in uniform, continuous ribbons free of air pockets, foreign embedded matter, ridges, and sags, "wetting" joint bond surfaces equally on both sides. F. Tool joints concave unless shown otherwise. Where horizontal joints are between a horizontal surface and a vertical surface, fill joint to form slight cove so that joint will not trap moisture and foreign matter. Dry tool joints. Do not use soap, water, or solvent to tool joints. G. Epoxy Floor Joint Sealant: Install sealant at floor construction and control joints in accordance with manufacturer's published instructions and initially under manufacturer's supervision. 3.4 CURING A. Cure sealants in compliance with manufacturer's published instructions. 3.5 CLEANING A. Remove excess and spillage of sealants promptly as the work progresses, using materials and methods as recommended by sealant and substrate manufacturers. Clean adjoining surfaces to eliminate evidence of spillage without damage to adjoining surfaces or finishes. 3.6 SEALANT SCHEDULE A. INTERIOR SEALANTS: 1. Perimeters of interior hollow metal frames. 2. For all of the above interior joints: a. Sealant Urethane Type 2 b. Sealant Urethane Type 4 C. Sealant Silicone Type 1 (for prefinished materials only) 3. Exposed interior control joints in drywall and concealed joints. a. Sealant Acrylic, Latex, Type 1 b. Sealant Acoustical Type 1 C. Sealant Acoustical Type 3 d. Sealant Butyl Type 1 4. Perimeter of toilet room fixtures: sinks, tubs, urinals, water closets, basins, vanities, etc. a. Sealant Silicone Type 4 Payment for items of work covered under Division 7 of the plans and these specifications shall be based on the lump sum bid pricing identified in the Bid Schedule. No additional compensation will be allowed. END OF SECTION CITY OF NEWPORT BEACH 079200-5 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 09 3000 TILE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Tile and Accessories: Floor and Wall Glazed. B. Related Sections: 1. Section 07 9200 - Joint Sealant. 1.2 REFERENCES A. American National Standards Institute (ANSI): 1. ANSI A108.5, 1999 - Specifications for Ceramic Tile Installed with Dry -Set Portland Cement Mortar or Latex -Portland Cement Mortar. 2. ANSI A108.10, 1999 - Specifications for Installation of Grout in Tilework. 3. ANSI A118.1, 1999 - Standard Specification for Dry -Set Portland Cement Mortar. 4. ANSI A118.4, 1999 - Latex -Portland Cement Mortar. 5. ANSI A118.9, 1999 - Test Methods and Specifications for Cementitious Backer Units 6. ANSI A137.1, 1988 - Specifications for Ceramic Tile. B. ASTM International (ASTM): 1. ASTM C 50 - Standard Specification for Portland Cement. 2. ASTM C 207 - Standard Specification for Hydrated Lime for Masonry Purposes. 3. ASTM C 847 - Standard Specification for Metal Lath. C. Tile Council of North America (TCNA): TCA Handbook for Ceramic Tile Installation, 2007. 1.3 SUBMITTALS A. Section 01 3300 — Submittal Procedures: Procedures for submittals. 1. Manufacturer's data sheets on each product to be used, including: a. Preparation instructions and recommendations. b. Storage and handling requirements and recommendations. C. Installation methods. 2. Shop Drawings: Indicate tile layout, patterns, color arrangement, perimeter conditions, junctions with dissimilar materials, control and expansion joints, thresholds, ceramic accessories, and setting details. 3. Manufacturer's Certificate: a. Certify that products meet or exceed specified requirements. b. For each shipment, type and composition of tile provide a Master Grade Certificate signed by the manufacturer and the installer certifying that products meet or exceed the specified requirements of ANSI A137.1. 4. Maintenance Data: Include recommended cleaning methods, cleaning materials, stain removal methods, and polishes and waxes. 1.4 QUALITY ASSURANCE A. Installer Qualifications: Company experienced in performing the Work of this Section. B. Single Source Responsibility: Obtain each type and color of tile from a single source. Obtain each type and color of mortar, adhesive and grout from the same source. 1.5 DELIVERY, STORAGE, AND HANDLING CITY OF NEWPORT BEACH 09 3000 -1 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 09 3000 TILE A. Deliver and store products in manufacturer's unopened packaging until ready for installation. B. Protect adhesives and liquid additives from freezing or overheating in accordance with manufacturer's instructions. C. Store tile and setting materials on elevated platforms, under cover and in a dry location and protect from contamination, dampness, freezing or overheating. 1.6 ENVIRONMENTAL REQUIREMENTS A. Do not install adhesives in an unventilated environment. B. Maintain ambient and substrate temperature of 50 degrees F during tiling and for a minimum of 7 days after completion. 1.7 EXTRA MATERIALS A. Provide for Owner's use a minimum of 2 percent of the primary sizes and colors of tile specified, boxed and clearly labeled. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with project requirements, manufacturers offering items which may be incorporated I the Work include the following: 1. Dal -Tile Corporation. 2. American Marazzi Tile, Inc. 3. Roca Tile Group. 4. Or approved equal as provided in Section 01 6000 — Product Requirements. 2.2 TILE A. General: Provide tile that complies with ANSI A137.1 for types, compositions and other characteristics indicated. Provide tile in the locations and of the types colors and pattern indicated on the Drawings and identified in the Schedule and the end of this Section. Tile shall also be provided in accordance with the following: 1. Factory Blending: For tile exhibiting color variations within the ranges selected under Submittal of samples, blend tile in the factory and package so tile taken from one package shows the same range of colors as those taken from other packages. 2. Mounting: For factory mounted tile, provide back or edge mounted tile assemblies as standard with the manufacturer, unless otherwise specified. 3. Factory Applied Temporary Protective Coatings: Where indicated under tile type, protect exposed surfaces of tile against adherence of mortar and grout by precoating with a continuous film of petroleum paraffin wax applied hot. Do not coat unexposed tile surfaces. B. Floor and Wall Glazed Tile: 1. Colors: As scheduled. 2. Trim Units: Matching cove base, cove base corner, bullnose, cove/inside finger cove, radius cap, sink rail incorner/outcorner, outside cove corner shapes in sizes coordinated with field tile. 3. Spacing: install with 1/16" spacing to accept un -sanded grout only. 2.3 SETTING MATERIALS A. Mortar Bed Materials: 1. Portland cement: ASTM C150, type 1, gray or white. CITY OF NEWPORT BEACH 093000-2 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 09 3000 TILE 2. Hydrated Lime: ASTM C207, Type S. 3. Sand: ASTM C144, fine. 4. Latex additive: As approved. 5. Water: Clean and potable. B. Grout: 1. Standard Grout: Cement grout, sanded or unsanded, as specified in ANSI A118.6; color as selected. 2. Polymer modified cement grout, sanded or unsanded, as specified in ANSI A118.7; color as selected. C. Cementitious Backing Units 1. ANSI A 118.9 or ASTM C 1325 (Type B). 2. 2" alkali — resistant glass fiber mesh type. PART 2 EXECUTION 3.1 EXAMINATION A. Section 01 7300 — Execution: Verification of existing conditions before starting work. 1. Verify that wall surfaces are free of substances which would impair bonding of setting materials, smooth and flat within tolerances specified in ANSI A137.1, and are ready to receive tile. 3.2 PREPARATION A. Protect surrounding work from damage. B. Remove any curing compounds or other contaminates. C. Vacuum clean surfaces and damp clean. D. Seal substrate surface cracks with filler. Level existing substrate surfaces to acceptable flatness tolerances. E. Install cementitious backer board in accordance with ANSI A108.11 and board manufacturer's instructions. Tape joints and corners, cover with skim coat of dry -set mortar to a feather edge. F. Prepare substrate surfaces for adhesive installation in accordance with adhesive manufacturer's instructions. 3.3 INSTALLATION - GENERAL A. Install tile and grout in accordance with applicable requirements of ANSI A108.1 through A108.13, manufacturer's instructions, and TCA Handbook recommendations. B. Lay tile to pattern indicated. Arrange pattern so that a full tile or joint is centered on each wall and that no tile less than 1/2 width is used. Do not interrupt tile pattern through openings. C. Cut and fit tile to penetrations through tile, leaving sealant joint space. Form corners and bases neatly. Align floor joints. D. Place tile joints uniform in width, subject to variance in tolerance allowed in tile size. Make joints watertight, without voids, cracks, excess mortar, or excess grout. E. Form internal angles square and external angles bullnose. CITY OF NEWPORT BEACH 093000-3 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 09 3000 TILE 3.4 INSTALLATION - WALL TILE A. Wall Tile: Over cementitious backer units on studs, install in accordance with TCA Handbook Method W244C-07, using membrane at toilet rooms. B. Floor Tile: on cement mortar bed, install in accordance with TCA Handbook method F121-07 OR if existing slab is not depressed for a mortar bed install tile floor using the dry -set mortar, Later -Portland Cement Mortar, Epoxy of Furan Grout TSA method F115-07. 3.5 CLEANING A. Clean tile and grout surfaces. 3.6 PROTECTION OF FINISHED WORK A. Do not permit traffic over finished floor surface for 72 hours after installation. B. Cover floors with Kraft paper and protect from dirt and residue from other trades. C. Where floor will be exposed for prolonged periods cover with plywood or other similar type walkways Payment for items of work covered under Division 9 of the plans and these specifications shall be based on the lump sum bid pricing identified in the Bid Schedule. No additional compensation will be allowed. END OF SECTION CITY OF NEWPORT BEACH 093000-4 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 09 9100 PAINTING PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1. Surface preparation and field application of paints and finishes for interior surfaces. 2. Schedule of Items to be painted. 3. Interior painting and finishing schedule. B. Related Documents: The Contract Documents, as defined in Section 01 10 00 - Summary of Work, apply to the Work of this Section. Additional requirements and information necessary to complete the Work of this Section may be found in other Documents. C. Related Sections: 1. Section 09 2900 — Gypsum Board 2. Section 08 1113 — Hollow Metal Doors and Frames: Shop priming. 1.2 REFERENCES A. American Society for Testing and Materials (ASTM): 1. ASTM E 84 - Test Method for Surface Burning Characteristics of Building Materials. 1.3 SUBMITTALS A. Section 01 3300 - Submittal Procedures: Procedures for submittals. 1. Product Data: Submit product data for each type of paint specified. a. Technical data sheets indicating manufacturer's catalog number, paint type description, and VOC content. b. Painting Schedule listing surfaces to be painted with cross reference to the specific painting and finishing system and application. Identify each paint material by manufacturer's catalog number and general classification. 2. Samples: Submit color brush -out sample for each paint color and sheen specified. a. Three samples on 8 1/2 -inch x 11 -inch card stock for color and sheen verification. b. Identify each sample by paint manufacturer, paint type, color, and sheen. 3. Assurance/Control Submittals: a. Test Reports: Submit manufacturer's Material Safety Data Sheets (MSDS) for each paint type proposed. 1.4 QUALITY ASSURANCE A. Regulatory Requirements: 1. Surface Burning Characteristics in Accordance with ASTM E-84 for Class I or A finish: a. Flame Spread (Non -Combustible Surfaces): Less than 25. b. Smoke Density (Non -Combustible Surfaces): Less than 450. 2. Provide paint and coating materials that conform to Federal, State, and Local restrictions for Volatile Organic Compounds (VOC) content. 1.5 DELIVERY, STORAGE AND HANDLING CITY OF NEWPORT BEACH 099100-1 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 09 9100 PAINTING A. Section 01 6000 - Product Requirements: Transport, handle, store, and protect products B. Deliver paint materials in sealed original labeled containers, bearing 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/or reducing. C. Store paint materials at minimum ambient temperature of 45 degrees F and a maximum of 90 degrees F, in ventilated area, and as required by manufacturer's published instructions. D. Prevent fire hazards and spontaneous combustion. 1.6 PROJECT CONDITIONS OR SITE CONDITIONS A. Environmental Requirements: 1. Apply paint finishes only when moisture content of surfaces is within manufacturer's acceptable ranges for type of finish being applied. 2. Surface temperatures or surrounding air temperature to be above 40 degrees F before applying alkyd finishes; above 45 degrees F for interior latex, and 50 degrees F for exterior latex work. Minimum for varnish and transparent finishes is 65 degrees F. 3. Provide continuous ventilation and heating facilities to maintain temperatures above 45 degrees F for 24 hours prior to, during and 48 hours after application of finishes. 4. Do not apply paint in areas where dust is being generated. 5. Provide lighting level in areas being painted of 80 -foot candles measured mid -height at substrate surface. 1.7 MAINTENANCE A. Section 01 7704 - Closeout Procedures and Training: Procedures for closeout submittals. B. Extra Materials: 1. Provide one gallon of each color, type and sheen to the Engineer. 2. Label each container with color, type, texture, room locations, in addition to the manufacturer's label. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with project requirements, manufacturers offering specified items which may be incorporated in the work include the following: 1. Benjamin Moore and Company. 2. Comex Group (Color Wheel/Frazee/Kwal/Parker). 3. Duron Paints and Wallcoverings. 4. Devoe (ICI). 5. Glidden (ICI). 6. Pittsburgh Paints. 7. Sherwin-Williams Company. 8. Or approved equal. B. Section 01 6000 - Product Requirements: Product options and substitutions. Substitutions: permitted. CITY OF NEWPORT BEACH 099100-2 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 09 9100 PAINTING 2.2 MATERIALS A. Paints: 1. Manufacturer's "Best Grade" for each type specified. 2. Ready -mixed; pigments fully ground maintaining a soft paste consistency, capable of readily and uniformly dispersing to a complete homogeneous mixture. 3. Providing good flowing and brushing properties and be capable of drying or curing free of streaks or sags. 4. VOC limits (g/L) for interior paint applications: a. Interior Concrete, Concrete Block & Concrete Floor 1) Block filler: 300 2) Top Coat — Flat: 100 3) Top Coat — Semi -Gloss b. Interior Wood — Transparent 1) Stain: 250 2) Varnish: 350 C. Interior Steel — Unprimed 1) Rust Prime Coat: 400 2) Top Coat — Non -Flat: 150 3) Top Coat — Gloss: 250 d. Interior Steel — Primed 1) Top Coat — Flat: 100 2) Top Coat — Non -Flat: 150 3) Top Coat — Gloss: 250 e. Interior Steel — Galvanized 1) Top Coat — Non -Flat: 150 2) Top Coat — Gloss: 250 f. Interior Plaster, Gypsum Board 1) Undercoater:200 2) Top Coat - Flat: 100 3) Top Coat — Non -Flat: 150 4) Top Coat — Gloss: 250 B. Primers and Under coaters: Manufactured by same manufacturer as finish coat materials. C. Paint Accessory Materials: Linseed oil, shellac, turpentine and other materials not specifically indicated herein but required to achieve the finishes specified of high quality and approved manufacturer. 2.3 INTERIOR PAINT SYSTEMS A. Dunn -Edwards: 1. Galvanized Metal: Semi -Gloss, water base, Alkyd Primer/Acrylic Latex. a. Primer: Ultrashield ULGMOO Galvanized Metal Primer MDF 2.0 mils. b. Each finish coat: Aristoshield water base, Alkyd Semi -Gloss MDF 1.5 mils 2. CMU Walls: Epoxy a. Primer: Seal-Krete, Epoxy Shell WB 50 b. Each Finish Coat (2): Seal Krete, Polyshell 3. Concrete Floor: Epoxy, Non -slip a. Primer: Seal-Krete, Epoxy Shell WB 50 b. 2nd coat: Seal-Krete Polyshell C. 31d coat: Seal-Krete Polyshell with added Seal-Krete HP Non -slip CITY OF NEWPORT BEACH 099100-3 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 09 9100 PAINTING B. Benjamin Moore: 1. CMU Walls: Epoxy Semi -Gloss a. 's' Coat: Corotech Acrylic Epoxy V440 b. 2nd Coat: Corotech Acrylic Epoxy V440 2. Gypsum Board: Eggshell, Water Base, Acrylic Latex. a. Primer: 284 Moorecraft Superhide Interior Latex Primer/Undercoater; MDF 1.5 mils. b. Each Finish Coat: Moorecraft Super -Hide Eggshell 286. 3. Metal: Satin, Water Base, Acrylic Latex. a. Each Finish Coat: Moorecraft Super -Hide Eggshell 286. 4. Wood and Wood Doors: Satin, Water Base, Acrylic Latex. a. Primer: 253 Moorecraft Latex Enamel Undercoater and Primer Sealer; 2.0 mils. b. Each Finish Coat: Moorecraft Super -Hide Eggshell 286. 5. Ferrous Metal: Semi -Gloss, Water Base, Acrylic Latex. a. Primer: M04 Acrylic Metal Primer; MDF 2.0 mils. b. Each Finish Coat: 276 Moorecraft Acrylic Latex; MDF 1.5 mils. 6. Concrete Floor: a. 1s' Coat: Corotech Acrylic Epoxy V400 b. 2nd Coat: Corotech Acrylic Epoxy V400 - Add an aggregate to the 2nd coat for non- slip. C. Comex Group (Color Wheel/Frazee/Kwal/Parker): 1. Gypsum Board: Eggshell, Water Base, Acrylic Latex. a. Primer: Ultra -Tech C152 Interior Latex Primer -Sealer; MDF 1.12 mils. b. Each Finish Coat: Ultra -Tech C106 Interior Latex Eggshell Enamel; MDF 1.36 mils. 2. Metal: Satin, Water Base, Acrylic Latex. a. Each Finish Coat: Ultra -Tech C141 Interior 100% Acrylic Low -Sheen Enamel; MDF 1.44 mils. 3. Wood and Wood Doors: Satin, Water Base, Acrylic Latex. a. Primer: Ultra -Tech C312 Interior -Exterior 100% Acrylic Wood Primer; MDF 1.8 mils. b. Each Finish Coat: Ultra -Tech C141 Interior 100% Acrylic Low -Sheen Enamel; MDF 1.44 mils. 4. Ferrous Metal: Semi -Gloss, Water Base, Acrylic Latex. a. Primer: Ultra -Tech C309 Universal Water -Based Metal Primer; MDF 1.96 mils. b. Each Finish Coat: Ultra -Tech C119 Interior Latex Semi -Gloss Enamel; MDF 1.6 mils. D. Duron: 1. Gypsum Board: Eggshell, Water Base, Acrylic Latex. a. Primer: Interior Latex Drywall Primer 04-124: Applied at a dry film thickness of not less than 1.6 mils (0.041 mm). (MPI 50, Approved) b. Each Finish Coat: Acrylic Latex Eggshell (Low Sheen) Enamel 36 Series; MDF 1.4 mils. (MPI 44, Approved) 2. Metal: Satin, Water Base, Acrylic Latex. a. Each Finish Coat: Ultra Deluxe Interior Acrylic Latex Eggshell (Low Sheen) Enamel 36 Series; MDF 1.4 mils. 3. Wood and Wood Doors: Satin, Water Base, Acrylic Latex. a. Primer: Interior Acrylic Enamel Undercoater 04-123; MDF 1.6mils. (MPI 50, Approved) b. Each Finish Coat: Ultra Deluxe Interior Acrylic Latex Eggshell (Low Sheen) Enamel 36 Series; MDF 1.4 mils. CITY OF NEWPORT BEACH 099100-4 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 09 9100 PAINTING 4. Ferrous Metal: Semi -Gloss, Water Base, Acrylic Latex. a. Primer: Dura Clad Universal Acrylic Metal Primer, White 33-015; MDF x.x mils. (MPI 76, Approved) b. Each Finish Coat: Genesis Odor -Free Interior Latex Semi -Gloss Enamel, 83 - Series, MDF 1.5 mils. E. Devoe (ICI): 1. Gypsum Board: Eggshell, Water Base, Acrylic Latex. a. Primer: Wonder -Tones Primer DR50801; MDF 1.5 mil. b. Each Finish Coat: Wonder -Tone Eggshell Enamel DR34XX; MDF 1.5 mil. 2. Metal: Satin, Water Base, Acrylic Latex. a. Each Finish Coat: Mirrolac W/B Semi -Gloss Enamel DP83XX; MDF 1.5 mil. 3. Wood and Wood Doors: Satin, Water Base, Acrylic Latex. a. Primer: Wonder -Prime DR51701; MDF 1.5 mil. b. Each Finish Coat: Devflex 42164 High Performance Waterborne Acrylic Semi - Gloss Enamel; MDF 1.5 mil. 4. Ferrous Metal: Semi -Gloss, Water Base, Acrylic Latex. a. Primer: Mirrolac W/B DTM Primer DP85XX; MDF 1.5 mil. b. Each Finish Coat: Mirrolac W/B Semi -Gloss DP83XX. F. Frazee: 1. Gypsum Board: Eggshell, Water Base, Acrylic Latex. a. Primer :063 PVA Aqua Seal Drywall Vinyl Primer Sealer; MDF 1.4 mils. b. Each Finish Coat: 026 Speed Sheen Interior Acrylic Eggshell Enamel; MDF 1.6 mils. 2. Metal: Satin, Water Base, Acrylic Latex. a. Each Finish Coat: 126 Mirro Glide Interior Low Sheen Acrylic Enamel; MDF 1.4 mils. 3. Wood and Wood Doors: Satin, Water Base, Acrylic Latex. a. Primer: 172 Grip N Seal Enamel Undercoater; MDF 2.2 mils. b. Each Finish Coat: 126 Mirro Glide Interior Low Sheen Acrylic Enamel; MDF 1.4 mils. 4. Ferrous Metal: Semi -Gloss, Water Base, Acrylic Latex. a. Primer: 661 F774 Metal Prime Alkyd Metal Primer; MDF 1.7 mils. b. Each Finish Coat: 123 Satin Glide Semi -Gloss Enamel; MDF 1.7 mils. G. Glidden (ICI): 1. Gypsum Board: Eggshell, Water Base, Acrylic Latex. a. Primer: ProMaster Interior Latex Primer -Sealer MP -5111; MDF 1.5 mil. b. Each Finish Coat: ProMaster Interior Latex Eggshell MP -6800; MDF 1.5 mil. 2. Metal: Satin, Water Base, Acrylic Latex. a. Each Finish Coat: Devflex 4214HP High Performance Waterborne Acrylic Semi - Gloss Enamel; MDF 1.5 mil. 3. Wood and Wood Doors: Satin, Water Base, Acrylic Latex. a. Primer: Prime Interior 100% Acrylic Multi -Purpose Latex Stain Killer, PC 1000; MDF 1.5 mil. b. Each Finish Coat: Devflex 4216 HP High Performance Waterborne Acrylic Semi - Gloss Enamel; MDF 1.5 mil. 4. Ferrous Metal: Semi -Gloss, Water Base, Acrylic Latex. a. Primer: Devflex 4020 PF Direct to Metal Primer & Flat Finish; MDF 1.5 mil. b. Each Finish Coat: Devflex 4216 HP High Performance Waterborne Acrylic Semi - Gloss Enamel; MDF 1.5 mil. H. Pittsburgh: 1. Gypsum Board: Eggshell, Water Base, Acrylic Latex. CITY OF NEWPORT BEACH 099100-5 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 09 9100 PAINTING a. Primer: 6-2 Speedhide Latex Sealer; MDF 1.0 mils. b. Each Finish Coat: 6-411 Speedhide Eggshell Latex; MDF 1.5 mils. 2. Metal: Satin, Water Base, Acrylic Latex. a. Each Finish Coat: 90-474 DTM Acrylic Satin; MDF 1.5 mils. 3. Wood and Wood Doors: Satin, Water Base, Acrylic Latex. a. Primer: 6-855 Interior Water Base Undercoater; MDF 1.5 mils. b. Each Finish Coat: 90-474 DTM Acrylic Satin; MDF 1.5 mils. 4. Ferrous Metal: Semi -Gloss, Water Base, Acrylic Latex. a. Each Finish Coat: 90-474 DTM Acrylic Satin; MDF 1.5 mils. Sherwin Williams: 1. Gypsum Board: Low VOC, Egg -shell, Water Base, Acrylic Latex. a. Primer: Harmony Latex Primer, MDF 1.6 mils. b. Each Finish Coat: Harmony Latex Egg-Shel, MDF 1.6 mils. 2. Metal: Semi -Gloss, Water Base, Acrylic Latex. a. Each Finish Coat: DTM Acrylic S -G, B66W200; MDF 3.0 mils. 3. Wood and Wood Doors: Semi -Gloss, Water Base, Acrylic Latex. a. Primer: PrepRite Classic Primer, B28W101, MDF 1.6 mils. b. Each Finish Coat: ProClassic Waterborne S -G, MDF 1.4 mils. 4. Ferrous Metal: Semi -Gloss, Water Base, Acrylic Latex. a. Primer: Pro-Cryl Universal Water Based Primer, B66-310, MDF 3.0 mils. b. Each Finish Coat: DTM Acrylic S -G, B66W200; MDF 3.0 mils. Or approved equal. PART 3 - EXECUTION 3.1 EXAMINATION A. Section 01 7300 - Execution: Verification of existing conditions before starting work. B. Verification of Conditions: Verify that field measurements, surfaces, substrates and conditions are as required, and ready to receive Work. C. Report in writing to the Engineer prevailing conditions that will adversely affect satisfactory execution of the Work of this Section. Do not proceed with Work until unsatisfactory conditions have been corrected and approved by the Engineer. D. By beginning Work, Contractor accepts conditions and assumes responsibility for correcting unsuitable conditions encountered at no additional cost to the City. 3.2 PREPARATION A. Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, and conditions otherwise detrimental to formation of a durable paint film. B. Perform preparation and cleaning procedures in accordance with paint manufacturer's published instructions for each particular substrate condition. 1. Provide barrier coats over incompatible primers or remove and reprime as required. 2. Remove hardware, hardware accessories, machined surfaces, plates, lighting fixtures, and similar items in place and not to be painted or provide surface applied protection prior CITY OF NEWPORT BEACH 099100-6 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 09 9100 PAINTING to surface preparation and painting operations. Reinstall all removed items after completion of paint work. 3. Clean surfaces to be painted before applying paint of surface treatment. Remove oil and grease prior to mechanical cleaning. C. Ferrous Metals: Clean ferrous surfaces that are not galvanized or shop -coated, of oil, grease, dirt, loose mill scale and other foreign substances by solvent or mechanical cleaning. 1. Touch-up shop -applied prime coats, where damaged or bare. Clean and touch-up with same type shop primer. D. Galvanized Surfaces: Clean free of oil and surface contaminants with non -petroleum-based solvent. Apply coat of etching primer if required by paint manufacturer. E. Wood: Clean wood surfaces to be painted of dirt, oil, and other foreign substances with scrapers, mineral spirits, and sandpaper, as required. Sandpaper smooth those finished surfaces exposed to view, and dust off. Scrape and clean small, dry, seasoned knots and apply a thin coat of white shellac or other recommended knot sealer, before application of priming coat. After priming, fill holes, and imperfections in finish surfaces with putty or plastic wood -filler. Sandpaper smooth when dried. 1. Prime, stain, or seal wood required to be job -painted immediately upon delivery to job. Prime edges, ends faces, undersides, and backsides of such wood, including cabinets and counters. 2. Seal tops, bottoms, and cut-outs with a heavy coat of varnish or equivalent sealer immediately upon delivery to job. F. Gypsum Board: Fill minor defects with filler compound. Spot prime defects after repair. 3.3 APPLICATION A. Apply paint products in accordance with manufacturer's published instructions using application procedures approved for the particular application and substrate to the specified Minimum Dry Film Thickness (MDF). Apply each coat to uniform finish. B. Apply each coat slightly darker than preceding coat unless otherwise approved by the Engineer. Sand lightly between coats to achieve specified finish. C. Do not apply finishes on surfaces that are not dry. D. Number of coats and film thickness required is same regardless of application method. Do not apply succeeding coats until the previous coat has cured as recommended by the manufacturer. E. Apply additional coats when undercoats, stains, or other conditions show through final coat until paint film is of uniform finish, color, and appearance. Surfaces, including edges, corners, crevices, welds, and exposed fasteners to receive minimum dry film thickness equivalent to that of flat surfaces. F. Minimum Coating Thickness: Apply materials at not less than manufacturer's recommended spreading rate. Provide minimum dry film thickness (MDF) of the entire coating system as indicated in Painting and Finishing Schedule at end of this Section. G. Prime Coats: Before application of finish coats, apply a prime coat of material as recommended by manufacturer to material scheduled to be painted or finished that has not been shop primed. Recoat primed and sealed surfaces where evidence of suction spots or unsealed areas in first CITY OF NEWPORT BEACH 099100-7 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 09 9100 PAINTING coat appears, to assure a finish coat with no burn through or other defects due to insufficient sealing. H. Pigmented (Opaque) Finishes: Completely cover to provide an opaque, smooth surface of uniform finish, color, appearance, and coverage. Cloudiness, spotting, laps, brush marks, runs, sags, or other surface imperfections will not be acceptable. Hollow Metal Doors: Paint each door edge. J. Completed Work: Match the Engineer's approved field samples for color and sheen. 3.4 MECHANICAL AND ELECTRICAL EQUIPMENT A. Clean or replace identification markings on mechanical or electrical equipment when painted over or spattered. 3.5 FIELD QUALITY CONTROL A. Section 01 4000 - Quality Requirements: Field testing and inspection. B. Inspect painting and coating application for scheduled material, color, sheen, specified thickness (MDF), and coverage. 3.6 CLEANING A. As work proceeds and upon completion, promptly remove paint where spilled, splashed, or spattered. B. During progress of work keep premises free from any unnecessary accumulation of tools, equipment, surplus materials, and debris. C. Collect waste, cloths, and material which may constitute a fire hazard, place in closed metal containers and remove daily from site. D. Upon completion of work leave premises neat and clean 3.7 PROTECTION A. Protect other surfaces from paint and damage. Repair damage as a result of inadequate or unsuitable protection. 3.8 COLOR SCHEDULE — See Drawings 3.9 SCHEDULE OF ITEMS TO BE PAINTED A. Painted finishes shall be provided for, but not limited to, the following items. Refer to Drawings and Paint Color Schedule at end of this Section for designated finishes and colors of areas. 1. Interior: All interior surfaces as scheduled on Drawings including, but not limited to: a. Hollow metal doors and frames. CITY OF NEWPORT BEACH 099100-8 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 09 9100 PAINTING b. Gypsum wallboard. C. Exposed wood trim. B. Do not paint the following items: 1. Pre -finished items a. Aluminum, brass, bronze, stainless steel, and chrome plated steel. b. Pre -finished items, such as toilet compartments, acoustical ceiling materials, mechanical, and electrical equipment. c. UL, FM, and other code -required labels. d. Equipment identification, performance rating, and name plates. e. Finish hardware. f. Factory finished metal wall panels, metal wall panel trim, and metal gravel stops. 2. Exposed items: a. Exposed mechanical ductwork, hangers, and supports. b. Exposed piping and conduit, hangers and supports. c. Exposed fire protection piping, hangers and supports. d. Exposed roof structure. e. Exposed roof deck. 3.10 PAINTING AND FINISHING SCHEDULE A. Interior Paint Systems: 1. Interior Masonry: a. 2 Coats Latex Epoxy 2. Interior Gypsum Wallboard: a. 1 coat Latex Wall Primer. b. 1 coat Latex Eggshell Enamel 3. Interior Metal: a. 1 coat primer b. 2 coats Alkyd Latex Satin 4. Interior Wood (painted): a. 1 coat Enamel Undercoat b. 2 coats Alkyd Semi -Satin Enamel 5. Hollow Metal Doors - Painted. a. One coat Enamel Undercoat. b. Two tinted coats of Latex Semi -Gloss Enamel. 6. Ferrous Metals a. Touch up Prime Coat. b. Two tinted coats of Alkyd Enamel Semi -Gloss. Payment for items of work identified in Division 9 of the plans and these specifications shall be based on the lump sum bid pricing for the various bid items identified as finishes in the Bid Schedule. END OF SECTION CITY OF NEWPORT BEACH 099100-9 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 10 1400 SIGNAGE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: Supply and installation of Interior Room Signs, and Geometric Signs. B. Related Sections: 1. Project Signs, see Construction Facilities and Temporary Controls: Section 01 5000, Temporary Facilities Control. 2. Section 09 1000, Finishes 1.2 SUBMITTALS A. Make submittals in accordance with section 01 3300. B. Shop Drawings: Submit shop drawings showing sizes of signs and lettering, construction details of signs and anchoring details. C. Submittals: Submit color and texture samples of all materials to be used for signs. D. Samples: Submit 1 full size sample of each toilet room signs. 1.3 QUALITY ASSURANCE A. Manufacturers shall have been regularly engaged in manufacturing identifying devices for minimum of 5 years. B. Pre -Installation Conference: Notify OAR when signs are ready for installation. Arrange for conference at site. Do not proceed with installation until ARCHITECT'S approval of specific locations and methods of attachment has been obtained. C. Provide signs from one manufacturer. 1.4 PRODUCT HANDLING A. Use all means necessary to protect signs before, during and after installation. In event of damage, immediately make necessary repairs and replacements. PART 2 - PRODUCTS 2.1 MANUFACTURE A. Products of following manufacturers are acceptable and are the basis for intended design and quality. 1. Vomar Products Inc. 2. ASI-Modulex, Inc. 3. Mohawk Sign Systems, Inc. 4. Accent Signage Systems. 5. The Gruenke Company. CITY OF NEWPORT BEACH 101400-1 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 10 1400 SIGNAGE Ada Sign Products. AccuBraille. 8. Equal. 2.2 MATERIAL AND FABRICATION A. Interior Room Identification Sign Materials.- Substrate aterials: Substrate Panel: 1/8 inch minimum thick, integrally colored or clear acrylic plastic, or laminated acrylic. Conforming to ASTM D4802; non -glare (matte), UV stable, suitable for interior and exterior use. a. Corners shall be square. b. Edges shall be square and eased. C. Colors as selected by ARCHITECT from manufacturer's custom color range. Fasteners: a. Stainless steel tamper -proof screws and plastic anchors. b. Signs mounted on fire -rated doors shall be secured with adhesive. C. Adhesives and sealants shall comply with the limits for VOC content. B. Characters and Symbols: Shall be fabricated by one of the processes described below.- Computer elow: Computer cut raised characters and graphics shall be cut from 1/16 inch integrally colored acrylic. Raised characters and graphics shall be inlaid 1/32 inch minimum into first surface of sign background, secured with adhesive so it cannot be removed without the use of tools. Raised characters and graphics shall have beveled, eased or rounded edges. Non - tactile text and graphics shall be applied to the second surface, and background color shall be applied to the second surface and protected with film or an additional backplate. Pictograms and other symbols including the International Symbol of Accessibility, which are included on signs with raised characters and Braille, are not required to be raised. 2. Raised characters and graphics including braille shall be integral to sign face and shall be formed into sign face by high pressure thermoforming using a negative mold. No applied, glued, welded tactile elements are acceptable. Raised characters and graphics shall have beveled, eased or rounded edges. No sharp, square edges are acceptable. Non -tactile text and graphics shall be applied to the second surface, and background color shall be applied to the second surface and protected with vinyl film. Pictograms and other symbols including the International Symbol of Accessibility, which are included on signs with raised characters and Braille, or other signs are not required to be raised. CITY OF NEWPORT BEACH 101400-2 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 10 1400 SIGNAGE 2.3 COMMUNICATION ELEMENTS AND FEATURES A. Raised Characters Raised characters shall comply with CBC 11 B-703.2. 1. Character Type: Characters on signs shall be raised 1/32 inch minimum above their background and shall be sans serif uppercase characters duplicated in Braille. Characters and Braille shall be in a horizontal format. 2. Character Height: Character height measured vertically from the baseline of the character shall be 5/8 inch minimum and 2 -inch maximum based on the height of the uppercase letter "I". 3. Character Proportions: Characters shall be selected from fonts where the width of the uppercase letter "O" is 60 percent minimum and 110 percent maximum of the height of the letter" I". 4. Stroke Thickness: Stroke thickness of the uppercase letter 'T' shall be 15 percent maximum of the height of the character. 5. Character and Line Spacing shall be in conformance to CBC 11 B-703.2.7 and 116- 703.2.8. 6. Character Placement: Shall be placed in accordance to Section 2.3, C below. A. Visual Characters: Visual characters shall comply with CBC Section 1113-703.5. Characters shall be conventional in form, and shall be uppercase or lowercase or a combination of both, as indicated on the drawings. Characters shall not be italic, oblique, highly decorative, or of other unusual forms. Finish and Contrast: Characters and their backgrounds shall have a non -glare finish. Characters shall contrast with their background with either light characters on a dark background or a dark character on a light background. 2. Character Proportions: Characters shall be selected from fonts where the width of the uppercase letter "O" is 60 percent minimum and 110 percent maximum of the height of the uppercase of the letter "I". 3. Character Height: Minimum character height shall comply with CBC Table 116- 703.5.5. 4. Height from Finish Floor or Ground: Visual characters shall be 40 inches minimum above the finish floor or ground 5. Stroke Thickness: Uppercase letter "I" shall be 10 percent minimum and 20 percent maximum of the height of the character. 6. Character and Line Spacing: Shall be in accordance to CBC 11 B-703.5.8 and 116- 703.5.9. B. Braille: Contracted Grade 2 Braille, conforming to CBC 11 B-703.3. Braille characters shall be inlaid optically correct acrylic Raster beads into computer drilled holes in the panel surface. CITY OF NEWPORT BEACH 101400-3 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 10 1400 SIGNAGE Dimensions and Capitalization: Braille dots shall have a domed or rounded shape and shall comply with CBC Table 11 B-703.3.1. The indication of an uppercase letter or letters shall only be used before the first word of sentences, proper nouns and names, individual letters of the alphabet, initials, and acronyms. 2. Position: Braille shall be positioned below the corresponding text in a horizontal format, flush left or centered. If text is multi -lined, Braille shall be placed below the entire line of text. Braille shall be separated 3/8 inch minimum and 1/2 maximum from any other tactile characters and 3/8 inch minimum from raised borders and decorative elements. C. Pictograms: In conformance to CBC 11 B-703.6. Pictograms shall have a field height of 6 inches minimum. Characters and Braille shall not be located in the pictogram field. 1. Finish and Contrast: Pictograms and their field shall have a non -glare finish. Pictograms shall contrast with their field with either a light pictogram on a dark field or a dark pictogram on a light field. 2. Text Descriptors: Pictograms shall have text descriptors located directly below the pictogram field, and shall comply with CBC 11 B-703.2, 11 B-703.3 and 11 B-703.4. D. International Symbol of Accessibility (ISA): Shall comply with CBC 11 B-703.7 and CBC Figure 11 B-703.7.2.1. The ISA shall consist of a white figure on a blue background. The blue color shall be approximate to FS. 15090 in Federal Standard 595C. E. Mounting Locations and Height: Signs with tactile characters shall be as indicated on the drawings and in conformance to CBC 11 B-703.4. Mounting Locations: a. Identification signs for rooms and spaces shall be located on the wall adjacent to the latch side of the door, as one enters the room or space. b. Signs that identify exits shall be located at the exit door when approached in the direction of egress travel. C. Signs containing tactile characters shall be located so that a clear floor space 18 -inches minimum by 18 -inches minimum, centered on the tactile characters, is provided beyond the arc of any door swing between the closed position and 45 -degree open position. d. Where a tactile sign is provided at a door, the sign shall be located alongside the door at the latch side. e. Where a tactile sign is provided at double doors with one active leaf, the sign shall be located at the inactive leaf. f. Where a tactile sign is provided at double doors with two active leafs, the sign shall be located to the right of the right-hand door. g. Where there is no wall space at the latch side of a single door or at the right side of double doors, signs shall be located on the nearest adjacent wall. CITY OF NEWPORT BEACH 101400-4 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 10 1400 SIGNAGE 2. Mounting height above finish floor or ground: Tactile characters on signs shall be located 48 inches minimum above the finish floor or ground surface, measured from the baseline of the lowest Braille cells and 60 inches maximum above the finish floor or ground surface, measured from the baseline of the highest line of raised characters. 2.4 RESTROOM SIGNAGE A. Multiple -Occupancy restrooms shall be provided with geometric symbols and wall mounted pictograms with text descriptors. B. Geometric Symbols: 1. Doorways leading to toilet rooms shall be identified by a geometric symbol complying with CBC Section 11 B-703.7.2.6. 2. Male Restroom Door Symbol: 1/4 -inch -thick equilateral triangle with edges 12 inches long, with vertex pointing upward, the triangle symbol shall contrast with the door, either light on a dark background or dark on a light background. A male silhouette shall appear within the equilateral triangle in contrasting color to it. Female Restroom Door Sign: 1/4 -inch -thick circle 12 -inch diameter, the circle symbol shall contrast with the door, either light on a dark background or dark on a light background. A female silhouette shall appear within the circle in contrasting color to it. 4. "All Gender' Restroom Door Sign (Single occupancy restrooms): 1/4 -inch -thick circle, 12 -inch diameter with a 1/4 -inch -thick equilateral triangle with the vertex pointing upward superimposed on the circle and within the 12 -inch diameter. Triangle and circle shall be of contrasting colors; the circle symbol shall contrast with the door. A female and male silhouette shall appear within the equilateral triangle in contrasting color to it, and the word "restroom" shall appear on the bottom part of the circle in contrasting color to it. Edges and Vertices on Geometric Symbols: Shall be eased or rounded at 1/16 inch minimum, or chamfered at 1/8 inch maximum. Vertices shall be radiused between 1/8 minimum and % inch maximum. Location and Mounting Height: Symbols shall be mounted at 58 inches minimum and 60 inches maximum above the finish floor or ground surface measured from the centerline of the symbol. Where a door is provided the symbol shall be mounted within one inch of the vertical centerline of the door. C. Room Identification for Multiple -Occupancy Restrooms: Provide a 16 -inch -long by 6 -inch - tall room identification sign, including a pictogram of the International Symbol of Accessibility on a side. Restroom names shall be "Women" or "Men". Characters, Braille, pictograms and mounting locations and height shall be in conformance to section 2.3. D. Room Identification for Single -Occupancy Restrooms: Provide a 16 -inch -long by 6 -inch -tall room identification sign, including a pictogram of the International Symbol of Accessibility on a side. Text descriptor shall be "All Gender Restroom". Characters, Braille, pictograms and mounting locations and height shall be in conformance to section 2.3. CITY OF NEWPORT BEACH 101400-5 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 10 1400 SIGNAGE PART 3 — EXECUTION 3.1 EXAMINATION A. Verify that surfaces are ready to receive work. B. Beginning of installation means installer accepts condition of existing surfaces. 3.2 INSTALLATION A. Interior Identification Signs and Interior Directional Signs: 1. Anchor signs to wall using 4 tamperproof, round head screws, one at each corner of sign. Furnish plastic anchors. 2. In In addition to screws, signs shall be secured to wall with high -bond two-faced tape. 3. For installation on glass, fasten sign to glass with very high bond double faced tape. On opposite side of glass, anchor matching backplate to glass with very high -bond double-faced tape. C. Geometric Signs: Toilet room signs shall be anchored to doors with 3 tamperproof countersunk screws, designed for anchoring to material of wall. 3.3 CLEANUP A. Remove rubbish, debris, and waste materials and legally dispose of off Project site. 3.4 PROTECTION A. Protect Work of this section until Substantial Completion. Payment for items of work covered under Division 10 of the plans and these specifications shall be based on the lump sum bid pricing identified in the Bid Schedule. No additional compensation will be allowed. END OF SECTION CITY OF NEWPORT BEACH 101400-6 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 10 2115 TOILET COMPARTMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Solid phenolic, moisture resistant substrate. a. Toilet partitions: overhead braced. b. Urinal screen: wall hung. 2. Attachment hardware. B. Related Documents: The Contract Documents, as defined in Section 01 1000 - Summary of Work, apply to the Work of this Section. Additional requirements and information necessary to complete the Work of this Section may be found in other Documents. C. Related Sections: 1. Section 10 2813 — Toilet Accessories. 1.2 REFERENCES A. American National Standards Institute (ANSI): 1. ANSI A117.1 - Specifications for Making Buildings and Facilities Accessible To and Usable by Physically Handicapped People. B. American Society for Testing and Materials (ASTM): 1. ASTM A 167 - Specification for Stainless and Heat -Resisting Chromium -Nickel Steel Plate, Sheet and Strip. 2. ASTM E-84 — Standard Test Method for Surface Burning Charactereistics of Building Matrials. 3. B221 — Standard Specification for Aluminum and Aluminum —Alloy Extruded Bars, Rods, Wire, Profiles & Tubes. 1.3 QUALITY ASSURANCE A. Regulatory Requirements: 1. Conform to ANSI A117.1 code for access for the handicapped operation of toilet compartment door and hardware. 2. CBC 2016 for Flame Spread/Smoke Development requirements. 1.4 SUBMITTALS A. Section 01 3300 - Submittal Procedures: Procedures for submittals. 1. Product Data: Submit manufacturer's data sheets for each product specified. 2. Shop Drawings: Submit manufacturer's shop drawings for each product specified, including the following: a. Plans, elevations, details of construction and attachment to adjacent construction. b. Show anchorage locations and accessory items. C. Verify dimensions with field measurements prior to final production of toilet compartments. 3. Closeout documents: Submit operation and maintenance data and warranty. 1.6 DELIVERY, STORAGE, AND HANDLING CITY OF NEWPORT BEACH 102115-1 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 10 2115 TOILET COMPARTMENTS A. Deliver, store and handle materials and products in strict compliance with manufacturer's instructions and recommendations. Protect from damage. 1.7 WARRANTY A. Manufacturer's standard 10 year limited warranty for panels, doors, and stiles against breakage, corrosion, delamination, and defects in factory workmanship. Manufacturer's standard 1 year guarantee against defects in material and workmanship for stainless steel door hardware and mounting brackets. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with project requirements, manufacturers offering specified items which may be incorporated in the Work include the following: 1. Bobrick Washroom Equipment, Inc. 2. Capitol Partitions. 3. Comtec Industries. 4. Metpar Corporation. 5. Scranton Products. 6. Or approved equal. 2.2 MATERIALS A. Stiles, Panels, Doors, and Screens 1. Solid phenolic material constructed of solidly fused plastic laminate with matte -finish melamine surfaces, colored face sheets, and black phenolic resin core that are integrally bonded. Edges shall be black. 2. Color: as noted on Drawings. 3. Option to provide gap -Free Privacy Design. 4. Finish Thickness: a. Stiles and doors shall be 3/4 inch. b. Panels shall be 1/2 inch. B. Heavy Duty Hardware 1. All hardware to be Institutional Hardare, 18-8, type -304 stainless steel with satin finish. 2. All hardware concealed inside compartments with the exception of out -swinging doors. C. Latch with Vandal -Resistant Option 1. Sliding door latch 14 gauge and slide on nylon track. 2. Sliding door latch shall require less than 5 -pound force to operate. Twisting latch operation will not be acceptable. 3. Latch track attached to door by flathead machine screws into factory installed threaded brass inserts. 4. Latch handle shall have rubber bumper to act as door stop. 5. Latch shall allow door to be lifted over 8 -gauge keeper for emergency access. 6. Metal -to -metal connection shall withstand a direct pull of over 1000 pounds per screw. 7. ADA approved latch. D. Hinges with Vandal -Resistant Option 1. Hinge 16 gauge continuous piano hinge. 2. All doors equipped with self-closing hinge. CITY OF NEWPORT BEACH 102115-2 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 10 2115 TOILET COMPARTMENTS 3. Continuous piano hinge attached to door and stile by theft -resistant, one-way, stanless steel machine screws into threaded brass inserts. 4. Door furnished with two 11 -gauge vinyl -coated door stops to ersist door from being kicked out of compartment. 5. Door stops and keeper secured with stainless steel, one-way, machine screws from inside of compartment to threaded brass inserts. E. Mounting brackets 18 -gauge stainless steel and extend full height of panel. U -channels furnished for panel to stile mounting. Angle brackets furnished for stile to wall and stile to panel mounting. Angle brackets furnished for panel to wall mounting. F. Leveling Device 3/16 inch hot rolled steel bar; chromate -treated and zinc -plated; through -bolted to base of solid phenolic stile. G. Stile Shoe one-piece, 4 inch high, type -304, 22 -gauge stainless steel with satin finish. Top shall have 90 degree return to stile. One-piece shoe capable of adapting to 3/4 inch or 1 inch stile thickness and capable of being fastened (by clip) to stiles starting at wall line. H. Overhead Braced Headrail satin finish, extruded anodized aluminum 0.125 inches thick with anti - grip profile. PART 3 — EXECUTION 3.1 EXAMINATION A. Section 01 7300 — Execution: Verification of existing conditions before starting work. 1. Check areas scheduled to receive compartments for correct dimensions, plumbness of walls, and soundness of surfaces that would affect installationof mounting brackets. 2. Verify spacing of plumbing fixtures to assure compatibility with installation of compartments. 3. Do not begin installation of compartments until conditions are satisfactory. 3.2 INSTALLATION A. Install compartments rigidly, straight, plumb, and level and in accordance with manufacturer's installation instructions. B. Installation methods shall conform to manufacturer's recommendations for backing and proper support. C. Conceal evidence of drilling, cutting, and fitting to room finish. D. Maintain uniform clearance at vertical edge of doors. 3.3 ADJUSTMENT AND CLEANING A. Adjust hardware for proper operation after installation. B. Set hinge cam on in -swinging doors to hold doors open when unlatched. C. Set hinge cam on out -swinging doors to hold unlatched doors in closed position. D. Clean exposed surfaces of compartments, hardware, and fittings. END OF SECTION CITY OF NEWPORT BEACH 102115-3 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 10 2813 TOILET ACCESSORIES PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1. Toilet Accessories. 2. Attachment hardware. B. Related Documents: The Contract Documents, as defined in the General Conditions, apply to the Work of this Section. Additional requirements and information necessary to complete the Work of this Section may be found in other documents. C. Related Sections: 1. Section 06 1000 - Rough Carpentry: Placement of backing and blocking for attachment of accessories. 1.2 REFERENCES A. American Society for Testing and Materials (ASTM): 1. ASTM A 123 - Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products. 2. ASTM A 167 - Specification for Stainless and Heat -Resisting Chromium -Nickel Steel Plate, Sheet, and Strip. 3. ASTM A 366 - Specification for Steel, Carbon, Cold -Rolled Sheet, Commercial Quality. 1.3 SUBMITTALS A. Section 01 3300 - Submittal Procedures: Procedures for submittals. 1. Product Data: Data for each accessory describing size, finish, details of function, and attachment methods. 1.4 QUALITY ASSURANCE A. Regulatory Requirements: Conform to California Building Code, 2016 Edition and Federal ADA for mounting heights and locations of accessories. 1.5 DELIVERY, STORAGE, AND HANDLING A. Section 01 6000 - Product Requirements: Transport, handle, store, and protect products. B. Deliver accessories in original labeled packaging, bearing manufacturer's name and type of accessory. CITY OF NEWPORT BEACH 102813-1 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 10 2813 TOILET ACCESSORIES PART 2 -PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with project requirements, manufacturers offering specified items which may be incorporated in the Work include the following: 1. American Specialties Company, 2. Bobrick Washroom Equipment, 3. Bradley Corporation, 4. McKinney Parker, 5. Or approval equal as permitted in Section 01 6000 - Product Requirements: Product options and substitutions. 2.2 MATERIALS A. Sheet Steel: ASTM A 366. B. Galvanized Sheet Steel: ASTM A 366, ASTM A 123 to 1.25 ounces per square yard. C. Stainless Steel Sheet: ASTM A167, Type 304. D. Fasteners, Screws, and Bolts: Stainless Steel, tamper -proof. E. Expansion Shields: Fiber, lead, or rubber as recommended by accessory manufacturer for component and substrate. 2.3 MANUFACTURED UNITS — See Drawings 2.4 FABRICATION A. Weld and grind smooth joints of fabricated components. B. Form exposed surfaces from single sheet of stock, free of joints. Form surfaces flat without distortion. Maintain surfaces without scratches or dents. C. Fabricate grab bars of tubing, free of visible joints, return to wall with end attachment flanges. D. Shop assemble components and package complete with anchors and fittings. E. Provide steel anchor plates, adapters, and anchor components for installation. F. Back paint components where contact is made with building finishes to prevent electrolysis. PART 3 - EXECUTION 3.1 EXAMINATION A. Section 01 7300 - Execution: Verification of existing conditions before starting work. CITY OF NEWPORT BEACH 102813-2 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 10 2813 TOILET ACCESSORIES B. Verification of Conditions: Verify that field measurements, surfaces, substrates and conditions are as required, and ready to receive Work. 1. Verify correct location of opening in wall for recessed accessories. 2. Verify that attachment blocking and backing plates are in place in the correct location for accessory connections. C. Report in writing to the Engineer prevailing conditions that will adversely affect satisfactory execution of the Work of this Section. Do not proceed with Work until unsatisfactory conditions have been corrected and approved by the Engineer. D. By beginning Work, Contractor accepts conditions and assumes responsibility for correcting unsuitable conditions encountered at no additional cost to the City. 3.2 PREPARATION A. Deliver inserts and rough -in frames to site for scheduled installation. B. Provide and use templates and rough -in measurements as required. 3.3 INSTALLATION A. Install fixtures, accessories, and items in accordance with manufacturer's instructions, and as indicated on Drawings. Use tamper -proof fasteners. B. Install plumb and level, securely and rigidly anchored to substrate. 3.4 ADJUSTING AND CLEANING A. Adjust accessories for proper operation and verify mechanisms function smoothly. B. Remove temporary labels and protective coatings. Clean and polish exposed surfaces. Payment for all items of work identified under Division 10 of the plans and these specifications shall be based on the lump sum pricing for the various bid items identified as Building Specialties on the Bid Schedule. END OF SECTION CITY OF NEWPORT BEACH 102813-3 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 22 0500 PLUMBING PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1. Waterproofing. 2. Electrical Connections and Protection. 3. Supports and anchors. 4. Cleaning, Protection and Adjustment. 5. Dielectric Fittings. 6. Piping connections. 7. Mechanical Identification. 8. Sleeves and Seals. B. Related Documents: The Contract Documents, as defined in Section 01 1000 - Summary of Work, apply to the Work of this Section. Additional requirements and information necessary to complete the Work of this Section may be found in other Documents. C. Related Sections: 1. 07 9200 - Joint Sealants: Sealants. 2. 09 9100 -Painting: Field painting. 1.2 WATERPROOFING A. Where work penetrates waterproofing, including waterproof concrete, the method of installation shall be approved by the Engineer prior to performing the work. Furnish necessary sleeves, caulking and flashing required to make openings absolutely watertight. 1.3 ELECTRICAL CONNECTIONS AND PROTECTION A. Regardless of voltage, provide control wiring, interlock wiring, and equipment control wiring for the equipment provided under this division of the specifications. B. Furnish electrical disconnect switches, starters and combination starter disconnects required for equipment provided under this division of the specifications. Circuit breakers furnished shall be rated for motor protection. C. Power wiring not used for control functions, complete from power source to motor or equipment junction box, including power wiring through starters, shall be provided under Division 26. D. Coordinate to ensure that electrical devices furnished or provided are compatible with the electrical systems used. E. Confirm final location of electrical equipment to be installed in the vicinity of piping. 1.4 PAINTING A. Painting requirements of this section shall conform to Division 9 — Finishes: Painting. B. Provide surface preparation, priming, and final coat application in strict accordance with manufacturer's recommendations. CITY OF NEWPORT BEACH 220500-1 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 22 0500 PLUMBING C. Provide field painting of systems, equipment and miscellaneous metals located outdoors. Application shall be in strict accordance with manufacturer's recommendations. D. Provide painting of plumbing piping and equipment exposed in mechanical equipment room and in occupied spaces. Plumbing items to be painted are as follows: 1. Piping, pipe hangers, pipe insulation, and supports 2. Equipment and supports. 3. Accessory items. 1.5 CLEANING, PROTECTION AND ADJUSTMENT A. Cleaning 1. General cleaning requirements are specified in Division 1 — General Requirements. 2. Upon completion of the work, clean the exterior surface of equipment, accessories, and trim installed. Clean, polish, and leave equipment, accessories, and trim in first-class condition. B. Protection of Surfaces 1. Protect surfaces from damage during the construction period. 2. Provide plywood or similar material under equipment or materials stored on floors or roofs. Provide protection in areas where construction may damage surfaces. 3. Surfaces damaged during the construction shall be repaired or replaced at no additional cost to the City. The method of repairing or replacing the surface shall be approved by the Engineer. C. Protection of Services 1. Protect services from damage during the construction period. 2. Repair, replace and maintain utilities, facilities or services (underground, above ground, interior or exterior) damaged, broken or otherwise rendered inoperative during the course of construction. 3. Services damaged during the construction shall be replaced at the cost of the Contractor at fault. The method used in repairing, replacing or maintaining the services shall be approved by the Engineer. D. Protection of Equipment and Materials 1. Equipment and materials shall be stored in a manner that shall maintain an orderly, clean appearance. If stored on-site in open or unprotected areas, equipment and material shall be kept off the ground and out of standing water by means of pallets or racks, and covered with tarpaulins. 2. Equipment and material, if left unprotected and damaged, shall be repainted or otherwise refurbished at the discretion of the Owner. Equipment and material are subject to rejection and replacement if, in the opinion of the Engineer or manufacturer the equipment has deteriorated or been damaged to the extent that its immediate use or performance is questionable, or that its normal life expectancy has been curtailed. 3. During the construction period, protect piping, fittings, valves, equipment, and associated appurtenances from damage and dirt. Each system of piping shall be flushed to remove grit, dirt, sand, and other foreign matter for as long a time as required to thoroughly clean the systems. E. Adjustment 1. After the entire installation has been completed, make required adjustments to balancing valves, circulating systems, pressure reducing valves and similar devices until performance requirements are met. CITY OF NEWPORT BEACH 220500-2 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 22 0500 PLUMBING Provide factory -lubricated bearings for equipment. Before initial startup of equipment, inspect and verify bearings for proper amounts of lubricant. If required, provide proper amounts of lubricant in accordance with manufacturer's recommendations. 1.6 DIELECTRIC FITTINGS A. Ferrous to non-ferrous pipe connections shall be made with threaded, soldered, plain, or welded end connections that match piping system material. Dielectric fittings shall prevent any electrolytic action between dissimilar materials. 1.7 PIPING CONNECTIONS A. Make pipe connections according to the following 1. Provide unions in supply piping systems 4 inches and smaller: a. Adjacent to each side of valve b. At final connection to equipment 2. Provide flanged connections for supply piping systems 4 % inches and larger: a. Adjacent to each side of valve b. At final connection to equipment 3. Provide sewer lateral cleanout: a. As indicated on Plans. 1.8 SLEEVES AND SEALS A. Sleeves for Pipes Through Non -Fire Rated Floors: 18 gage (1.2 mm thick) galvanized steel. B. Sleeves for Pipes Through Non -Fire Rated Beams, Walls, Footings, and Potentially Wet Floors: Steel pipe or 18 gage (1.2 mm thick) galvanized steel. C. Sleeves for Round Ductwork: Galvanized steel. D. Sleeves for Rectangular Ductwork: Galvanized steel or wood. E. Sealant: refer to Section 07 9200 — Joint Sealants. PART 2 - PRODUCTS 2.1 PIPE HANGERS AND SUPPORTS A. Manufacturers: Subject to compliance with project requirements, manufacturers offering Products which may be incorporated in the Work include the following: 1. Grinnell. 2. Elcen. 3. Fee and Mason. 4. Kin -Line. 5. Michigan. 6. Unistrut. 7. Or approved equal. B. Plumbing Piping - DWV: 1. Conform to ASTM F708. 2. Hangers for Pipe Sizes 1/2 to 1-1/2 Inch (13 to 38 mm): Malleable iron, adjustable swivel, split ring. CITY OF NEWPORT BEACH 220500-3 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 22 0500 PLUMBING 3. Hangers for Pipe Sizes 2 Inches (50 mm) and Over: Carbon steel, adjustable, clevis. 4. Multiple or Trapeze Hangers: Steel channels with welded spacers and hanger rods. 5. Wall Support for Pipe Sizes to 3 Inches (75 mm): Cast iron hook. 6. Wall Support for Pipe Sizes 4 Inches (100 mm) and Over: Welded steel bracket and wrought steel clamp. 7. Vertical Support: Steel riser clamp. 8. Floor Support: Cast iron adjustable pipe saddle, lock nut, nipple, floor flange, and concrete pier or steel support. 9. Copper Pipe Support: Carbon steel ring, adjustable, copper plated. C. Plumbing Piping - Water: 1. Conform to ASTM F708. 2. Hangers for Pipe Sizes 1/2 to 1-1/2 Inch (13 to 38 mm): Malleable iron adjustable swivel, split ring. 3. Hangers for Cold Pipe Sizes 2 Inches (50 mm) and Over: Carbon steel, adjustable, clevis. 4. Hangers for Hot Pipe Sizes 2 to 4 Inches (50 to 100 mm): Carbon steel, adjustable, clevis. 5. Hangers for Hot Pipe Sizes 6 Inches (150 mm) and Over: Adjustable steel yoke, cast iron roll, double hanger. 6. Multiple or Trapeze Hangers: Steel channels with welded spacers and hanger rods. 7. Multiple or Trapeze Hangers for Hot Pipe Sizes 6 Inches (150 mm) and Over: Steel channels with welded spacers and hanger rods, cast iron roll. 8. Wall Support for Pipe Sizes to 3 Inches (76 mm): Cast iron hook. 9. Wall Support for Pipe Sizes 4 Inches (100 mm) and Over: Welded steel bracket and wrought steel clamp. 10. Wall Support for Hot Pipe Sizes 6 Inches (150 mm) and Over: Welded steel bracket and wrought steel clamp with adjustable steel yoke and cast-iron roll. 11. Vertical Support: Steel riser clamp. 12. Floor Support for Cold Pipe: Cast iron adjustable pipe saddle, lock nut, nipple, floor flange, and concrete pier or steel support. 13. Floor Support for Hot Pipe Sizes to 4 Inches (100 mm): Cast iron adjustable pipe saddle, lock nut, nipple, floor flange, and concrete pier or steel support. 14. Floor Support for Hot Pipe Sizes 6 Inches (150 mm) and Over: Adjustable cast iron roll and stand, steel screws, and concrete pier or steel support. 15. Copper Pipe Support: Carbon steel ring, adjustable, copper plated. 2.2 PIPE HANGER AND SUPPORT SCHEDULE PIPE HANGER AND SUPPORT SCHEDULE PIPE SIZE MAX. HANGER SPACING HANGER ROD Inches mm Feet m DIAMETER - Inches mm 1/2 to 1-1/4 6.5(2) 3/8(9) 12 to 32 1-1/2 to 2 10 (3) 3/8(9) 38 to 50 2-1/2 to 3 10 (3) 1/2(13) 62 to 75 4 to 6 10 (3) 5/8(15) 100 to 150 8 to 12 14 (4.25) 7/8(22) 200 to 300 PVC All Sizes 6(1.8) 3/8(9) C.I. Bell and Spigot 5(1.5) 1/2(13) or No -Hub and at Joints CITY OF NEWPORT BEACH 220500-4 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 22 0500 PLUMBING 2.3 PROTECTION OF ELECTRICAL EQUIPMENT A. Plan and arrange overhead piping to avoid dedicated electrical space that may include motors, controllers, switchboards, panel boards, or similar equipment. 1. Dedicated electrical space is equal to the width and depth of the electrical components and extends from the floor to a height of 6 feet above the electrical components or to the structural ceiling, which ever is lower. No piping, leak detection apparatus, equipment, components or associated appurtenances foreign to the electrical installation shall be located in the dedicated electrical space. 2. Dropped, suspended, or any other type of ceiling that does not add strength to the building structure can not be provided as a separation between dedicated electrical space for the installation of foreign components within the dedicated electrical space. B. Where the installation of foreign components occurs above the dedicated electrical space (6 feet above the electrical systems), contractor shall provide a means of secondary containment to prevent damage to the electrical systems. C. Secondary Containment Piping System 1. Piping system shall consist of clear unpigmented Polyvinyl Chloride pipe and fittings. The containment piping system shall be longitudinally split. The pipe shall align via a tongue and groove and the fittings shall be manufactured in two halves. 2. The pipe and fitting shall be temporarily held together by clips affixed over top of integral fitting clip locators. Final system joining shall be provided by welding components together via an injection bonding process. 3. Final containment inspection shall be provided via a low-pressure air test per manufacturer's requirements. 2.4 DIELECTRIC FITTINGS A. Dielectric unions shall be factory — fabricated assemblies with a minimum working pressure as required to suit system pressures. B. Dielectric flanges shall be factory — fabricated, companion flange assemblies with a minimum working pressure as required to suit system pressures. C. Dielectric flange kits shall be field — fabricated with a minimum working pressure as required to suit system pressures. Kit shall include flanges, full face type phenolic gasket, phenolic bolt sleeves, phenolic washers, and steel backing washers. D. Dielectric couplings shall be galvanized steel with inert and noncorrosive, thermoplastic lining, threaded ends and a minimum working pressure as required to suit system pressures. E. Dielectric nipples shall be electroplated steel nipple with unert and noncorrosive, thermoplastic lining, plain, threaded, or grooved ends and a minimum working pressure as required to suit system pressures. F. Acceptable Manufacturers: 1. Watts Industries 2. Zurn Industries 3. Sioux Chief Industries 4. Or approved equal. CITY OF NEWPORT BEACH 220500-5 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 22 0500 PLUMBING PART 3 - EXECUTION 3.1 EXAMINATION A. Section 01 7300 - Execution: Verification of existing conditions before starting work. B. Verification of Conditions: Verify that field measurements, surfaces, substrates and conditions are as required, and ready to receive Work. C. Report in writing to the Engineer prevailing conditions that will adversely affect satisfactory execution of the Work of this Section. Do not proceed with Work until unsatisfactory conditions have been corrected and approved by the Engineer. D. By beginning Work, Contractor accepts conditions and assumes responsibility for correcting unsuitable conditions encountered at no additional cost to the City. 3.2 PREPARATION - MECHANICAL IDENTIFICATION A. Degrease and clean surfaces to receive adhesive for identification materials. 3.3 INSTALLATION - GENERAL A. Install in accordance with manufacturer's instructions. B. The use of lead -containing solder for plumbing and plumbing fixtures is prohibited in the construction of this project. 3.4 INSTALLATION - PIPE HANGER AND SUPPORTS A. Support horizontal piping as scheduled. B. Install hangers to provide minimum 1/2 -inch (13 mm) space between finished covering and adjacent work. C. Place hangers within 12 inches (300 mm) of each horizontal elbow. D. Use hangers with 1-1/2 inch (38 mm) minimum vertical adjustment. E. Support horizontal cast iron pipe adjacent to each hub, with 5 feet (1.5 m) maximum spacing between hangers. F. Where several pipes can be installed in parallel and at same elevation, provide multiple or trapeze hangers. G. Support riser piping independently of connected horizontal piping. H. Provide copper plated hangers and supports for copper piping. I. Design hangers for pipe movement without disengagement of supported pipe. J. Prime coat exposed steel hangers and supports. Hangers and supports located in crawl spaces, pipe shafts, and suspended ceiling spaces are not considered exposed. 3.5 INSTALLATION - MECHANICAL IDENTIFICATION CITY OF NEWPORT BEACH 220500-6 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 22 0500 PLUMBING A. Install identifying devices after completion of coverings and painting. B. Install plastic nameplates with corrosive -resistant mechanical fasteners, or adhesive. C. Install tags using corrosion resistant chain. Number tags consecutively by location. D. Install underground plastic pipe markers 6 to 8 inches (150 to 200 mm) below finished grade, directly above buried pipe. E. Identify control panels and major control components outside panels with plastic nameplates. F. Identify valves in main and branch piping with tags. G. Identify piping, concealed or exposed, with plastic pipe markers and plastic tape pipe markers. Use tags on piping 3/4 -inch (20 mm) diameter and smaller. Identify service, flow direction, and pressure. Install in clear view and align with axis of piping. Locate identification not to exceed 20 feet (6 m) on straight runs including risers and drops, adjacent to each valve and tee, at each side of penetration of structure or enclosure, and at each obstruction. Payment for all items of work identified in Division 22 in the plans and these specifications will be based on the lump sum pricing for items identified as Plumbing in the Bid Schedule. No additional Compensation will be allowed. END OF SECTION CITY OF NEWPORT BEACH 220500-7 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 22 4000 PLUMBING FIXTURES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Water closets. 2. Lavatories. 3. Urinals. 4. Drinking Fountains. 5. Protective shielding guards. B. Related Documents: The Contract Documents, as defined in Section 01 1000 - Summary of Work, apply to the Work of this Section. Additional requirements and information necessary to complete the Work of this Section may be found in other Documents. C. Related Sections: 1. Section 07 9200 - Joint Sealants: Seal fixtures to walls and floors. 2. Section 22 0500 - Plumbing 1.2 REFERENCES A. American Society of Mechanical Engineers (ASME): 1. ASME Al 12.18.1 - Finished and Rough Brass Plumbing Fixture Fittings. 1.3 SUBMITTALS A. Section 01 3300 - Submittal Procedures: Procedures for submittals. 1. Product Data: a. Product Data: Provide catalogue illustrations of fixtures, sizes, rough -in dimensions, utility sizes, trim, and finishes. B. Section 01 7704 - Closeout Procedures and Training: Procedures for closeout submittals. 1. Project Record Documents: Accurately record the following: a. Operation and Maintenance Data: Include fixture trim exploded view and replacement parts lists. 1.4 DELIVERY, STORAGE, AND HANDLING A. Section 01 6000 - Product Requirements: Transport, handle, store, and protect Products. B. Only accept fixtures on site in factory packaging. Inspect for damage. C. Protect installed fixtures from damage by securing areas and by leaving factory packaging in place to protect fixtures and prevent use. CITY OF NEWPORT BEACH 22 4000 -1 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 22 4000 PLUMBING FIXTURES PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with project requirements, manufacturers offering Products which may be incorporated in the Work include the following. - 1 . ollowing:1. Water closets, lavatories, urinals, drinking fountains, protective shielding guards: a. American Standard. b. Kohler. C. Or approved equal. B. Furnish and install Products as indicated in Drawings. PART 3 - EXECUTION 3.1 EXAMINATION A. Section 01 7300 - Execution: Verification of existing conditions before starting work. B. Verification of Conditions: Verify that field measurements, surfaces, substrates and conditions are as required, and ready to receive Work. 1. Verify that walls and floor finishes are prepared and ready for installation of fixtures. 2. Verify that electric power is available and of the correct characteristics. C. Report in writing to the Engineer prevailing conditions that will adversely affect satisfactory execution of the Work of this Section. Do not proceed with Work until unsatisfactory conditions have been corrected and approved by the Engineer. D. By beginning Work, Contractor accepts conditions and assumes responsibility for correcting unsuitable conditions encountered at no additional cost to the City. 3.2 PREPARATION A. Rough -in fixture piping connections in accordance with minimum sizes indicated in fixture rough - in schedule for particular fixtures. 3.3 INSTALLATION A. Plumbing Fixtures: 1. Install in accordance with manufacturer's instructions. 2. Install each fixture with trap, easily removable for servicing and cleaning. 3. Provide chrome plated rigid or flexible supplies to fixtures with screwdriver stops, reducers, and escutcheons. 4. Install components level and plumb. 5. Install and secure fixtures in place with wall carriers and bolts. 6. Seal fixtures to wall and floor surfaces with sealant as specified in Section 07 9200 — Joint Sealants, color to be selected by Engineer. 7. Water Closets, Urinals, Lavatories, and Drinking Fountains: Provide adjustable cast iron fixture supports for all wall hung water closets, except where single vertical carriers in shallow walls occur. CITY OF NEWPORT BEACH 224000-2 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR SECTION 22 4000 PLUMBING FIXTURES 8. The use of lead -containing solder for plumbing and plumbing fixtures is prohibited in the construction of this project. 9. Provide stainless steel Access Panels and install in accordance with manufacture recommendations. B. Trap Primers 1. Install primers under sinks and/or lavatories out of line of sight. 2. Trap primers to have approval of plumbing and drainage institute. 3. Install trap primers in accordance with manufacturer's recommendations. C. Backflow Preventers 1. Install in accordance with manufacturer's recommendations. 2. Pipe relief through fixed air gap and discharge to sewer. 3. Install adjacent to wall and/or floor utilizing stand-off brackets, angle frame, and/or concrete piers. 4. Test unit for leaks and pressure drop. Clean and/or replace soiled strainer media. D. Protective Shielding Guards 1. Manufactured, plastic enclosure for covering hot- and cold -water supplies, trap and drain piping, and complying with ADA requirements and meeting ANSI code for barrier -free design. Provide at all accessible sinks and lavatories. 3.4 ADJUSTING A. B. 3.5 A. 3.6 A. Refer to Specification Section 01 7300 — Execution. Adjust stops or valves for intended water flow rate to fixtures without splashing, noise, or overflow. CLEANING At completion clean plumbing fixtures and equipment. FIELD QUALITY CONTROL Section 01 4000 - Quality Requirements: Field testing and inspection. Payment for items of work covered under Division 22 of the plans and these specifications shall be based on the lump sum bid pricing identified in the Bid Schedule. No additional compensation will be allowed. END OF SECTION CITY OF NEWPORT BEACH 224000-3 Drawing No. B -5287-S GRANT HOWALD PARK RESTROOM REPAIR EXHIBIT B PROPOSAL AND DESIGNATION OF SUBCONTRACTORS A2Z Construct, Inc. Page B-1 Vendor Name a2zconstruct Address Po box 80425 Delivery Method Rancho Santa Margarita, California 92688 Bid Responsive United States Respondee Matthew Jafari Respondee Title President Phone 949-283-5179 Email a2zconstructinc2@aol.com Vendor Type License # 739539 CADIR _.. , i R id_, UeLai, Bid Format Electronic Submitted 03/03/2021 9:36 AM (PST) Delivery Method Bid Responsive Bid Status Submitted Confirmation # 244880 Ranking 0 eBond Contract ID File Title File Name File Type BIDSUBMITTALC-7978-1A2ZCONSTRUCTINC.pdf BIDSUBMITTALC-7978-1A2ZCONSTRUCTINC.pdf General Attachments BidBondC-7978-1A2ZCONSTRUCTINC.pdf BidBondC-7978-1 A2ZCONSTRUCTINC.pdf Bid Bond No Subcontractors Item 4 Item Code Section Type Item Description UOM QTY Unit Price Line Total Response Comment 1 Section 1 Mobilization LS 1 $4.000.00 S,IMO.00 Yes 4.000.00 2 Section 1 Grant Howald Park Restroom Rehabilitation LS 1 S70,000M 570.000.00 Yes 70.000.00 3 Section 1 As-BUIII Plans LS $500.00 5500.00 Yes 500.00 Section Title Section I Grand Total Line Total 574.500.00 574,500.00 EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its elected or appointed officers, agents, officials, employees and volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate and two million dollars ($2,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an 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 A2Z Construct, Inc. Page C-1 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials, employees and volunteers shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees and volunteers. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed 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 A2Z Construct, Inc. Page C-2 insurance shall be kept on file with City at all times during the term of this Contract. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least fifteen (15) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Contractor shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. A2Z Construct, Inc. Page C-3 F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self -insure its obligations to City. If Contractor's existing coverage includes a self-insured retention, the self-insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self- insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. 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. A2Z Construct, Inc. Page C-4 CORRECTED ORIGINAL EXECUTED IN DUPLICATE NEWPORTCITY OF B * RCB0024113 Ai" AND MATERIALSPAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to A21 Construct, Inc_, hereinafter designated as the "Principal," a contract for the Improvement of Grant Howald Park Restroorn Rehabilitation located at Grant Howald Park, 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 can this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, arid, CONTRACTORS BONDING AND INSURANCE COMPANY duly authorized to ... - ........__ ....,w....... W._ transact business ander the laws of the State of California, as Surety, (referred to herein as Surety") are field and firmly bound unto the City of Newport Beach, in the sum of Seventy Four Thousand Five Hundred dollars ($74,500.00) lawful money of the United States of America, said sum being equal to 100% of the estimated arnount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be rnade, 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 arnounts due under the Unemployment Insurance Code with respect to such work or labor, or for any arrrounts 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 ease suit is brought to enforce the obligations of this Bona, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 0554 of the Civil Code of the State of California. 1"he Brand 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 dive a right of action to them or their assigns in any Suit brought upon this Brand, as required by and in accordance with the provisions of Sections 9500 of seq. of the Civil Code of the State of California, A2Z Construct, Inc. Paye D-1 And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any Such change, extension of time, alterations or addition'. 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 1 ST -day of APRIL 2021 . ..... .... . .............. SEE CALIFORNIA NOTARY, ATTACHE A2Z CONSTRUCT, INC. Name of Contractor (Principal) Au orized Sig natLj re;/Title CONTRACTORS BONDING AND INSURANCE COMPANY Name of Surety 111 PACIFICA, SUITE 350, IRVINE, CA 92618 Address of Surety 949/341-9169 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: of //3/2- B B. V y on H ��� v City Attorn WN ELI; I III*] A rwa =11 r.4 a wo RIM] � MARK D. IATAROLA, ATTORNEY-IN-FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED ............ . . ........... ......... . ... ...... . ..... . . ....... . .... A2Z Construct, Inc. Page D-2 A notary public, or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that docurraent. State of California County of _ ss_ On 20 before me; Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose names) 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) can the instrument the ;aerson(s), or the entity upon behalf of which the person(s) acted, executed the instrument. 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS racy hand and official seal. ;signature ACKNOWLEDGIIIE11T A notary public or other officer cornpleting 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 (seal) County of .... � s. On 20 before rne. NotaryPublic, � ...�..�� 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 instrurnent and acknowledged to me that helshefthey executed the same in his/her/their authorized capacity(ies), and that by hislherltheir, 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 (Su al) _.v....�.�� �. .._ �......................... A2Z Construct, Inc, Page D-3 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On 4-3-2021 before me, Kari L Halverson (insert name and title of the officer) personally appeared Matthew Jafari who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. KARI L. HALVERSON WITNESS my hand and official seal. Notary Public •California Orange County_ Commission W 2321176 My Comm. Exoires Feb 11. 2024 Signatur 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 SAN DIEGO On 4/1/2021 Date personally appeared before me, SANDRA FIGUEROA, NOTARY PUBLIC Here Insert Name and Title of the Officer MARK D. IATAROLI Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(g) whose names} is/are subscribed to the within instrument and acknowledged to me that he/sheAh" executed the same in his/'-e4tHeir authorized capacity(tes), and that by his/lae4their signature(s) on the instrument the person(-,), or the entity upon behalf of which the person(a) acted, executed the instrument. Place Notary Seal and/or Stamp 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 seal. Signature d Signature dNotaty Public 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(ies) Claimed by Signer(s) Signer's Name: MARK D. IATAROLA ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual M Attorney in Fact ❑ Trustee ❑ Guardian of Conservator ❑ Other: Signer is Representing: 02017 National Notary Association Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian of Conservator ❑ Other: Signer is Representing: SANDRA FIGUEROA - Z COMM. # 2334108 SAN "' DIEGO COUNTY NOTARY PUBLIC-CALIFORNIAZ Qq MY COMMISSION EXPIRES SEPTEMBER 22, 2024 Place Notary Seal and/or Stamp 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 seal. Signature d Signature dNotaty Public 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(ies) Claimed by Signer(s) Signer's Name: MARK D. IATAROLA ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual M Attorney in Fact ❑ Trustee ❑ Guardian of Conservator ❑ Other: Signer is Representing: 02017 National Notary Association Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian of Conservator ❑ Other: Signer is Representing: POWER OF ATTORNEY RLI Insurance Company Contractors Bonding and Insurance Company 9025 N. Lindbergh Dr. Peoria, IL 61615 Phone: 800-645-2402 Know All Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each an Illinois corporation, (separately and together, the "Company") do hereby make, constitute and appoint: Mark D. Iatarola, John G. Maloney, Helen Maloney, Sandra Figueroa, Tracy Lynn Rodriguez, jointly or severally in the City of Escondido , State of California its true and lawful Agent(s) and Attorney(s) in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds and undertakings in an amount not to exceed Twenty Five Million Dollars ( $25,000,000.00 ) for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon the Company as if such bond had been executed and acknowledged by the regularly elected officers of the Company. RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of a Resolution adopted by the Board of Directors of each such corporation, and is now in force, to -wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have caused these presents to be executed by its respective Vice President with its corporate seal affixed this 29th day of October 2020 . `�,,,,„,,, RLI Insurance Company ,,""XoGANO,'�-,, �o ApNCEC %, Contractors Bonding and Insurance Company ,FOQO�GOPaoR••S`99ti"- '������J•• ••• t7�q��" s 6 W Q._ = SEAL By: /v.Xyl r SEAL : a Barton W. Davis Vice President ZOu • t2 State of Illinois L1NO`S °'•,!<<�I NO\011 } SS County of Peoria ) CERTIFICATE On this 29th day of October 2020 , before me, a Notary Public, personally appeared Barton W. Davis , who being by me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and/or Contractors Bonding and Insurance Company and acknowledged said instrument to be the voluntary act and deed of said corporation. By: �kj� - &W-1 Catherine D. Glover Notary Public CATHERINE D. GLOVER . OFFICIAL SEAL nsW Notary Public • StatsE d��0iss uwoa°f MCorp lonnE I, the undersigned officer of RLI Insurance Company and/or Contractors Bonding and Insurance Company, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Company and/or Contractors Bonding and Insurance Company this FST `L' day of APRIL , 202 1. RLI Insurance Company Contractors Bonding and Insurance Company By: 94izl 10 Jeffrey DUicki U 11 Corporate Secretary 0456693020212 A0058D 19 CORRECTED ORIGINAL EXECUTED IN DUPLICATE PREMIUM IS FOR CONTRACT TERM AND IS SUBJECT TO ADJUSTMENT ' BASED ON FINAL CONTRACT PRICE The prernrum charges on this Bond is $ �,as3woo being at the rate Of 25.00/$15;00 PER thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to A2Z Construct, Inc., hereinafter designated as the "Principal," a contract for the Improvement of Grant Howald Park Restroom Rehabilitation located at Grant Howald Park 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 Band for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and CONTRACTORS BONDING AND INSURANCE COMPANY �.�.. u...... _ duly authorized to transact business under the laws of the State of California as Surety {hereinafter "Su(ety'), are held and firmly bound unto the City of Newport Beach, in the sung of Seventy Four Thousand Five Hundred dollars ($74,500.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally firmly by these present_ THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs. executors, administrators; successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, Covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City Of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the surn specified in this Bona; otherwise this obligation shall became 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 Casts and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Conti -act or to the Work to be performed . ..�._... A2Z Construct, Inc Page E_1 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 the 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 1ST day of APRIL 2 0 %2� .w.._.__.... ..... ..... A2Z CONSTRUCT, INC. SEE CALIFORNIA NOTARY, A77 . . . ... ......... . . .. ......... ..... . ...... . . . . . . .......... Name of Contractor (Principal) A orized nat [Title CONTRACTORS BONDING AND INSURANCE COMPA,NlY..--,—,,-- Name of Surety Authorized Agent Signature 111 PACIFICA, SUITE 350, IRVINE, CA 92618 Address o" - Surety '—"— 949/341-9169 T p k'o" n' e — — ------ APPROVED AS TO FORM: CITY ATTORNEY'OFFICE Date_ 12 By le� ................................... '---�n C. F, r ��'�ity r�t�o�r �ey P ity attar ey MARK D. IATAROLA, ATTORNEY-IN-FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MOST BE ATTACHED A2Z Construct, Inc, Page E-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, Mate of California County of j : s, On , 20 before me, _. Notary Public, personally appeared_ who proved to me on the basis of satisfactory evidence to be the person{s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his;her/their signatures(s) on the instrument the person(s), or the entity Upon behalf of which the person(s) acted, executed the instrument. I certify Lander PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hared and official seal. Signature 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. :Mate of California (seal) County of. ,. On 20before rtae. Notary Public personally appeared � _ _ proved tome on the balls rat satisfactory evidence tra be the persons) whose name(s) Ware subscribed to the within instrument and acknowledged to nye that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/fuer/their signatures(s) on the instrUfflent 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) .w .. .... A2Z Construct. Inc. ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On 4-3-2021 before me, Kari L Halverson (insert name and title of the officer) personally appeared Matthew ]afari who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. S eal) -0'0KARI L. NALVERSON Notary Public • California Orange County — ' Commission p 2321176 " My Comm. Expires Feb 11, 2024 ' 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 SAN DIEGO On 4/1/2021 Date personally appeared before me, SANDRA FIGUEROA, NOTARY PUBLIC Here Insert Name and Title of the Officer MARK D. IATAROLA Nome(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(e) whose names) is/4f--- subscribed to the within instrument and acknowledged to me that he/eheA*ey executed the same in his/4e4the4 authorized capacity( es), and that by his/"liet:Ahen signature(s) on the instrument the person(r,), or the entity upon behalf of which the person(a) acted, executed the instrument. =���v SANDRA FIGUEROA COMM. # 2334108 SAN SAN DIEGO COUNTY QQQ NOTARY PUBLIC CALIFORNIAZ MY COMMISSION EXPIRES '' SEPTEMBER 22, 2024 Place Notary Seal and/or Stamp 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 seal. Signature Signature of N tory Public 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(ies) Claimed by Signer(s) Signer's Name: MARK D. IATAROLA ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual M Attorney in Fact ❑ Trustee ❑ Guardian of Conservator ❑ Other: Signer is Representing: ©2017 National Notary Association Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian of Conservator ❑ Other: Signer is Representing: POWER OF ATTORNEY RLI Insurance Company Contractors Bonding and Insurance Company 9025 N. Lindbergh Dr. Peoria, IL 61615 Phone: 800-645-2402 Know All Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each an Illinois corporation, (separately and together, the "Company") do hereby make, constitute and appoint: Mark D Iatarola John G. Maloney, Helen Maloney, Sandra Figueroa, Tracy ynn Rodriguez, jointly or severally in the City of Escondido , State of California its true and lawful Agent(s) and Attomey(s) in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds and undertakings in an amount not to exceed Twenty Five Million Dollars ( $25,000,000.00 ) for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon the Company as if such bond had been executed and acknowledged by the regularly elected officers of the Company. RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of a Resolution adopted by the Board of Directors of each such corporation, and is now in force, to -wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have caused these presents to be executed by its respective Vice President with its corporate seal affixed this 29th _day of October 2020 . �� RLI Insurance Company aopGANOiys'., JFtP•NCE6r,"t" Contractors Bonding and Insurance Company oQ00GOPPOR•• G,➢9ti - `,�?�� •• ••.?1A'�� _U .O_ y: Y •. SEAL .:f , SEAL . B Barton W. Davis Vice President State of Illinois ) �cuNo`s } SS County of Peoria J CERTIFICATE On this 29th day of October 2020 . before me, a Notary Public, personally appeared Barton W. Davis , who being by me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and/or Contractors Bonding and Insurance Company and acknowledged said instrument to be the voluntary act and deed of said corporation. By: L.:0. t,. -� Catherine D. Glover Notary Public CATHEPoNE 0. GLOVER OFFICIAL SEAT. TNotary Public - SUDs of lAl Ml 42 20 I, the undersigned officer of RLI Insurance Company and/or Contractors Bonding and Insurance Company, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Company and/or Contractors Bonding and Insurance Company this 1ST day of APRIL 2 0 2 .l RLI Insurance Company Contractors Bonding and Insurance Company Jeffrey DUicki V Corporate Secretary 04566930202/2 A0058D 19 From: des, Raymund To: Morgan, Shelbv Subject: FW: Compliance Alert -Vendor Number 7978-1 Date: Tuesday, June 1, 2021 8:44:54 AM -----Original Message ----- From: Customer Service <customerservice@ebix.com> Sent: Tuesday, May 25, 2021 5:36 PM To: Reyes, Raymund <rreyes@newportbeachca.gov>; Insurance <insurance@newportbeachca.gov> Cc: sagar@ebix.com Subject: Compliance Alert -Vendor Number 7978-1 [EXTERNAL EMAIL] DO NOT CLICK links or attachments unless you recognize the sender and know the content is safe. This Account has moved from non-compliant to COMPLIANT status and is currently in compliance for certificate of insurance requirements. 7978-1 A2Z Construct, Inc. Sent by Ebix, designated insurance certificate reviewer for the City of Newport Beach.