Loading...
HomeMy WebLinkAboutC-7993-1 - Corona Del Mar State Beach Restroom Improvement1 Cr v 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 25 day of March, 2021, at which time such bids shall be opened and read for CORONA DEL MAR STATE BEACH RESTROOM IMPROVEMENT PROJECT NO. 21 F02 CONTRACT NO. C-7993-1 $50,000 Engineer's Estimate � SEW PoR� LU cg41roiiN`P Approved by James M. Houlihan L,Oeputy PWD/City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: http://www.planetbids.com/portal/portal.cfm?Comi)anylD=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, Prosect Manager at (949) 644-3321 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://newportbeactica.gov/government/open-transparent/online-services/bids-rfps- vendor-registration City of Newport Beach CORONA DEL MAR STATE BEACH RESTROOM IMPROVEMENT PROJECT NO. 21F02 CONTRACT NO. C-7993-1 TABLE OF CONTENTS NOTICEINVITING 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 E City of Newport Beach CORONA DEL MAR STATE BEACH RESTROOM IMPROVEMENT PROJECT NO. 21 F02. CONTRACT NO. C-7993-1 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 Cletk's Office in Sealed Envelope) DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontlactor infarnation 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 ininiediately following the Bid Opening Date (Bid Due Date.) The Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date (Bid Due Date). Members of the public who would like to attend this reading may go to Bay E, 2"" Floor of the Civic Center (Located at 100 Civic Center Dr.) 2. Cash, certified check or cashier's check (sum riot 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. 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 Bic] Opening Date (Bid Due Date.) Fhe 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. M 6, The City of I VoRfE3Wkh 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. 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 frorn 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 riot 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 staternent. 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 claire 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 revie ted. 739539 A,B ,� l /President Contractor's License No. & Classification A h rized Signature/Title 1000012937 6/30/2021 03/25/2021 DIR Registration Number & Expiration Date Date A2Z Construct Inc Bidder 5 City of Newport Beach CORONA DEL MAR STATE BEACH RESTROOM IMPROVEMENT PROJECT NO. 21 F02 CONTRACT NO. C-7993-1 BIDDER'S BOND N/A We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of _ Dollars ($ ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of Corona Del Mar State Beach Restroom Improvement, Contract No. 7993-1 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall riot exonerate the Surety from its obligations under this Bond. Witness our hands this ___day of i _ _ 2021. Name of Contractor (Principal) Name of Surety Address of Surety Telephone Authorized Signature/Title Authorized Agent Signature Print Name and Title (Notary acknowledgment of Principal & Surety, must be attached) L.a City of Newport Beach CORONA DEL MAR STATE BEACH RESTROOM IMPROVEMENT PROJECT NO. 21 F02 CONTRACT NO. C-7993-1 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 Beach. Bidders must also include DIR registration numbers for each subcontractor. A2Z Construct Inc Bidder 9 l /) 1 ,' /President At thorized g att re/Title City of Newport Beach CORONA DEL MAR STATE BEACH RESTROOM IMPROVEMENT PROJECT NO. 21F02 CONTRACT NO. C-7993-1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name A2Z Construct I11C Record Last Five (5) Full Years Current Year of Record 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 1,963,941 $237,000 $3,940,024 Thousands of $) No. of fatalities - _ 0 0 0 0 0 0 0 No. of lost Workday Cases 0 0 0 0 0 0 0 No. of lost _ 0 0 0 _ workday cases 0 0 0 0 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 1 Title President Signature of bidder Date Title Signature of bidder Date Title Signature of - bidder Date Title Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. [NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI ire ACKNOWLEDGMENT A notary pLlblic 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 dOCUrnent. State of California County of _ Orange On March 23rd 2021 before me, Tejal Munsif, Notary Public (insert name and title of the officer) personally appeared Matthew Jafari -------------------- w o proved to me on the basis of satisfactory evidence to be the erson(s) whose nan14(s isre Suhcribed to the within instrument and acknowl d d to me tha hehe/they executed the sarne in his/I. er/their authorized capacity(ies), and that b his/t er/their si gature s on the ins I � g O trttment 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. C`10'r"y TE AL.MUNSIF�WITNESS my hand and official seal. 'Notary Public callrorni,Orange County fcommission # 7.335015 Comm. Expires Oct 17, 2074 Signature � - - - --- --- -.---- - - (Seal) City of Newport Beach CORONA DEL MAR STATE BEACH RESTROOM IMPROVEMENT PROJECT NO. 21F02 CONTRACT NO. C-7993-1 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: 03/31/2023 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: /President The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name 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 Are any claims or actions unresolved or outstanding? Yes / No If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. A2Z Construct Inc Bidder Matthew Jafari (Print name of Owger or President of C rp rat(ir�/ 6yipany) /President AuthorizedSignature/l itle President Title 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 sarne 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 PENAL.TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct WITNESS my hand and official seal. SEE CALIFORNIA NOTARY, AT'T'ACHED 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 doaunent. State of California County of - Orange ) On March 23rd 2021 before n -3e, Tejal Munsif, 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 er or�(s) whose name.(s Is/ re slrbscribed to the within instrument and acknowl g �d to me that�he;he/they executed the same in �Ielrson(s), Is/)tier/their authorized capacity(ies), and that b his/her/their signafure(s) on the instrr.n73ent the or the entity upon behalf of which theerson s acted, executed the Instrument. I certify r.nlder 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. i i Signature �> (Seal) T[JAL MUNSIF Notary Public - Callrorni,r ' Orange county t -` Commission# 2335015 My Comm. E:xplres Oct 17, 7.OZ4 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows.- None ollows:None 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 / No 20 City of Newport Beach CORONA DEL MAR STATE BEACH RESTROOM IMPROVEMENT PROJECT NO. 21 F02 CONTRACT NO. C-7993-1 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: City of Newport Beach CORONA DEL MAR STATE BEACH RESTROOM IMPROVEMENT PROJECT NO. 21F02 CONTRACT NO. C-7993-1 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name A2Z Construct Inc FAILURE OF THE BIDDER 1-0 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 Corporation Yard Fence Replacement Project Project Description Concrete work, mow curbs, installation of fence panels Approximate Construction Dates: From January 2021 t -o_ Ongoing Agency Name City of Newport Beach Contact Person Sharon Garcia Telephone (94q 044-3327 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 clainis against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 10 No. 2 Project Name/Number Tustin Citrus Ranch Park Shade Overhead 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 Agency Name City of Tustin Contact Person Chad Clanton To: 10/11/2019 Telephone (714 573-3332 Original Contract Amount $145.793 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 No. 3 Project Name/Number Craycraft Park Restroom Concrete work, mow curbs, storm drains, sewer lines, patio and shade Project Description overhead Approximate Construction Dates: From April 2020 -1-0: August 2020 Agency Name City of Mission Viejo Contact Person Jerry Hill __ _Telephone 049 470-3085 Original Contract Amount $ Final Contract Amount $ 161,555 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 11 No. 4 Project Name/Number Southwest Senior Center Interior Renovations Restroom renovation, partition wall, light and toilet fixtures, auto doors Project Description wall framing, drywall and plaster. Cabinets and counter tops. Approximate Construction Dates: From To: March 2020 Agency Name City of Santa Ana Contact Person Robert Aguirre, PE Telephone V14 647,5051 Original Contract Amount $ Final Contract Amount $ 115,000 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? It yes, briefly explain and indicate outcome of claims. No No. 5 Project Name/Nurnbe 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 clairns 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 To: Agency Name Contact Person Telephone ( ) Original Contract Amollnt $ 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 and other information sufficiently comprehensive to permit an appraisal of the conditions. o�ytractor's current financial �� A2Z Construct Inc l�j� �1 ��,� /President Bidder AA P n d ature/Title 13 MATTHEW JAFARI A2Z Construct Inc. PO Box 80425 Rancho Santa Margarita, CA 92688 Phone: (949) 283-5179 Fax: (949) 589-4274 a2xeonstructinc264aol.com License #739.539 (Expiration 03/31/2021) D1R# 1000012937 (Expiration 6/30/2021) FID: #33-0943514 Matthew Jafari is a highly accomplished General Contractor, Owner, and Construction Manager. His company is bonded and insured, and he has an exceptional work ethic. fie has more than 25 years of" proven experience in the construction industry in Southern California. PROFESSIONAL PROFILE Experience includes retrofitting with moment frames, anchor ties, infield, concrete fitting and grade beams; new building construction and remodeling, involving concrete block, concrete slab, rebar, foundation, and soil preparation. fie is an expert with electrical, plumbing, HVAC, masonry, framing, drywall, flooring, door & hardware, fire alarm, and security systems. Few of his many responsibilities have included purchasing materials, supervision, and coordination with DSA inspectors, owners, architects, subcontractors, and suppliers. He has managed private and commercial projects, as well asfederal, schools, public works, and city agencies. EDUCATION California State University, Long Beach; Long Beach, CA B.S., Computer Management, 1989 CERTIFICATES AND LICENSES State of California General Engineering Contractor "A" License State of California General Building Contractor "B" License Department of Labor (DOL) certification for successful completion of 30 Hour Construction Industry Outreach OSHA AREAS OF EXPERTISE *Estimating/Bidding *Project plan evaluation and specification *Solicitation of'sub-contractor proposals *Cost estimating; *Bid preparation and presentation *Working knowledge of ADA Regulations *Effective leadership, time management, and problem solving abilities, resulting in a consistent record of on-time & on -budget project completion REFERENCE'S AVAILABI_I UPON REQUE -T City of Newport Beach CORONA DEL MAR STATE BEACH RESTROOM IMPROVEMENT PROJECT NO. 21F02 CONTRACT NO. C-7993-1 NON -COLLUSION AFFIDAVIT State of California ) ) ss. County of Orange _) Matthew Jafari , being first duly sworn, deposes and says that he or she is President 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 I declare under penalty of perjury of the laws of the State of GalifXrnia t t the foregoing is true and correct. A2Z Construct Inc Bidder AUfhorjz(jd/8ighature/f itle Subscribed and sworn to (or affirmed) before me on this. �,t I�ay of I< 1 , 2021 by A2Z Construct Inc 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. [SEAL.] 14 Notary Public My Commission Expires: 0(" � UA (- I 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 riot the truthfulness, accuracy, or validity of that document. State of California County of Oranqe Subscribed and sworn to (or affirmed) before me on this 23rd day of March _ 20 21 , by Matthew )afari-------- proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. �r- MAI. MUNSIF Nottiry Public - California a , Orange County T y�y Cnfilmisslon N 2335015 x;71,4 r Comm. Expires Oct 17, 2024 (Seal) Signature Vit_. City of Newport Beach CORONA DEL MAR STATE BEACH RESTROOM IMPROVEMENT PROJECT NO. 21 F02 CONTRACT NO. C-7993-1 DESIGNATION OF SURETIES Bidder's name A2Z 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): 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 Cornniercial, United Financial Cas Co. PO Box 94739, Cleveland, OH (800)376-9633 (Commercial Auto Ins.) Contractors Bonding and Insurance Co., 111 Pacifica, Ste. 350, Irvine, CA 92618 (949)341-9169 (Performance and Labor Bonds) 15 CORONA DEL MAR STATE BEACH RESTROOM IMPROVEMENT CONTRACT NO. 7993-1 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 19th day of April, 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 P.O. Box 80425, Rancho Santa Margarita, California 92688, and is made with reference to the following.- RECITALS ollowing: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: The work necessary for the completion of this Contract consists of installing stainless steel wire mesh and painted metal louvers at the two restroom buildings at Corona del Mar State Beach (the "Project" or "Work"). C. Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A), Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 7993-1, Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"), all of which are incorporated herein by reference. The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. 2. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project. All of the Work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 3. COMPENSATION 3.1 As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Thirty Thousand Two Hundred Fifty Dollars and 00/100 ($30,250.00). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 Any expense incurred as a result of any suspension or discontinuance of the Work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and which loss or expense occurs prior to acceptance of the Work by City. 4. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the term of the Contract. Contractor has designated 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. 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. A2Z Construct, Inc. Page 2 6. NOTICE OF CLAIMS 6.1 Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 6.2 To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractor to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first-class mail, addressed as hereinafter provided. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Director of Public Works City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: A2Z Construct, Inc. Page 3 Attention: Matthew Jafari A2Z Construct, Inc. PO Box 80425 Rancho Santa Margarita, CA 92688 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. 9. BONDING 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 10. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Contractor on the Project. A2Z Construct, Inc. Page 4 11. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Contract, the services to be provided under this Contract shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES 14.1 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 per diem 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. 14.2 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 A2Z Construct, Inc. Page 5 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. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers and all persons, agencies, and entities owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project and/or Services by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 16.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project and/or Services, or the Work of any subcontractor or supplier selected by Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees, volunteers and any person, agency, or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Contract (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of A2Z Construct, Inc. Page 6 Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 16.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) A2Z Construct, Inc. Page 7 prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act and/or Government Code §§ 1090 et 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. 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. A2Z Construct, Inc. Page 8 20.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Contract and any other attachments attached hereto, the terms of this Contract shall govern. 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 20.8 Controllinq Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 20.10 No Attorney's Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project site, has become familiar with the local conditions under which the Work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 22. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. A2Z Construct, Inc. Page 9 23. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] A2Z Construct, Inc. Page 10 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: �/631,2( CITY OF NEWPORT BEACH, a California municipal corpoFal Date: - �' 621 By: Cir) By: A r n . Harp David A. VVeb6 City Attorney Director of Public Works ATTEST: Date -.-6, - 29 -Z/ A-- Leilani I. Brown City Clerk CONTRACTOR: A2Z Construct, Inc., a California corporation Date: Signed in Counterpart By: Matthew Jafari President Date: Signed in Counterpart By: Charlene Jafari Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C - Insurance Requirements A2Z Construct, Inc. Page 11 IN' WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY AT�'TQRNEY'S OFFICE Date: By: O, ron C. Harp City Attorney ATTEST: Date: Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: Bv: '► 0N1Oa $1 David A. Webb Director of Public Works CONTRACTOR: Ce DE N A2Z Construct, Inc., a President Date: i Z Charlene Jaf n Secret [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements A2Z Construct, Inc. Page 11 PROJECT: CORONA DEL MAR STATE BEACH RESTROOM IMPROVEMENTS EXHIBIT A CITY OF NEWPORT BEACH E30ND No, RCB0024117 LABOR AND MATERIALS PAYMENT BOND EXECUTED IN DUPLICATE BOND NO. RCB0024117 PREMIUM INCLUDED IN PERFORMANCE BOND WHEREAS, the City of Newport Such, State of California, has awarded to A2Z Construct, Inc. hereinafter designated as the "Principal," a contract for installing stainless steel wire mesh and painted metal louvers at the two restroom buildings at Corona del Mar State Beach, in the City of Newport Beach, in Strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference, WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the sarrie to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, _ CONTRACTORS BONDING AND INSURANCE COMPANY duly authorized to transact underbusiness - the —laws —of -,-, the ,-State —of—C"a-lifo—rri,-ia, Gas Surety, (referred to herein as "Surety") are held and firmly bound Unto the City of Newport Beach, in the sum of Thirty Thousand Two Hundred Fifty Dollars and 00/100 ($30,250.00) 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 made, we bind Ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal!s subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors Pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount riot exceeding the sum specified in this Bond, and also, in case Suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California, The Bond shall inure to the benefit of any and all persons, companies., and corporations entitled to file clairnS, Under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. A2Z Construct, Inc, Page A-1 And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Princinal and Surety, on the 27TH day of APRIL 9n 21 A2Z CONSTRUCT, INC. Name of Contractor (Principal) 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 ATTORNEYS OFFICE Date: 571 By: ro'C. n Harp cx C. ity Attorney JeC Pigna urejl-Fitle Author' SEE CALir-ORNA NOTARY, A77AC M. Authorized Agent Signature MARK D. IATAROLA, ATTORNEY-IN-FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED .......... A Construct, Page A-2 ACKNOWLEDGMENT A notary public or other officer completing this, certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document_ Stateof California County of by -all el jSS' Onbefore m 20 a . . .... 9 _2A_ . ....... Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the personV whose name /tis)Nre subscribed to the within instrument and acknowledged to me that&she/they executed the same in(gher/their authorized capacity(ies), and that toy hi signatures on the instrument the person(A or the entity upon behalf of which the personj�j 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 CAITLIN TURNER V COMM ... 2202148 U NOTARY PWLC-CAUFOFVM OPAW COUNTY My Tom EV. June 22, MI IW 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. (seal) State of California County of Iss, On 20--- before me, Notary Public, personally appeared proved to. me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are Subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/heritheir authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) . . . . . . . . . . . . . . . . . . . A2Z Construct, Inc. Page A-3 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 4/27/2021 Date personally appeared before me, TRACY LYNN RODRIGUEZ, NOTARY PUBLIC Here Insert Name and Title of the Officer MARK D. IATAROLA Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(e) whose names) is/afesubscribed to the within instrument and acknowledged to me that he/a Ke_ executed the same in his/ e4 authorized capacity(tes), and that by his/herAhei signature(s) on the instrument the person(s), or the entity upon behalf of which the person(Fr) acted, executed the instrument. TRACY LYNN RODRIGUEZ COMM. # 2318838 SAN DIEGO COUNTY NOTARY PUBLIC-CALIFORNIAZ MY COMMISSION EXPIRES ,JANUARY 11, 2024 K 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 Sotu f to�y Public yr � wnr�a. Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: 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 snake, 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 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 23rd day of November 2020 . ,�,,��RLI Insurance Company O�G�GANo, NS�,, JApNCE p'0""� Contractors Bonding and Insurance Company 56 Z 0 CP 044 Y' SEAL _ SEAL y= By: ' W . + . Barton W. Davis Vice President State of Illinois } SS County of Peoria J CERTIFICATE On this 23rd day of November 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: nvd�� & t - Catherine D. Glover — Notary Public CATHERINE D. GLOVER . Vt OFRCIAL SEM.Nowy Pudie - Suos d I My CAonrrduion Exon Mardi 24, 2024 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 Com an and/or Contr s Bonding and insurance Company this 2day of ��2021 RLI Insurance Company Contractors Bonding and Insurance Company By: Q4jn:LAA 10 Jeffrey DUicki V V Corporate Secretary 0456693010212 A0058D 19 EXECUTED IN DUPLICATE PROJECT: CORONA DEL MAR STATE BOND NO. RCB0024117 BEACH RESTROOM IMPROVEMENTS PREMIUM: $756.00 PREMIUM IS FOR CONTCT TERM EXHIBIT B AND IS SUBJECT TO ADJURASTMENT BASED ON FINAL CONTRACT PRICE CITY OF NEWPORT BEACH BOND NO, RCB0024117 FAITHFUL PERFORMANCE BOND PREMIUM IS FOR CONTRACT TERM AND IS SUBJECT TO ADJUSTMENT BASED ON FINAL CONTRACT PRICE The premium charges on this Bond is $ 756.00 , being at the rate of $ _ 25.00 —_PER thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to A2Z Construct, Inc. hereinafter designated as the "Principal," a contract for installing stainless steel wire mesh and painted metal louvers at the two restroom buildings in Corona del Mar State Beach. in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and CONTRACTORS BONDING AND INSURANCE COMPANY duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Thirty Thousand Two Hundred Fifty Dollars and 001100 ($30,250,00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment: well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or, assigns, jointly and severally, firmly by these present, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specifiedin this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for, value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed A2Z Construct, Inc. Page B-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 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, and Surety above named, on the A2Z CONSTRUCT, INC. Name -01"Con't-ra-c—tor —{Principal} CONTRACTORS BONDING AND INSURANCE COMPANY Name of Surety this instrument has been duly executed by the Principal 27TH day of APRIL -,2 A 021 ........ ...... Authbriz'ed 16ignaXire/Title 111 PACIFICA, SUITE 350, IRVINE, CA 92618 Address of Surety 949/341-9169 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: S/13/at NMI IN FYI C. Harp ttorney 4SECA IFIOZRNIOTARY, ATTACH51D Authorized Agent Signature MARK D. IATAROLA, ATTORNEY-IN-FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED A2Z Construct, Inc. Page B-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of VA V% 'd On ............. 20 21 before me, lmn luney Notary Ptiblic, personally appeared Bniftla—v �Iatar i who proved to me on the basis of satisfactory evidence to be the personal whose name�j&6re subscribed to the within instrument and acknowledged to me that(SNhe/they executed the same in his authorized capacity(ies), and that byher/their signatUresw on the instrument the person(g), or the entity upon behalf of which the personA 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. -1 CAITLIN TURNER WITNESS my hand and official seal. Comm ...2202148 NOTARY RaC-C�ORNIA ORANGE COUNTY My Tom Exp. June 22,201 Signat 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. (seal) State of California County ofl Iss, On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or, the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) AZ Construct, Inc, Page B-3 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 4/27/2021 Date personally appeared before me, TRACY LYNN RODRIGUEZ, NOTARY PUBLIC Here Insert Name and Title of the Officer MARK D. IATAROLA Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(4 whose name( is/af&subscribed to the within instrument and acknowledged to me that he/sl eq executed the same in his/`, rcrr`4e4f" authorized capacityoeis), and that by his/HerAheir signatures) on the instrument the person(s), or the entity upon behalf of which the person(e) acted, executed the instrument. TRACY LYNN RODRIGUEZ COMM. # 2318838 ` SAN DIEGO COUNTY NOTARY PUBLIC-CALIFORNIAZ MY COMMISSION EXPIRES Q.R a ,JANUARY 11, 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. ---� -qu 9—z-" Signature to a re o N ry 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 91 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 snake, constitute and appoint: Mark D. Iatarola. John G. Maloney. Helen Maloney. Sandra Figueroa Tracy Lynn Rodriguez 'oi intly 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 23rd day of November , 2020 . ANo.Ns�� SEAL: ,you • ' !? State of Illinois } SS County of Peoria J On this 23rd day of November 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: A,� -&&—I - Catherine D. Glover Notary Public CATHERINE O. GLOVER ,cum OFFICIAL SEAL Notary Public - Sumo of III uwaa My Con *M- EWk- Nluoh 21 2024 RLI Insurance Company Contractors Bonding and Insurance Company By: �55/ i Barton W. Davis Vice President CERTIFICATE 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 Cott}p�n and/or Contractors Bondingty Insurance Company this L /� day of APRIL LOL RLI Insurance Company Contractors Bonding and Insurance Company By:__. Q4k,' , 13 +C,�, Jeffrey DUidP U V 4­1Corporate Secretary 04.16693020212 A0058D 19 EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees, volunteers, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Contract. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its elected or appointed officers, agents, officials, employees, volunteers, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Contract. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate and two A2Z Construct, Inc. Page C-1 million dollars ($2,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees, volunteers, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Contract or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials, employees, volunteers, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Contract shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees, volunteers, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Contract. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. A2Z Construct, Inc. Page C-2 D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days' notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. 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. A2Z Construct, Inc. Page C-3 D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self -insure its obligations to City. If Contractor's existing coverage includes a self-insured retention, the self-insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self-insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. A2Z Construct, Inc. Page C-4 J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. A2Z Construct, Inc. Page C-5 City of Newport Beach CORONA DEL MAR STATE BEACH RESTROOM IMPROVEMENT PROJECT NO. 21 F02 CONTRACT NO. C-7993-1 (Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids. Contractor shall sign the below acknowledgerrrent) To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 The undersigned declares that fie 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. 7993-1 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: 03/25/2021 Date (949)283-5179 (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 Inc Bidder,— /President �o Bidder's Auth ri ed Signature and Title PO Box 80425 Rancho Santa Margarita, CA 92688 Bidder's Address Bidder's email address. a2zconstructinc2@aol.com iNcai 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 kit; { Ii?i; III Bid Format Electronic Submitted 03/25/2021 7:17 AM (PDT) Delivery Method Bid Responsive Bid Status Submitted Confirmation # 247656 Ranking 0 I dIV/1'`I t. +H111lIt`II' eBond Contract ID \,I I_ it:1 it i I('1 Ili: File Title File Name File Type BldSubmittalC-7993-1A2ZConstructlnc.pdf BidSubmittalC-7993-1A2ZConstructlnc.pdf General Attachments No Subcontractors Ilam p hent Code Section Type Item DesciiUhon UOM OTV Unit Price Line Total Response Comment 1 Section 1 Alobllizahon LS 1 510,000.00 $10,000.00 Yes 10.000.00 2 Section I Cmmna u.] Ada, Raw—", Imptoventents Is 1 $20,00000 520,000.00 Yes 20000.00 3 Se0on1 P,ovide Hs -Built Pians. LS 1 $25000 5250.00 Yes 150.00 I_im, Boll Section Title Section t Grand Total Line Total 530.250.00 $30.250.00 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS CORONA DEL MAR STATE BEACH RESTROOM IMPROVEMENT PROJECT NO. 21 F02 CONTRACT NO. C-7993-1 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 7-8 WORK SITE MAINTENANCE 7-8.4 Storage of Equipment and Materials 7-8.4.2 Storage in Public Streets 7-8.6 Water Pollution Control 7-8.6.2 Best Management Practices (BMPs) 7-10 SAFETY 7-10.3 Haul Routes 7-10.4 Safety 7-10.4.1 Work Site Safety SECTION 9 - MEASUREMENT AND PAYMENT 9-2 LUMP SUM WORK 9-3 PAYMENT 9-3.1 General 9-3.2 Partial and Final Payment. PART 2 - CONSTRUCTION MATERIALS PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials 300-1.3.1 General SECTION 601— WORK AREA TRAFFIC CONTROL 601-1 GENERAL 7 7 7 7 7 8 8 8 8 8 8 9 9 9 9 10 10 10 10 10 10 11 11 TECHNICAL SPECIFICATIONS 12 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS CORONA DEL MAR STATE BEACH RESTROOM IMPROVEMENT PROJECT NO. 21 F02 CONTRACT NO. C-7993-1 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 installing stainless steel wire mesh and painted metal louvers at the two restroom buildings in Corona del Mar State Beach. 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 twenty (20) consecutive working days after the date on the Notice to Proceed. The Contractor shall Page 4 of 12 ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time. 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 1 st (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 11th (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. Contractor is only authorized to close to the public one set of restrooms at a time All restrooms shall be available for public use during non -working hours and over the weekends. 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 Page 7 of 12 7-8.6.2 Best Management Practices (BMPs) 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 Page 8 of 12 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. 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 Corona del Mar Restroom Improvements: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for performing the restroom improvements. 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 $250 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 sig ribbons, and any other measures deemed the public around areas of construction, and cage, barricades, delineators, yellow safety necessary by the Engineer to safely direct into and out of the affected establishments. Pagel 1 of 12 TECHNICAL SPECIFICATIONS Page 12 of 12 NEWPORT BEACH CONTRACT DOCUMENTS FOR CORONA DEL MAR STATE BEACH RESTROOM IMPROVEMENT PROJECT January 2021 Prepared by: BOA Architecture 1511 Cota Avenue, Long Beach, California 90813 (562)912-7900 SECTION 0000 02 PROJECT TITLE PAGE Title CITY OF NEWPORT BEACH CORONA DEL MAR STATE BEACH RESTROOM IMPROVEMENT PROJECT 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 3001 Ocean Blvd, 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 0000 02 -1 Drawing No. B -5286-S CORONA DEL MAR STATE BEACH RESTROOM IMPROVEMENT DOCUMENT 000102 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 Section 01 7704 - Closeout Procedures and Training DIVISION 2 — EXISTING CONDITIONS Section 02 4119 - Selective Structure Demolition DIVISION 3 — CONCRETE (Not Used) DIVISION 4 — MASONRY (Not Used) DIVISION 5 — METALS Section 05 5000 - Metal Fabrication Disposal DIVISION 6 — WOOD, PLASTICS, AND COMPOSITE (Not Used) DIVISION 7 - THERMAL AND MOISTURE PROTECTION Section 07 9200 - Joint Sealants DIVISION 8 - OPENINGS (Not Used) DIVISION 9 — FINISHES Section 09 9100 - Painting DIVISION 10 - SPECIALTIES (Not Used) DIVISION 11 — EQUIPMENT (Not Used) DIVISION 12 — FURNISHINGS (Not Used) DIVISION 13 - SPECIAL CONSTRUCTION (Not Used) DIVISION 14 - CONVEYING EQUIPMENT (Not Used) CITY OF NEWPORT BEACH 000102-1 Drawing No. B -5286-S CORONA DEL MAR STATE BEACH RESTROOM IMPROVEMENT DOCUMENT 000102 TABLE OF CONTENTS DIVISION 21 — FIRE SUPPRESSION (Not Used) DIVISION 22 — PLUMBING (Not Used) 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 -5286-S CORONA DEL MAR STATE BEACH RESTROOM IMPROVEMENT 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. At existing Men's & Women's restroom provide sheet metal louvers to match existing Louvers at wall between restroom and plumbing chase at each restroom. New wire mesh at inside of existing exterior wall opening. 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 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 not 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 011000-1 Drawing No. B -5189-S CORONA DEL MAR 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 a minimum of four signed and original copies of each certified Application for Payment to Engineer. All copies shall be complete, including releases and similar attachments. Transmit each copy with a transmittal form listing attachments and recording appropriate information related to the application, in a manner acceptable to Engineer. F. Initial Application for Payment within 60 days of issuance of Notice to Proceed: Administrative actions and submittals, that must precede or coincide with submittal for first certified Application for Payment include, but are not limited to, the following: 1. Certified Schedule of Values. 2. Performance and payment bonds. 3. List of principal suppliers and fabricators. 4. Worker Compensation certificates, if applicable. 5. Auto Insurance, if applicable. CITY OF NEWPORT BEACH 01 2976 -1 Drawing No. B -5189-S CORONA DEL MAR RESTROOM REPAIR SECTION 01 2976 PROGRESS PAYMENT PROCEDURES 6. Hazardous Material Insurance Certificates, if applicable. 7. Construction Schedule. 8. Submittal Schedule. 9. Emergency Contact List. 10. Copies of authorizations and licenses from governing authorities for performance of Work. 11. Certified Payroll (Submitted directly to Labor Compliance in electronic format as specified by City including hard copy). G. 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). H. 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 -5189-S CORONA DEL MAR RESTROOM REPAIR SECTION 01 3300 SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 Schedule of Submittals A. 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 Type Date Action Taken Assigned Number Submittal Returned *Submittal Type: C — Certificate S — Sample SD — Shop Drawing CD — Catalog Data PL — Spare Parts List MM — Maintenance Manual 1.2 Shop Drawings and Related Data 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 CORONA DEL MAR RESTROOM REPAIR 01 3300-1 Drawing No. B -5189-S 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 "B 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 -5189-S CORONA DEL MAR 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 -5189-S CORONA DEL MAR RESTROOM REPAIR SECTION 01 3300 SUBMITTAL PROCEDURES CITY OF NEWPORT BEACH 01 3300-4 Drawing No. B -5189-S CORONA DEL MAR RESTROOM REPAIR CORONA DEL MAR SCHEDULE OF VALUES Di V. Work Description: Units Qty. Unit Cost Subtotal Cost Division Total 1 General Requirements See General Conditions/ Bonds & Insurance LS 1 Subtotal Division 1 2 Site Work Building Demo/removal LS 1 Subtotal Division 2 3 �concret e new concrete slab & concrete grinding LS 1 Subtotal Division 3 4 Masonry (Not Used) 5 Metals heavy duty gals. Steel framed wire mesh (Screen) & metal louver without mesh screens LS 1 Subtotal Division5 6 Woods and Plastics (Not Used) 7 Thermal and Moisture Protection (Not Used) 8 Doors and Windows (Not Used) CITY OF NEWPORT BEACH 01 3300-4 Drawing No. B -5189-S CORONA DEL MAR RESTROOM REPAIR SECTION 01 3300 SUBMITTAL PROCEDURES 9 Finishes Paint and Cualking as needed LS 1 Subtotal Division 9 10 Building Specialties (Not Used) 11 Equipment (Not Used) 12 Furnishings (Not Used) 21 Fire Suppression (Not Used) 22 Plumbing (Not Used) 23 Mechanical (Not Used) 26 Electrical (Not Used) 28 Fire Alarm (Not Used) Federal conditions/overhead/profit SUBTOTAL TOTAL The following Schedule of Values is only limited list and may not capture all items in the Construction Documents CITY OF NEWPORT BEACH 01 3300-5 Drawing No. B -5189-S CORONA DEL MAR RESTROOM REPAIR SECTION 01 3543 ENVIRONMENTAL PROCEDURES PART 1 - GENERAL 1.1 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. The Contractor and subcontractors must comply with all applicable environmental federal, state, local environmental, health and safety laws and regulations. 1.2 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. 1.3 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. 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. 1.4 Environmental Site Controls A. 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 -5189-S CORONA DEL MAR RESTROOM REPAIR 1.5 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. 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. 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 -5189-S CORONA DEL MAR RESTROOM REPAIR SECTION 01 3543 ENVIRONMENTAL PROCEDURES Safety and Health and Related Environmental Renuiremenfs 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, Your barricades must meet the OSHA requirements. In addition, you assume and 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. Hazardous Materials Follow all OSHA requirements regarding hazardous materials. Hazardous materials include, but are not limited to, flammable and combustible liquids, gasoline, diesel CITY OF NEWPORT BEACH 01 3543-3 Drawing No. B -5189-S CORONA DEL MAR RESTROOM REPAIR SECTION 01 3543 ENVIRONMENTAL PROCEDURES CITY OF NEWPORT BEACH 01 3543-4 Drawing No. B -5189-S CORONA DEL MAR RESTROOM REPAIR 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 mailboxes 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 Pesticides. The City has restricted the use of pesticides. Obtain prior approval of Prohibited 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 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. CITY OF NEWPORT BEACH 01 3543-4 Drawing No. B -5189-S CORONA DEL MAR RESTROOM REPAIR SECTION 01 3543 ENVIRONMENTAL PROCEDURES CITY OF NEWPORT BEACH 01 3543-5 Drawing No. B -5189-S CORONA DEL MAR RESTROOM REPAIR 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 -5189-S CORONA DEL MAR 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 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 -5189-S CORONA DEL MAR RESTROOM REPAIR SECTION 01 3543 ENVIRONMENTAL PROCEDURES Certificate of Asbestos and Lead -Based Paint (New Work) To: City Engineer Subject: Certification for new construction City facility name: City facility address: Certification for new construction: This Contractor/Owner hereby certifies that no asbestos -containing material more than 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: Address: Telephone: CITY OF AGOURA HILLS 01 3543-7 PARK RESTROOM REHABILITATION PROJECT Date executed: 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. CITY OF NEWPORT BEACH 01 4000-1 Drawing No. B -5189-S CORONA DEL MAR RESTROOM REPAIR SECTION 01 4000 QUALITY REQUIREMENTS F. Perform tests required by governing authorities having jurisdiction and utilities having jurisdiction. 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. CITY OF NEWPORT BEACH 01 4000-2 Drawing No. B -5189-S CORONA DEL MAR RESTROOM REPAIR SECTION 01 4000 QUALITY REQUIREMENTS 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. 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. CITY OF NEWPORT BEACH 01 4000-3 Drawing No. B -5189-S CORONA DEL MAR RESTROOM REPAIR PART 2 - PRODUCTS (Not used) PART 3 - EXECUTION (Not used) SECTION 01 4000 QUALITY REQUIREMENTS END OF SECTION CITY OF NEWPORT BEACH 01 4000-4 Drawing No. B -5189-S CORONA DEL MAR 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 Temporary Water A. The City will provide water from the existing services required for construction under this project and will pay all costs in connection with them. 1.4 Temporary Electricity A. Service Required: The City will provide temporary electric power throughout the construction period from the existing service. Contractor shall be responsible for connection. Contractor to provide power centers for miscellaneous tools and equipment used in the construction work, lighting for safe and adequate working conditions throughout site (at least 1/4 watts of incandescent lighting per square foot, with a socket voltage of at least 110 volts and using 100 - watt lamps minimum); power for construction building. B. Safety: The Contractor must provide and maintain lights and signs to prevent damage or injury and must illuminate all hazardous areas. Safety lights must be operational from dusk to dawn. C. Requirements of Regulatory Agencies: The Contractor must obtain permits as required by local government authorities, comply with the National Electrical Code, applicable local codes, and utility regulations. D. Use of Permanent System: The Contractor must regulate any part of the permanent electrical system that is used for construction purposes to prevent interference with safety and with the orderly progress of the work. The Contractor must leave permanent electrical services in a condition as good as new. E. Materials: The materials may be new or used in the temporary works but must be adequate in capacity for the purposes intended and must not create unsafe conditions or violate the requirements of applicable codes. At the Contractor's option, patented specialty materials may be used if UL -approved. F. Conductors: The Contractor must use wire, cable, or busses of appropriate type, sized in accordance with the National Electrical Code for the applied loads. Use only UL -approved wire. G. Equipment: In compliance with NEMA standards, the Contractor must provide an appropriate enclosure for the environment in which the equipment is used. H. Installation: The Contractor must provide all required facilities, including transformers, conductors, poles, conduits, raceways, fuses, switches, fixtures, and lamps, located to avoid interference with cranes and materials -handling equipment, storage areas, traffic areas, and work under other contracts. The Contractor must install all work to have a neat and orderly appearance and to make it structurally sound throughout. The Contractor must maintain it to give continuous CITY OF NEWPORT BEACH 01 5000-1 Drawing No. B -5189-S CORONA DEL MAR RESTROOM REPAIR SECTION 01 5000 TEMPORARY FACILITIES AND CONTROLS service and to provide safe working conditions. The Contractor must modify the service as required by the progress of the job. Removal: The Contractor must remove all temporary equipment and materials upon completion of construction, repair all damage caused by the installation. and restore the area to satisfactory condition. 1.5 Temporary Water A. The City will provide and maintain a temporary water supply system for building purposes. 1.6 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. 1.7 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 5000-2 Drawing No. B -5189-S CORONA DEL MAR 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 -5189-S CORONA DEL MAR 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 -5189-S CORONA DEL MAR 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: 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. 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. 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 -5189-S CORONA DEL MAR 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 -5189-S CORONA DEL MAR 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). CITY OF NEWPORT BEACH 01 7419-1 Drawing No. B -5189-S CORONA DEL MAR RESTROOM REPAIR SECTION 01 7419 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL G. Interior final finishes: Materials and products that will be exposed at interior, occupied spaces; including flooring, wallcovering, finish carpentry, and ceilings. 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. I. 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. 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 CITY OF NEWPORT BEACH 01 7419-2 Drawing No. B -5189-S CORONA DEL MAR RESTROOM REPAIR SECTION 01 7419 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 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. 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. CITY OF NEWPORT BEACH 01 7419-3 Drawing No. B -5189-S CORONA DEL MAR RESTROOM REPAIR SECTION 01 7419 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 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. 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 CITY OF NEWPORT BEACH 01 7419-4 Drawing No. B -5189-S CORONA DEL MAR RESTROOM REPAIR SECTION 01 7419 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 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. 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 -5189-S CORONA DEL MAR RESTROOM REPAIR SECTION 01 7419 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL Appendix A Project Name: Contractor Name: Contractor Address: SUMMARY OF SOLID WASTE DISPOSAL AND DIVERSION License Number: Solid Waste Material I Date Material Disposed/ Diverted Amount 1 Disposed/ Diverted (ton or cu.yd) Municipal Solid Waste Facility (name, address, & phone number) Recycling/Reuse C Facility (if d (name, address, & s phone number)notdiverted) mments sposed, ate why Asphalt Concrete Metal Wood I I i Debris Glass Clay brick Paper/ Cardboard Plastic Gypsum Paint Carpet I Other: Signature: Date: Appendix B RESOURCE CONSERVATION AND RECOVERY ACT - PROJECT SUMMARY Project Name: Contractor Name: License Number: Contractor Address: CITY OF NEWPORT BEACH 01 7419-6 Drawing No. B -5189-S CORONA DEL MAR RESTROOM REPAIR SECTION 01 7419 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 1.0 EPA GUIDELINE ITEMS A. Fly Ash: 1. Total dollar amount of concrete and cement provided for this project. 2. Total dollar amount of concrete and cement containing fly ash provided for this project. 3. Were there any technical impediments to increasing the amount of concrete and cement containing fly ash provided for this project? a. If yes, please explain. B. Building Insulation Products: Total dollar amount of building insulation products provided for this project. Total dollar amount of building insulation products containing recycled materials provided for this project. $ Were there any technical impediments to increasing the amount of building insulation products containing recycled materials provided for this project? a. If yes, please explain. C. Carpet: 1. Total dollar amount of carpet provided for this project. $ 2. Total dollar amount of carpet containing recycled materials provided for this project. 3. Were there any technical impediments to increasing the amount of carpet containing recycled materials provided for this project? a. If yes, please explain. D. Floor Tiles (resilient): 1. Total dollar amount of floor tile (resilient) provided for this project. 2. Total dollar amount of floor tile (resilient) containing recycled materials provided for this project. $ 3. Were there any technical impediments to increasing the amount of floor tile (resilient) containing recycled materials provided for this project? CITY OF NEWPORT BEACH 017419-7 Drawing No. B -5189-S CORONA DEL MAR RESTROOM REPAIR SECTION 01 7419 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL a. If yes, please explain. E. Floor Tiles (ceramic): 1. Total dollar amount of floor tile (ceramic) provided for this project. 2. Total dollar amount of floor tile (ceramic) containing recycled materials provided for this project. $ 3. Were there any technical impediments to increasing the amount of floor tile (ceramic) containing recycled materials provided for this project? a. If yes, please explain. F. Hydraulic Mulch: 1. Total dollar amount of hydraulic mulch provided for this project. 2. Total dollar amount of hydraulic mulch containing recycled materials provided for this project. $ 3. Were there any technical impediments to increasing the amount of hydraulic mulch containing recycled materials provided for this project? a. If yes, please explain. G. Compost: 1. Total dollar amount of compost provided for this project. $ 2. Total dollar amount of compost containing recycled materials provided for this project. 3. Were there any technical impediments to increasing the amount of hydraulic mulch containing recycled materials provided for this project? a. If yes, please explain. 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. CITY OF NEWPORT BEACH 01 7419-8 CORONA DEL MAR RESTROOM REPAIR 4z Drawing No. B -5189-S SECTION 01 7419 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 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 01 7419-9 Drawing No. B -5189-S CORONA DEL MAR 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. 1. 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 -5189-S CORONA DEL MAR 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. 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 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 under these 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 a. 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 -5189-S CORONA DEL MAR 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: 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. Final Submittal: four complete sets of manuals must be furnished to the Engineer not later than 30 days before completion of the project. 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 -5189-S CORONA DEL MAR 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 -5189-S CORONA DEL MAR 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 -5189-S CORONA DEL MAR 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. 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. 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 -5189-S CORONA DEL MAR 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 -5189-S CORONA DEL MAR 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: CITY OF NEWPORT BEACH 024119-4 Drawing No. B -5189-S CORONA DEL MAR RESTROOM REPAIR SECTION 02 4119 SELECTIVE STRUCTURE DEMOLITION Remove all plumbing fixtures and accessories including all exposed supply, waste, and vent piping. 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 -5189-S CORONA DEL MAR 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 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 -5189-S CORONA DEL MAR 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. 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 -5189-S CORONA DEL MAR 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 Al 53 for galvanizing iron and steel hardware. CITY OF NEWPORT BEACH 055000-3 Drawing No. B -5189-S CORONA DEL MAR 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 -5189-S CORONA DEL MAR 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 -5189-S CORONA DEL MAR 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 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 -5189-S CORONA DEL MAR 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 -5189-S CORONA DEL MAR 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. 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. oam: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 -5189-S CORONA DEL MAR RESTROOM REPAIR 2.4 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. ACCESSORIES A. Joint Cleaner: Provide type of joint cleaning compound recommended by sealant manufacturer forjoint 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 3.2 3.3 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. 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. 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 -5189-S CORONA DEL MAR 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 3.5 3.6 A. Cure sealants in compliance with manufacturer's published instructions. 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. 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 -5189-S CORONA DEL MAR 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. CITY OF NEWPORT BEACH 099100-1 Drawing No. B -5189-S CORONA DEL MAR RESTROOM REPAIR SECTION 09 9100 PAINTING 1.5 DELIVERY, STORAGE AND HANDLING 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. CITY OF NEWPORT BEACH 099100-2 Drawing No. B -5189-S CORONA DEL MAR RESTROOM REPAIR SECTION 09 9100 PAINTING B. Section 01 6000 - Product Requirements: Product options and substitutions. Substitutions: permitted. 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 CITY OF NEWPORT BEACH 099100-3 Drawing No. B -5189-S CORONA DEL MAR RESTROOM REPAIR SECTION 09 9100 PAINTING 3. Concrete Floor: Epoxy, Non -slip a. Primer: Seal-Krete, Epoxy Shell WB 50 b. 2nd coat: Seal-Krete Polyshell C. 3rd coat: Seal-Krete Polyshell with added Seal-Krete HP Non -slip 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. 15' 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) CITY OF NEWPORT BEACH 099100-4 Drawing No. B -5189-S CORONA DEL MAR RESTROOM REPAIR 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): SECTION 09 9100 a. Primer: ProMaster Interior Latex Primer -Sealer MP -5111; MDF 1.5 mil. PAINTING Each Finish Coat: ProMaster Interior Latex Eggshell MP -6800; MDF 1.5 mil. b. Each Finish Coat: Ultra Deluxe Interior Acrylic Latex Eggshell (Low Sheen) Enamel a. Each Finish Coat: Devflex 4214HP High Performance Waterborne Acrylic Semi - 36 Series; MDF 1.4 mils. 4. Ferrous Metal: Semi -Gloss, Water Base, Acrylic Latex. a. a. Primer: Dura Clad Universal Acrylic Metal Primer, White 33-015; MDF x.x mils. MDF 1.5 mil. b. (MPI 76, Approved) b. Each Finish Coat: Genesis Odor -Free Interior Latex Semi -Gloss Enamel, 83 - Metal: Semi -Gloss, Water Base, Acrylic Latex. a. Series, MDF 1.5 mils. E. Devoe (ICI) - ICI):1. Each Finish Coat: Devflex 4216 HP High Performance Waterborne Acrylic Semi - 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 4216HP 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. 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. CITY OF NEWPORT BEACH 099100-5 Drawing No. B -5189-S CORONA DEL MAR RESTROOM REPAIR 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. CITY OF NEWPORT BEACH 099100-6 Drawing No. B -5189-S CORONA DEL MAR RESTROOM REPAIR SECTION 09 9100 PAINTING H. Pittsburgh: 1. Gypsum Board: Eggshell, Water Base, Acrylic Latex. 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. CITY OF NEWPORT BEACH 099100-6 Drawing No. B -5189-S CORONA DEL MAR RESTROOM REPAIR SECTION 09 9100 PAINTING 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 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. CITY OF NEWPORT BEACH 099100-7 Drawing No. B -5189-S CORONA DEL MAR RESTROOM REPAIR SECTION 09 9100 PAINTING Recoat primed and sealed surfaces where evidence of suction spots or unsealed areas in first 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: CITY OF NEWPORT BEACH 099100-8 Drawing No. B -5189-S CORONA DEL MAR RESTROOM REPAIR SECTION 09 9100 PAINTING Hollow metal doors and frames. Gypsum wallboard. 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 -5189-S CORONA DEL MAR RESTROOM REPAIR From: Reyes Raymund To: Morgan, Shelby Subject: FW: Compliance Alert -Vendor Number 7993-1 Date: Tuesday, June 29, 20219:14:46 AM -----Original Message ----- From: Customer Service <customerseryice(.a'ebix.com> Sent: Friday, June 25, 2021 5:46 PM To: Reyes, Raymund <rreyes@newportbeachca.gov>; Insurance <insuranceganewportbeachca.gov> Cc: sagarla-)ebix.com Subject: Compliance Alert -Vendor Number 7993-1 [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. 7993-1 A2Z Construct, Inc. Sent by Ebix, designated insurance certificate reviewer for the City of Newport Beach.