Loading...
HomeMy WebLinkAboutC-7920-2 - Central Library Access Control - Security Improvement Project0 N IFU 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 2nd day of June, 2021, at which time such bids shall be opened and read for CENTRAL LIBRARY ACCESS CONTROL — SECURITY IMPROVEMENT PROJECT PROJECT NO. 20F02 CONTRACT NO. C-7920-2 $90,000 Engineer's Estimate Approved by James M. Houlihan puty PWD/City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: ompanvlD= MANDATORY PRE-BID SITE WALK: A mandatory job walk will be conducted for this project on May 19, 2021 at 8:30 AM at the Central Library located at 1000 Avocado Ave. Newport Beach, CA 92660 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: "C-28" For further information, call Tom Sandefur, Project Manager at (949) 644-3321 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http //newportbeachca gov/government/open-transparent/online-services/bids [fps vendor -registration City of Newport Beach CENTRAL LIBRARY ACCESS CONTROL — SECURITY IMPROVEMENT PROJECT PROJECT NO. 20F02 CONTRACT NO. C-7920-2 TABLE OF CONTENTS NOTICEINVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS...................................................................................... 3 DESIGNATION OF SUBCONTRACTOR(S)................................................................... 9 TECHNICAL ABILITY AND EXPERIENCE REFERENCES ............................................ 9 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD .................................................... 15 ACKNOWLEDGEMENT OF ADDENDA....................................................................... 18 INFORMATION REQUIRED OF BIDDER..................................................................... 19 NOTICE TO SUCCESSFUL BIDDER........................................................................... 21 CONTRACT.................................................................................................................. 22 LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A FAITHFUL PERFORMANCE BOND........................................................... Exhibit B INSURANCE REQUIREMENTS.................................................................Exhibit C PROPOSAL.............................................................................................................. PR -1 SPECIALPROVISIONS............................................................................................ SP -1 2 RD RD SYSTEMS INC:. Mr. Tom Sandefur Project Manager City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Dear Mr. Sandefur: State Contractor's License # 500075 Alarm License # ACO 3237 10005379 Locksmith Company License # 6037 RD Systems Inc. is submitting our bid for the Central Library Access Control - Security Improvement Project No 20F02, Contract No. C-7920-2. We are a full-service Security Systems Integrator based in Orange County, offering the timely installation, service, and maintenance coverage to meet the Central Library project specifications. Established in 1969, our products and services include but are not limited to: ■ Access Control Systems (Enterprise, Local & Web based) ■ Electronic Locks and Door Hardware specialist ■ Intrusion Detection and Fire & Life Safety ■ Video Surveillance Systems ■ Intercom Systems & Turnstiles ■ Network - Data RD Systems Inc. is a Licensed Contractor and Regional Lock Provider, holding the following licenses: • C-61 / D16 - Hardware, Locks and Safes • C 10 - Electrical • C-7 - Low Voltage Systems • C28 - Lock and Security Equipment • B - General Building Contractor • ISO 9001: 2015 Certified • ACO 3237 - Alarm Company Operator • LCO 6037 - Locksmith Certification We hope that our bid is selected as the most competitive and cost-effective option for the city. We look forward to a long and lasting relationship. Regards, Y"AZ�14&� Yvonne Villegas Business Development Representative Mobile: (714) 493-6488 Yonnel ct RD -,S\ stems.com ---- ------ -- _ _ -- ----- - - _.._ - - ---- -T. www.RD-Systems.com 1949.936.0100 I Fax 949.936.0114 13041 Edinger Avenue I Tustin, CA 92780 Serving our customers since 1969. City of Newport Beach CENTRAL LIBRARY ACCESS CONTROL — SECURITY IMPROVEMENT PROJECT PROJECT NO. 20F02 CONTRACT NO. C-7920-2 INSTRUCTIONS TO BIDDERS 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 DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor information to be submitted via PlanetBids) CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any; Contractor shall confirm via PlanetBids) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ACKNOWLEDGEMENT (Line Items to be completed via PlanetBids) The City Clerk's Office will open and read the bid results from PlanetBids immediately following the Bid Opening Date (Bid Due Date.) The Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date (Bid Due Date). Members of the public who would like to attend this reading may go to Bay E, 2nd Floor of the Civic Center (Located at 100 Civic Center Dr.) 2. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 3. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 3 5. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 6. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 7. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 11. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 12. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on behalf of itself or a subcontractor that lacks privity of contract with the City but has requested that contractor proceed on its behalf, sent by registered mail or certified mail return receipt requested for a time extension, payment by the City for money or damages arising from work done by, or on behalf of, the contractor and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled, or for payment of an amount that is disputed by the City, the following is a summary of the claims resolution process to be applied: A. The City shall review the claim and, within 45 days, shall provide a written statement identifying the portions of the claim that are disputed and undisputed. This time period may 4 be extended by mutual agreement. The claimant shall furnish all reasonable documentation to support the claim. If the City needs approval from its City Council to provide the written statement and the City Council does not meet within the prescribed time period, the City shall have up to 3 days following the next regular meeting of the City Council to provide the written statement. Payment of the undisputed portion of the claim shall be made within 60 days after the City issues its written statement. B. If the claimant disputes the City's written statement or if the City does not issue a written statement in the prescribed time period, the claimant may demand in writing an informal meet and confer conference, which shall be scheduled within 30 days of receipt of claimant's demand. C. Within 10 business days of the meet and confer conference, if a dispute remains, the City shall provide a written statement identifying the portion of the claim that remains in dispute and the undisputed portion. The City shall pay any remaining amount of the undisputed portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding mediation or similar nonbinding process, with the City and claimant sharing the costs equally and agreeing to a mediator within 10 business days. If the parties cannot timely agree on a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate the remaining disputed portion. If mediation is unsuccessful, any remaining disputed portion shall be addressed using procedures outside of Public Contract Code section 9204. D. Failure by the City to meet the time requirements herein shall result in the claim being rejected in its entirety and shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. The signature below represents that the above has been revie�/y 500075 B; C7; C10; C28; C61/D16 President Contractor's License No. & Classification Authorized Signature/Title 1000033129 06/30/2023 DIR Registration Number & Expiration Date RD Systems, Inc. Bidder 5 May 26, 2021 Date City of Newport Beach CENTRAL LIBRARY ACCESS CONTROL — SECURITY IMPROVEMENT PROJECT PROJECT NO. 20F02 CONTRACT NO. C-7920-2 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 Contractors 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. RD Systems, Inc. Bidder President A thorized Signature/Title City of Newport Beach CENTRAL LIBRARY ACCESS CONTROL — SECURITY IMPROVEMENT PROJECT PROJECT NO. 20F02 CONTRACT NO. C-7920-2 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name RD Systems Inc. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. For all security access construction projects you have worked on (or are currently working on) in the past 5 years in excess of $50,000, provide the following information: No. 1 Project Name/Number City of Long Beach Access Control Upgrade Project Description Complete Technology Upgrade for City Wide Access Control Approximate Construction Dates: From 2018 To: Current Agency Name City of Long Beach - Technology & Innovation Contact Person Cason Lee, Deputy Director Telephone (562 570-5553 Original Contract Amount $740.000 Final Contract Amount $ 740,000 If final amount is different from original, please explain (change orders, extra work, etc.) NA 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. None 10 No. 2 Project Name/NumberCTI ong Beach Poli .P Department Project Description Security Installation. repair & maintenance for all PD facilities Approximate Construction Dates: From 2018 To: 2021 Agency Name City of Lona Beach Police Department Contact Person Jason Kang Telephone (561 570-5064 Original Contract Amount $1,400,000:inal Contract Amount $ 1,400,000 If final amount is different from original, please explain (change orders, extra work, etc.) NA 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. None No. 3 Project Name/Number City of Los AngelP=s apt of rpnPral SarvicPa Project Description City Wide Access Control Installation and Maintenance Approximate Construction Dates: From 2013 To: Present Agency Name City of Los Angeles - Department of General Services Contact Person Eric Robles Telephone (213) 928-9572 Original Contract Amount $16,000,000inal Contract Amount $16 000.000 If final amount is different from original, please explain (change orders, extra work, etc.) NA 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. None 11 No. 4 Project Name/Number _ Los Angeles Publi . I ibraill - Fa iliti s R Fyentc Management Project Description Security l pgrad 72 branches video Surveillance & 3 branches Access Control Approximate Construction Dates: From 2016 To: Current Agency Name Los Angeles P ubli . LahraU Contact Person Robyn MyeLs Telephone (21 3 359-0105 Original Contract Amount $2,350,000Final Contract Amount $ 2.350.000 If final amount is different from original, please explain (change orders, extra work, etc.) NA 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. None No. 5 Project Name/Number Allan Hancock College Project Description Campus -wide Access Control Upgrade with new installation proiect Approximate Construction Dates: From 2019 To: current Agency Name Allan Hancock College Contact Person Bridget Tate Telephone (805) 922-6966 Original Contract Amount $ 344,777 Final Contract Amount $ 381.404 If final amount is different from original, please explain (change orders, extra work, etc.) Change orders 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. None 12 No. 6 Project Name/Number CBRE Property Management Project Description Access Control for 2 Highrise Buildings in Downtown Los Anges Approximate Construction Dates: From 2005 To: Current Agency Name CBRE Property Management Contact Person Janis Rodriguez Telephone (213 202-2600 Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) WA 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. None 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 he Contractor's current financial conditions. RD Systems. Inc. lent Bidder Authorized Signature/Title 13 RD RD SYSTEMS INC. Overview State Contractor's License # 500075 Alarm License # ACO 3237 70=370 Locksmith Company License # 6037 Russ Browning - Senior Project Manager Russ has over 32 years' experience working on the deployment and management of hundreds of security projects. Russ has worked with RD Systems for over 20 years and as our senior project manager, Russ is instrumental in the coordination and communication efforts to ensure projects are completed as designed and within the expected budgets. Certifications and Expertise ✓ Lenel OnGuard Certified ✓ ACE - Alarm Company Employee License ✓ Avigilon Certified ✓ Siemens Fire Product Certified ✓ CPR — First Aid Certified ✓ Intertek Qualified Personnel (IQP) - Raceway Installer Certified Project Experience ✓ Ladder and Aerial Lift Certified ✓ Allegion Product Expertise, Specialization: Schlage, LCN, Von Duprin ✓ HID Product Expertise, Specialization: Credentials, Card Printers, Readers ✓ Intercom Expertise: Aiphone, Viking, Commend ✓ Various other access control and VMS platforms • City of Los Angeles — Hundreds of projects installation and management. Including card reader and OnGuard access control migration and stairwell lock replacement projects. • City of Long Beach — Hundreds of projects. Including OnGuard access control migration and upgrade of the city system. • Los Angeles Convention Center— Responsible for 350 camera deployment with full IP base digital video system, including AXIS, Panasonic, Hanwha cameras and Milestone VMS. • Los Angeles Zoo — Responsible for surveillance upgrade with FLIR Latitude VMS with 49 camera deployment. • Segerstrom Performing Arts Center in Costa Mesa — Responsible for 63 camera deployment in the Milestone VMS. • DCMA — Security upgrade and expansion of Lenel Access Control, Surveillance and Alarm. ■ Hyundai — Fully integrated Lenel OnGuard Access Control and Milestone Video Management System with additional 50 cameras and 32 doors. • ASB Real Estate: Watermarks Tower — Upgrade and expansion of the Open Options access control system and the Video Insight VMS system. In addition to the installation of a new Audio - Visual Intercom System. About RD Systems, Inc. RD Systems has a long-standing reputation as a leading regional security integrator, providing high quality installation and service with an acute focus on customer satisfaction. Bringing technological knowledge, a strong mix of product lines, and a vast amount of experience to provide for all security related needs, RD Systems ensures that projects are completed on time, on budget, and to the customer's complete satisfaction. www. RD-Systems.com 1949.936.0100 1 Fax 949.936.01 14 13041 Edinger Avenue ( Tustin, CA 92780 Serving our customers since 1969. City of Newport Beach CENTRAL LIBRARY ACCESS CONTROL — SECURITY IMPROVEMENT PROJECT PROJECT NO. 20F02 CONTRACT NO. C-7920-2 NON -COLLUSION AFFIDAVIT State of California ) )Ss. County of Orange ) John Russell being first duly sworn, deposes and says that he or she is President of RD Systems. Inc. , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the Stat OO Californi at the foregoing is true and correct. _RD Systems. Inc 11, President Bidder AtAhorized Signature/Title {.'A Subscribed and sworn to (or affirmed) before me on this day of 2021 by SS proved to me on the basis of satisfactory evidence to be the personss'j'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. MAX RUSSELL "- Nolary Public - California , [SEAL] '' orange county `> Commission p 2221525 My Comm. Expires Nov 11, 2021 14 Notary Public My Commission Expires: I City of Newport Beach CENTRAL LIBRARY ACCESS CONTROL — SECURITY IMPROVEMENT PROJECT PROJECT NO. 20F02 CONTRACT NO. C-7920-2 DESIGNATION OF SURETIES Bidder's name RD Systems, 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): Lorae Farmer, Shorepoint Insurance 1120 Bristol St, Costa Mesa, CA 92626 714-430-0035 Platte River Insurance Company c/o Shorepoint InsuranEe_ 1.120 Bristol St Costa Mesa CA 92626 15 City of Newport Beach CENTRAL LIBRARY ACCESS CONTROL — SECURITY IMPROVEMENT PROJECT PROJECT NO. 20F02 CONTRACT NO. C-7920-2 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name RD Systems Inc. Record Last Five (5) Full Years Current Year of Record ,.G I" 3%J1 I I 10LIU1 I icyunCU rur these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 16 Current Record Record Record Record Record Year of for for for for for Record 2020 2019 2018 2017 2016 Total 2021 No. of contracts Total dollar Amount of Contracts (in Thousands of $) 732 2,234 3,457 3,807 3,986 3,416 17,632 No. of fatalities 0 0 0 0 0 0 0 No. of lost Workday Cases 0 0 0 0 0 1 1 No. of lost workday cases involving permanent transfer to another job or termination of employment 0 0 0 0 0 0 0 Ik ..F_ ..a:_: c_ ,.G I" 3%J1 I I 10LIU1 I icyunCU rur 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 RD Systems, Inc. Business Address: 3041 Edinger Avenue, Tustin CA 92780 Business Tel. No.: 949-936-0100 State Contractor's License No. and Classification: 500075 Lock and Security Contractor Title President The above information was compiled from the records that are available to me at th is time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title Signature of bidder Date President Title Secretary 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 17 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notarypublic 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 1 County of Oyarlbl& J} On PdIAX 2444'l2 before me, ► "` t( Date personally appeared Here Insert Name and Title of the Officer of Signer < who proved to me on the basis of satisfactory evidence to be the personA whose namSKis/aWsubscribed to the within instrument and acknowledged to me that he/ ,life/�xey execGted the same in his/ r/eir aPthorized capacity(] and that by his/hief it signaturq'on the instrument the personor the entity upon behalf of whit p the erson�*'acte�cl executed the instrument. MAX WMLL < > Notary' Nbk- California Orange€" Commission32221525 > My Comm. Expires Nov 11, 2021 Place Notary Seat and/or Stamp Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attiaei Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in ❑ Trustee ❑ Guardian of ❑ Other: Signer is Representing: 02017 National Notafy Association Number of Pages: me: ❑ Corporat fftcer — Title(s): 11 Partner — [Iited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian of Conservator ❑ Other: Signer is Representing: City of Newport Beach CENTRAL LIBRARY ACCESS CONTROL — SECURITY IMPROVEMENT PROJECT PROJECT NO. 20F02 CONTRACT NO. C-7920-2 ACKNOWLEDGEMENT OF ADDENDA Bidder's name RD Systems, Inc. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Sin ture µ----- 18 City of Newport Beach CENTRAL LIBRARY ACCESS CONTROL — SECURITY IMPROVEMENT PROJECT PROJECT NO. 20F02 CONTRACT NO. C-7920-2 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: RD Systems, Inc. Business Address: 3041 Edinger Avenue Tustin CA 92780 Telephone and Fax Number: 949-936-0100 (0) 949-936-0114 (F) California State Contractor's License No. and Class: 500075 C_7, C10, C28, B C61/D16 (REQUIRED AT TIME OF AWARD) Original Date Issued: 10/20/1986 Expiration Date: 10/31/2022 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: Yvonne Villegas -Bus Devi Rep; Patrick Bailey -VP Sales; John Russell -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 John Russell President 3041 Edinger Avenue Tustin CA 949-936-0100 Yvonne Villegas Bus Devi Rep 3041 Edinger Avenue Tustin rn 714-493-6488 Patrick Bailey VP Sales 3041 Edinger Avenue Tustin CA 714-474-593 Corporation organized under the laws of the State of California 19 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: None All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: RD Systems 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; None 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 co liance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes No CO Are any claims or actions unresolved or outstanding? Yes 4No If yes to any of the above, explain. (Attach additional sheets, if necessary) NA Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. RD Systems, Inc. Bidder John Russell (Print name of Owner or President of Cor ration/Com any) President Aythorized Signature/Title President Title May 26, 2021 Date On tA0. 2�0*` �02-1 before me, "a c well 20 , Notary Public, personally appeared Sotin P,uas-at who proved to me on the basis of satisfactory evidence to be the person') whose name90 is/a,* subscribed to the within instrument and acknowledged to me that he/s,�dp2y executed the same In his/*/I:Vir authorized capacity(iegaj, and that by his/Vr/tt)Leir signatureof on the instrument the person or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Notary Public in and for said State My Commission Expires:( i i ZOZI MAX RUSSELL Notary Public - California Orange County ' Commission P 2221525 My Comm. Expires Nov 11, 2021 21 (SEAL) CENTRAL LIBRARY ACCESS CONTROL — SECURITY IMPROVEMENT PROJECT CONTRACT NO. 7920-2 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 15th day of June, 2021 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and R. D. Systems, Inc., a California corporation ("Contractor"), whose address is 3041 Edinger Avenue, Tustin, California 92780, (collectively "parties") and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: removing and disposing of certain existing interior and exterior doors and access control hardware (locks, etc.) and installing new doors, electronic and access control equipment (electrical, components, locks, readers, wirings, conduits, etc.) at the same locations and connected to the Newport Beach Central Library's existing power supplies (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 agreement 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. 7920-2, Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"), all of which are incorporated herein by reference. The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. 2. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project. All of the Work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 3. COMPENSATION 3.1 As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of One Hundred Nine Thousand Three Hundred Ninety Five Dollars ($109,395.00). 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 John Russell to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. 6. NOTICE OF CLAIMS 6.1 Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to R. D. Systems, Inc. Page 2 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: Public Works Director City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: John Russell R. D. Systems, Inc. 3041 Edinger Avenue Tustin, CA 92780 R. D. Systems, Inc. Page 3 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. 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. R. D. Systems, Inc. Page 4 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 In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. R. D. Systems, Inc. Page 5 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project 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, or the Work of any subcontractor or supplier selected by Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim, collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 16.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be R. D. Systems, Inc. Page 6 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) 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. R. D. Systems, Inc. Page 7 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 Inteqrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. inconsistencies between this Contract and terms of this Contract shall govern. In the event there are any conflicts or any other attachments attached hereto, the 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. R. D. Systems, Inc. Page 8 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. 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] R. D. Systems, Inc. Page 9 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: / 2.1 i` �_ron C.. �'. City Attorr �. ATTEST: Date: By: �-e Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: JUL 2 S 2021 By.- Gr y: Gr e . Leung Ci anager CONTRACTOR: R. California corporation Date: D. Systems, Inc., a Signed in Counterpart John D. Russell President and Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements R. D. Systems, Inc. Page 10 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: �2-1 ATTEST: Date: Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Grace K. Leung City Manager CONTRACTOR: R. D. Systems, Inc., a California rpcyation Date: By: —/---- John D. Russell President and Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements R. D. Systems, Inc. Page 10 PREMIUM IS FOR CONTRACT TERM BOND NUMBER: PR2729488 AND IS SUBJECT TO ADJUSTMENT EXHIBIT A EXECUTED IN DUPLICATE BASED ON FINAL CONTRACT AMOUNT. PREMIUM INCLUDED IN PERFORMANCE BOND. CITY OF NEWPORT BEACH BOND NO. PR2729488 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to RD Systems, Inc. hereinafter designated as the "Principal," a contract for removing and disposing of certain existing interior and exterior doors and access control hardware (locks, etc.) and installing new doors, electronic and access control equipment (electrical components, locks, readers, wirings, conduits, etc.) at same locations and connected to the Newport Beach Central Library's existing power supplies (the "Work") in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Platte River Insurance Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of One Hundred Nine Thousand Three Hundred Ninety Five Dollars and 00/100 ($109,395.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as R. D. Systems, Inc. Page A-1 to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 8th day of July , 20 21 . RD Systems, Inc. Name of Contractor (Principal) Platte River Insurance Company Name of Surety P.O. Box 5900 Madison WI 53705 - 0900 Address of Surety 608) 829-4200 Telephone APPROVED AS TO FORM: CITY ATTOl�V��'�OFFlCE Date: Z Z4 President A horized Signature/Title Authorized Agent i Lure Susan Fournier, Attorney -In -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED R. D. Systems, Inc. Page A-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of 0(a r. Wl- }ss. On JZ- is* 20 2 1 before me, Notary Public, personally appeared c,.- 4, --is- c t I who proved to me on the basis of satisfactory evidence to be the person�sf whose name(.s, is/are subscribed to the within instrument and acknowledged to me that he/shlb/th6y executed fhe same in his/helr/tf eir authorized capacity(ieg), and that by his/h&/thair signatures(s f on the instrument the personSs), 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 MAX RUSSELL <� Notary Public - California Orange County r Commission a 2221525 My Comm. Comm Expires Nov 11, 2021 (Seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Califo nia County of �.�r ��� }ss. On 7 ( iso 20_-,'( before me, /"fax Notary Public, personally appeared ,s e It proved to me on the basis of satisfactory evidence to be the persoq( whose names is/aY6 subscribed to the within instrument and acknowledged to me that he/she/t 6y executed the same in his/hgHtheff authorized capacity�ies), and that by his/hoer/t�& 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. MAX RUSSELL WITNESS my hand and official seal. -.yr '_, NotaryPublic- California z Orange County 9 Commission R 2221525 My Comm, Expires Nov 11, 2021 Signature (seal) R. D. Systems, Inc. Page A-3 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Sacramento 0n before me, Ryan Tash, Notary Public (insert name and title of the officer) personally appeared Susan Fournier who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. =ee H 4437 Z VM aliforniaountySS p. 16, 2021 Signature �' (Seal) PLATTE RIVER INSURANCE COMPANY PR2729488 POWER OF ATTORNEY Bond Number KNOW ALL MEN BY THESE PRESENTS, That the PLATTE RIVER INSURANCE COMPANY, a corporation of the State of Nebraska, having its principal offices in the City of Middleton, Wisconsin, does make, constitute and appoint T. PAGE, RYAN TASH; SUSAN FOURN its true and lawful Attorney(s)-in-fact, to make, execute, seal and deliver for and on its behalf, as surety, and as its act and deed, any and all bonds, undertakings and contracts of suretyship, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of -------------------- --------------------WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED: $20,000,000.00 -------------------------------------------- This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PLATTE RIVER INSURANCE COMPANY at a meeting duly called and held on the 8th day of January, 2002. "RESOLVED, that the President, Executive Vice President, Vice President, Secretary or Treasurer, acting individually or otherwise, be and they hereby are granted the power and authorization to appoint by a Power of Attorney for the purposes only of executing and attesting bonds and undertakings, and other writings obligatory in the nature thereof, one or more resident vice-presidents, assistant secretaries and attorney(s)-in-fact, each appointee to have the powers and duties usual to such offices to the business of this company; the signature of such officers and seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company, and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking or other writing obligatory in the nature thereof to which it is attached. Any such appointment may be revoked, for cause, or without cause, by any of said officers, at any time." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in - Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner — Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. IN WITNESS WHEREOF, the PLATTE RIVER INSURANCE COMPANY has caused these presents to be signed by its officer undersigned and its corporate seal to be hereto affixed duly attested, this I st day of January, 2020. Attest: /1 (� PLATTE RIVER INSURANCE COMPANY Ryan J. Byrnes Senior Vice President, Chief Financial Officer and Treasurer _ = SEA L = John L. Sennott, Jr. t i Chief Executive Officer and President � M A .ni •....; Suzanne M. Broadbent Assistant Secretary STATE OF WISCONSIN COUNTY OF DANE I S.S. On the 1 st day of January, 2020 before me personally came John L. Sennott, Jr., to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is Chief Executive Officer and President of PLATTE RIVER INSURANCE COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. ua unxug„ er �JB��Cr David J. Regele STATE OF WISCONSIN Notary Public, Dane Co., WI COUNTY OF DANE S.S.: IMy Commission Is Permanent enmmmuua 1, the undersigned, duly elected to the office stated below, now the incumbent in PLATTE RIVER INSURANCE COMPANY, a Nebraska Corporation, authorized to make this certificate, DO HEREBY CERTIFY that the foregoing attached Power of Attorney remains in full force and has not been revoked, and furthermore, that the Resolution of the Board of Directors, set forth in the Power of Attorney is now in force. Signed and sealed at the City of Middleton, State of Wisconsin this 8th day of July 20 21 w„dununnrnr - ..olVgitlrK, Ct' l � Andrew B. Diaz -Maros %o Senior Vice President, General Counsel and Secretary �S!pr/7rryp�d�C� THIS DOCUMENT HAS BEEN GENERATED FOR A SPECIFIC BOND. IF YOU HAVE ANY QUESTIONS CONCERNING THE AUTHENTICITY OF THIS DOCUMENT CALL 800-475-4450. PR-ePOA-M (Rev. 01-2020) PREMIUM IS FOR CONTRACT TERM BOND NUMBER: PR2729488 AND IS SUBJECT TO ADJUSTMENT EXHIBIT B EXECUTED IN DUPLICATE BASED ON FINAL CONTRACT AMOUNT. CITY OF NEWPORT BEACH PREMIUM: $3,282.00 BOND NO. PR2729488 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 3,282.00 being at the rate of $ 30.00 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to RD Systems, Inc. hereinafter designated as the "Principal," a contract for removing and disposing of certain existing interior and exterior doors and access control hardware (locks, etc.) and installing new doors, electronic and access control equipment (electrical components, locks, readers, wirings, conduits, etc.) at same locations and connected to the Newport Beach Central Library's existing power supplies (the "Work") 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 Platte River 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 One Hundred Nine Thousand Three Hundred Ninety Five Dollars and 001100 ($109,395.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. R. D. Systems, Inc. Page B-1 Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 8th day of Jury 20 21 RD Systems, Inc. Name of Contractor (Principal) Platte River Insurance Company Name of Surety P.O. Box 5900 Madison, WI 53705 - 0900 Address of Surety (608) 829-4200 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 7//, Yfi C. Harp �•�.� Attorney President Authorized Signature/Title Authorized Agent nature Susan Fournier, Attorney -In -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED R. D. Systems, 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 Count -- of Dr(.Ioc1c- )SS. On �� t I' t 20 I I before me, Mc,X >C6,c 11 Notary Public, personally appeared J-[,—k',ss� /! who proved to me on the basis of satisfactory evidence to be the personol whose name( is/94 subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/he`'00(eir authorized capacity(i96); and that by his/�r/their signaturesjsy'on the instrument the person (.sf , or the entity upon behalf of which the person(,$) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the ahorni #pit"eooing paragraph is true and correct. MAxRUSSELNotary Public, - Cal 0 CTx' Orange Counly r WITNESS my hand and official seal. Commission # 2221525 My Comm. Expires Nov 11.2021 Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of (fir d }ss. On , ,14 i 5 -20 1 before me, kl( Notary Public, personally appeared al iz=sc & proved to me on the basis of satisfactory evidence to be the person( whose name(,$)' is/grief subscribed to the within instrument and acknowledged to me that he/she%hey executed the same in his/heli/th6ir authorized capacity(ieg), and that by his/her/ heir signatures(s) on the instrument the person(sj, or the entity upon behalf of which the persons)'acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. MAX RUSSELL WITNESS my hand and official seal. Q NoiaryPublic-Cafiiomia z �a in Orange Counly g �/`; ,{� E� ' Commission # 2221525 ✓ My Comm, Expires Nov 11, 2021 Signature R. D. Systems, Inc. Page B-3 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Sacramento On % ��A� before me, Ryan Tash, Notary Public (insert name and title of the officer) personally appeared Susan Fournier who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. RYAN TASH o COMM. #2214437 z o Notary Public • California A Z Sacramento County �— M Comm. Expires Sep. 16, 2021 Signature (Seal) PLATTE RIVER INSURANCE COMPANY POWER OF ATTORNEY PR2729488 Bond Number KNOW ALL MEN BY THESE PRESENTS, That the PLATTE RIVER INSURANCE COMPANY, a corporation of the State of Nebraska, having its principal offices in the City of Middleton, Wisconsin, does make, constitute and appoint T. PAGE, RYAN TASH; SUSAN FOURN its true and lawful Attomey(s)-in- fact, to make, execute, seal and deliver for and on its behalf, as surety, and as its act and deed, any and all bonds, undertakings and contracts of suretyship, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED: $20,000,000. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PLATTE RIVER INSURANCE COMPANY at a meeting duly called and held on the 8th day of January, 2002. "RESOLVED, that the President, Executive Vice President, Vice President, Secretary or Treasurer, acting individually or otherwise, be and they hereby are granted the power and authorization to appoint by a Power of Attorney for the purposes only of executing and attesting bonds and undertakings, and other writings obligatory in the nature thereof, one or more resident vice-presidents, assistant secretaries and attorney(s)-in-fact, each appointee to have the powers and duties usual to such offices to the business of this company; the signature of such officers and seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company, and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking or other writing obligatory in the nature thereof to which it is attached. Any such appointment may be revoked, for cause, or without cause, by any of said officers, at any time." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation snaking payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in - Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner — Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. IN WITNESS WHEREOF, the PLATTE RIVER INSURANCE COMPANY has caused these presents to be signed by its officer undersigned and its corporate seal to be hereto affixed duly attested, this I st day of January, 2020. Attest: ` PLATTE RIVER INSURANCE COMPANY Ryan J. Byrnes Senior Vice President, = John L. Sennott, Jr. Chief Financial Off�icerRand �(Treasurer SEAL Chief Executive Officer and President �l •l Suzanne M. Broadbent slsslli'llltst` tiv Assistant Secretary STATE OF WISCONSIN COUNTY OF DANE I S. S.: On the I st day of January, 2020 before me personally came John L. Sennott, Jr., to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is Chief Executive Officer and President of PLATTE RIVER INSURANCE COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. �(G David J. Regele STATE OF WISCONSIN J Notary Public, Dane Co., WI COUNTY OF DANE S.S.: 4400r �`A!1150v«`' My Commission Is Permanent I, the undersigned, duly elected to the office stated below, now the incumbent in PLATTE RIVER INSURANCE COMPANY, a Nebraska Corporation, authorized to make this certificate, DO HEREBY CERTIFY that the foregoing attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolution of the Board of Directors, set forth in the Power of Attorney is now in force. Signed and sealed at the City of Middleton, State of Wisconsin this 8th _ day of July 20 21 vv�,o�uoriu,s 7l SEAL : = i � v�V GN' �• �.--\ l�; ;� Andrew B. Diaz-Matos * \` Senior Vice President, General Counsel and Secretary •�rr,ovnn�,i4aP,. THIS DOCUMENT HAS BEEN GENERATED FOR A SPECIFIC BOND. IF YOU HAVE ANY QUESTIONS CONCERNING THE AUTHENTICITY OF THIS DOCUMENT CALL 800-475-4450. PR-ePOA-M (Rev. 01-2020) EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers.. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its elected or appointed officers, agents, officials, employees and volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate and two million dollars ($2,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an R. D. Systems, Inc. Page C-1 insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to,waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials, employees and volunteers shall be included as additional insureds under such policies. C. Primary and Non Contributory_. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees and volunteers. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days' notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed documents referenced in this Contract must be returned to City within ten R. D. Systems, Inc. Page C-2 (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. 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 R. D. Systems, Inc. Page C-3 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. 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. R. D. Systems, Inc. Page C-4 K. Maintenance of General Liability Coverage. Contractor agrees to maintain commercial general liability coverage for a period of ten (10) years after completion of the Project or to obtain coverage for completed operations liability for an equivalent period. R. D. Systems, Inc. Page C-5 a� Poor City of Newport Beach o, 'i y.; p Insurance Compliance PO Box 100085 - FV Duluth, GA 30096 May 24, 2021 R.D. Systems, Inc. 3041 Edinger Ave. Tustin, CA 92780 Reference Number: FV00000054 This Account has moved from non-compliant to COMPLIANT status and currently in compliance for certificate of insurance requirements. As of the date above, your insurance meets City of Newport Beach insurance requirements. We appreciate your efforts and those of your insurance agent in working with our insurance representatives. Please call us at (951) 766-2285 if you have any questions. Sincerely, City of Newport Beach Compliant Notice [CA1] City of Newport Beach CENTRAL LIBRARY ACCESS CONTROL — SECURITY IMPROVEMENT PROJECT PROJECT NO. 20F02 CONTRACT NO. C-7920-2 PROPOSAL (Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids. Contractor shall sign the below acknowledgement) To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 7920-2 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: May 26, 2021 Date 949-936-0100 949-936-0114 Bidder's Telephone and Fax Numbers 500075 B. C7. C10, C28. C61/Q16 Bidder's License No(s). and Classifications) 1000033129 DIR Registration Number RD Systems, Inc. Bidder President Bidder's Authorized Signature and Title 3041 Edinger Avenue, Tustin, CA 92780 Bidder's Address Bidder's email address: JRussell anRD-Systems com PR -1 Vendor Name RD Systems Address 3041 Edinger Ave Delivery Method Tustin, California 92780 Bid Responsive United States Respondee John Russell Respondee Title President Phone 949-936-0100 Email JRussell@RD-Systems.com Vendor Type DGS, CADIR License # 500075 CADIR 330056600 Bid Format Electronic Submitted 06/01/2021 1:55 PM (PDT) Delivery Method Bid Responsive Bid Status Submitted Confirmation # 256215 Ranking 0 Thank you for the opportunity to expand our working relationship with the City of Newport Beach File Title File Name File Type BID SUBMITTAL C-7920-2 RD Systems Inc.pdf BID SUBMITTAL C-7920-2 RD Systems Inc.pdf General Attachment No Subcontractors Discount Terms No Discount Item m Item Code Type Item Description Section 1 Response 1 Mobilization. Proiect Management, and Demobilization 2 Install Area 41 Access Control 3 Install Area *2 Access Control 4 Install Area 43 Access Control 5 Install Area �4 .Access Control 6 Install Area 75 Access Control .I Install Area 46 Access Control 8 Install Area 47 Access Control 9 Install Area #8 Access Coutroi 10 Provide As -Built Plans 11 154-:- City Building Division Unscheduled Requirements UOA4 QTY Unit Price Line Total Response $10939500 IS 1 58.000.00 58.00000 Yes LS 1 59.795.00 $9.795.00 Yes LS $9.795.90 59.795.00 Yes LS 1 $9.795.00 59.795.00 Yes LS 1 59795.00 59.795.00 Yes LS 1 S18,060.00 518.060.00 Yes LS 1 S9.795.00 $9.795.00 Yes LS 1 S9.795.00 59.79500 Yes LS I 59.795.00 59.795.00 Yes LS 1 550000 5500.00 Yes LS 1 514.270.00 514.270.00 Yes Comment %lullion reader will be mounted: no pedestal :eGuired Includes replacing & Coring doors: Section Title Section 1 Grand Total Line Total S109,395.00 S109.39500 CITY OF NEWPORT BEACH C64465 �c PUBLIC WORKS DEPARTMENT INDEX �'IVIL \P* FOR CALI���'�� SPECIAL PROVISIONS CENTRAL LIBRARY ACCESS CONTROL - SECURITY IMPROVEMENT PROJECT PROJECT NO. 20F02 CONTRACT NO. C-7920-2 PART 1 - GENERAL PROVISIONS SECTION 1— TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1 2 TERMS AND DEFINITIONS SECTION 2 - SCOPE AND CONTROL OF THE WORK 2 1 AWARD AND EXECUTION OF TFIE 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 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6-1.1 Construction Schedule 6 7 TIME OF COMPLETION 6 7.1 General 6 8 COMPLL= TION, ACCEP TANCE, AND WARRANTY 6-9 LIQUIDATED DAMAGES SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7 1 THE CONTRACTOR'S EQUIPMENT AND FACIt.IITIES 7 1.2 Temporary Utility Services 7 2 LABOR 7-2.2 Prevailing Wages 1 1 1 2 2 2 2 2_ 2 2 2 2 2_ 3 3 3 3 4 4 4 4 4 4 4 5 6 6 7 7 7 7 7 7-7 COOPERATION AND COLLATERAL WORK 7 7-8 WORK SITE MAINTENANCE 8 7-8.4 Storage of Equipment and Materials 8 7-8.4.2 Storage in Public Streets 8 7-8.2 Air Pollution Control 8 7-8.2.1 Dust Control g 7-10 SAFETY g 7-10.4 Safety 8 7-10.4.1 Work Site Safety 8 SECTION 9 - MEASUREMENT AND PAYMENT 9 9-2 LUMP SUM WORK 9 9-3 PAYMENT 9 9-3.1 General 9 9-3.2 Partial and Final Payment. 12 PART 2 - CONSTRUCTION MATERIALS 13 PART 3 - CONSTRUCTION METHODS 13 TECHNICAL SPECIFICATIONS 14 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS CENTRAL LIBRARY ACCESS CONTROL — SECURITY IMPROVEMENT PROJECT PROJECT NO. 21F02 CONTRACT NO. C-7920-2 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) the Building Permit(s); (2) the City adopted edition of the governing UBC, CBC, UEC, CEC, and other applicable Codes; (3) these Special Provisions and Technical Specifications/Provisions; (4) the Project Plans: B -5293-S; (5) the City's Desiqn Criteria, Standard Special Provisions and Standard Drawings for Public Works Construction, (2021 Edition), including Supplements; (6) Standard Specifications for Public Works Construction (2015 Edition) including supplements; and (7) the Central Library reference as -built record drawing: B -5141-S. 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 by calling 888-BNI BOOK (888-264-2665). The Central Library reference as -built record drawing may be accessed at: http://nbgis.newportbeachca.gov/images/pdf/B/B 5141 S.pdf The following Special Provisions and Technical Specifications/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 Page 1 of 14 Engineer — City of Newport Beach Public Works Director, City Engineer, or his designee. SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT At the time of contract award and until completion of work, the Contractor shall possess an unrestricted and current Lock and Security Equipment Contractor "C-28" License issued by the California Contractor's State License Board. 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 the removing and disposing of certain existing interior and exterior doors and access control hardware (locks, etc) and installing new doors, electronic and access control equipment (electrical components, locks, readers, wirings, conduits, etc.) at same locations and connected to the Newport Beach Central Library's existing power supplies. 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 California Department of Transportation (Caltrans) rental rates. 3-3.2.3 Markup 3-3.2.3.1 Work by the Contractor Page 2 of 14 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 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. Submittals are required for all construction materials. Material and product samples shall be submitted as required 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. 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. Page 3 of 14 SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General The Contractor is responsible for, and shall at his or her expense, review the project site's existing physical and as -built conditions so as to fully identify the existence or non- existence of the various utilities, blockages, interferences, and the required points of connection required to complete the Work shown on the Plans and these Specifications. By submitting a bid, the Contractor certified that this verification process has been completed to his/her satisfaction. 5-2 PROTECTION In the event that any existing improvements and/or systems not designated for work is damaged by the Work, the Contractor shall make all restoration repairs of at least same quality at its own expense. Damaged wires, conductors, etc. electrical components shall be replaced without splicing to their respective points of connection (home -runs). 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 the schedule of work and the work zone safety plan have 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. No more than two (2) work areas can be simultaneously under construction at the same time without the Engineer's prior written approval. 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 Page 4 of 14 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 sixty (60) consecutive working days after the date on the Notice to Proceed as follows: • Work Area #1 (Circulation): Five (5) working days. • Work Area #2 (Children/East Driveway): Seven (7) working days. • Work Area #3 (Main Office/Courtyard): Seven (7) working days. • Work Area #4 (Employee Break Room/Courtyard): Eleven (11) working days. • Work Area #5 (Loading Area): Seven (6) working days. • Work Area #6 (Staff -Back of House): Seven (6) working days. • Work Area #7 (Elevator Adjacent): Seven (7) working days. • Work Area #8 (Rear Expansion): Seven (7) working days. The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time. 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. Night work, if so desired by the Contractor to complete the work more efficiently and expeditiously and to minimize disruption to the Library's operations, is allowed with the following requirements: Page 5 of 14 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 11 th (Veterans Day) 8. Fourth Thursday and Friday in November (Thanksgiving and Friday after) 9. December 24th, (Christmas Eve) 10. December 25th (Christmas) 11. December 26th thru 30th (City Office Closure) 12. December 31 st (New Year's Eve) If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 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 for each work area listed in Section 6-7.1, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $250 USD until the tardy work for that work area is completed. These Page 6 of 14 localized liquidated damages are not refundable even if the overall project is completed within the sixty (60) working days allotment. For each consecutive calendar day after the overall contract 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 $1,500 USD. 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, and continuous sequence so as to minimize impacts to the Library operations. Therefore, if the Contractor has demonstrated to the Engineer that it has conducted its work satisfactorily and diligently and has cooperated with staff to minimize the interruptions to the Library's operations, the Engineer, at his sole discretion, could consider modifying the requirements of this Section as long as the Contractor continues to perform satisfactorily toward timely completion. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services The City will provide the contractor with reasonable gratis water and power services required to perform and complete the Work. 7-2 LABOR 7-2.2 Prevailing Wages This project is under the requirements of the applicable portions of the California Labor Code and the California Department of Industrial Relations. 7-7 COOPERATION AND COLLATERAL WORK The Central Library is occupied by patrons and staff throughout the facility during its hours of operation. It is therefore imperative that the Contractor fully discuss its work plan in details with the Engineer and the Library staff so that the City can make arrangements to modify its operations to make this Project successful for the Contractor with the least amount of interruptions to both the Contractor and to the Library. Page 7 of 14 Special attention shall be paid to the timing of electrical power turn-off and turn -on as required to make electrical connections at the existing electrical panels. Such events will not only impact lights, computers, and other equipment within the facility, but also the elevators, the fire alarms, the sewer pumps, etc. In the event the Contractor de - energized any of these systems without at least 48-hour advance notice to the City so that staff can have the opportunity to make the necessary preparatory arrangements, the contractor shall be responsible for all damages and repair costs to return the systems and facility to normal operations. Such costs will be withheld from the Final Payment to Contractor. 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. 7-8.2 Air Pollution Control 7-8.2.1 Dust Control The Contractor shall execute its work in a manner that will prevent construction dust and debris from tracking into the Library's offices, halls, spaces where occupied by patrons and/or staff, nor allow same to accumulate within attic spaces or migrate into air handling equipment inlets or outlets. Such materials shall be promptly removed by vacuuming. 7-10 SAFETY 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. Page 8 of 14 Being that the work is within regularly occupied spaces inside the Central Library building, the Contractor shall design and install temporary construction safety separation corridor(s) wherever the building occupants need to be protected from the construction work. Such temporary construction safety separation corridors may be constructed with plywood sheets, plastic drop cloth, or other materials approved by the City Builder Inspector. This safety requirement could be waived by the Engineer if the construction work is conducted during hours when the Library building is not normally occupied. The right of the Engineer or the City's representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. SECTION 9 - MEASUREMENT AND PAYMENT 9-2 LUMP SUM WORK Contractor shall submit a detailed schedule of value for all lump sum bid items to the Engineer within 15 days after award of contract. 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 all labor, materials, tools, equipment, supplies, and costs 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 items of work and costs not separately listed but are necessary for a complete and functional system as shown on the Plans and within these Specifications shall have been included in the prices bid. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization, Project Management, and Demobilization: Work under this item shall include, but not be limited to, all labor, tools, equipment, materials, supplies, and costs for providing bonds; insurance and financing; applying for and securing the required City Building Permit(s); paying the Building Permit fees up to $250.00 USD; designing the construction safety separation corridors; preparing dust control measure; preparing and updating construction schedules as requested by the Engineer; preparing and submitting submittals, certified payrolls, payment requests, owner operation and maintenance manuals, 200 blank access cards, etc.; attending construction progress meetings as needed; system testing; training city staff on system operations and maintenance; site cleanup; and all other related work not separately listed but are customarily required for satisfactory project execution and completion. Page 9 of 14 Item No. 2 Install Area #1 Access Control: Work under this Item shall include, but not be limited to, the procurement and furnishing of all labor, tools, equipment, materials, parts, components, supplies, and costs for performing all of the renovation work shown on the Plans and within these Specifications inclusive of dust control; temporary construction safety separation corridor(s); installation of components and routing of wirings, conduits, etc. between the 1St and 21d floors from the work area #1 access control card reader to the electrical power panel circuit breaker; installing signage; installing door closers; panic bar(s) and other door related work where indicated; scheduling, attending, and passing building permit inspections; making remedial repairs to the adjacent walls, floors, ceilings, and other impacted areas in the manner described in the Technical Specifications/Provisions; and completing other items of work not separately listed but are required for the fully functional system shown within the Contract Documents. Item No. 3 Install Area #2 Access Control: Work under this Item shall include, but not be limited to, the procurement and furnishing of all labor, tools, equipment, materials, parts, components, supplies, and costs for performing all of the renovation work shown on the Plans and within these Specifications inclusive of dust control; temporary construction safety separation corridor(s); installation of components and routing of wirings, conduits, etc. between the 1St and 2nd floors from the work area #2 access control card reader to the electrical power panel circuit breaker; installing signage; installing door closers; panic bar(s) and other door related work where indicated; scheduling, attending, and passing building permit inspections; making remedial repairs to the adjacent walls, floors, ceilings, and other impacted areas in the manner described in the Technical Specifications/Provisions; and completing other items of work not separately listed but are required for the fully functional system shown within the Contract Documents. Item No. 4 Install Area #3 Access Control: Work under this Item shall include, but not be limited to, the procurement and furnishing of all labor, tools, equipment, materials, parts, components, supplies, and costs for performing all of the renovation work shown on the Plans and within these Specifications inclusive of dust control; temporary construction safety separation corridor(s); installation of components and routing of wirings, conduits, etc. between the 1St and 2nd floors from the work area #3 access control card reader to the electrical power panel circuit breaker; installing signage; installing door closers; panic bar(s) and other door related work where indicated; scheduling, attending, and passing building permit inspections; making remedial repairs to the adjacent walls, floors, ceilings, and other impacted areas in the manner described in the Technical Specifications/Provisions; and completing other items of work not separately listed but are required for the fully functional system shown within the Contract Documents. Item No. 5 Install Area #4 Access Control: Work under this Item shall include, but not be limited to, the procurement and furnishing of all labor, tools, equipment, materials, parts, components, supplies, and costs for performing all of the renovation work shown on the Plans and within these Specifications inclusive of dust control; temporary construction safety separation corridor(s); installation of components and routing of wirings, conduits, etc. between the 1St and 2nd floors from the work area #4 Page 10 of 14 access control card reader to the electrical power panel circuit breaker; installing signage; installing door closers; panic bar(s) and other door related work where indicated; scheduling, attending, and passing building permit inspections; making remedial repairs to the adjacent walls, floors, ceilings, and other impacted areas in the manner described in the Technical Specifications/Provisions; and completing other items of work not separately listed but are required for the fully functional system shown within the Contract Documents. Item No. 6 Install Area #5 Access Control: Work under this Item shall include, but not be limited to, the procurement and furnishing of all labor, tools, equipment, materials, parts, components, supplies, and costs for performing all of the renovation work shown on the Plans and within these Specifications inclusive of dust control; temporary construction safety separation corridor(s); furnishing and installing new doors; installation of components and routing of wirings, conduits, etc. between the 1St and 2nd floors and under the courtyard patio from the work area #5 access control card reader to the electrical power panel circuit breaker; installing signage; installing door closers; panic bar(s) and other door related work where indicated; scheduling, attending, and passing building permit inspections; making remedial repairs to the courtyard, adjacent walls, floors, ceilings, and other impacted areas in the manner described in the Technical Specifications/Provisions; and completing other items of work not separately listed but are required for the fully functional system shown within the Contract Documents. Item No. 7 Install Area #6 Access Control: Work under this Item shall include, but not be limited to, the procurement and furnishing of all labor, tools, equipment, materials, parts, components, supplies, and costs for performing all of the renovation work shown on the Plans and within these Specifications inclusive of dust control; temporary construction safety separation corridor(s); installation of components and routing of wirings, conduits, etc. between the 1St and 2nd floors from the work area #6 access control card reader to the electrical power panel circuit breaker; installing signage; installing door closers; panic bar(s) and other door related work where indicated; scheduling, attending, and passing building permit inspections; making remedial repairs to the adjacent walls, floors, ceilings, and other impacted areas in the manner described in the Technical Specifications/Provisions; and completing other items of work not separately listed but are required for the fully functional system shown within the Contract Documents. Item No. 8 Install Area #7 Access Control: Work under this Item shall include, but not be limited to, the procurement and furnishing of all labor, tools, equipment, materials, parts, components, supplies, and costs for performing all of the renovation work shown on the Plans and within these Specifications inclusive of dust control; temporary construction safety separation corridor(s); installation of components and routing of wirings, conduits, etc. between the 1St and 2nd floors from the work area #7 access control card reader to the electrical power panel circuit breaker; installing signage; installing door closers; panic bar(s) and other door related work where indicated; scheduling, attending, and passing building permit inspections; making remedial repairs to the adjacent walls, floors, ceilings, and other impacted areas in the manner described in the Technical Specifications/Provisions; and completing other Page 11 of 14 items of work not separately listed but are required for the fully functional system shown within the Contract Documents. Item No. 9 Install Area #8 Access Control: Work under this Item shall include, but not be limited to, the procurement and furnishing of all labor, tools, equipment, materials, parts, components, supplies, and costs for performing all of the renovation work shown on the Plans and within these Specifications inclusive of dust control; temporary construction safety separation corridor(s); installation of components and routing of wirings, conduits, etc. between the 1St and 2nd floors from the work area #8 access control card reader to the electrical power panel circuit breaker; installing signage; installing door closers; panic bar(s) and other door related work where indicated; scheduling, attending, and passing building permit inspections; making remedial repairs to the adjacent walls, floors, ceilings, and other impacted areas in the manner described in the Technical Specifications/Provisions; and completing other items of work not separately listed but are required for the fully functional system shown within the Contract Documents. Item No. 10 Provide As -Built Plans: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of $500 is determined for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -build drawings. Item No. 11 15% City Building Division Unscheduled Requirements: This Item is an allowance equaling 15% of the total amount for bid item nos. 1 through 10. It is to be used at the discretion of the Engineer for ADA improvements to be determined between city staff before the awarded Contractor submits its Work Schedule. 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 12 of 14 PART 2 - CONSTRUCTION MATERIALS SEE TECHNICAL SPECIFICATIONS FOR CONSTRUCTION MATERIAL PART 3 - CONSTRUCTION METHODS SEE TECHNICAL SPECIFICATIONS FOR CONSTRUCTION METHODS SPECIFICATIONS Page 13 of 14 TECHNICAL SPECIFICATIONS Page 14 of 14 NEWPORT PUBLIC LIBRARY LEARN DISCOVER CONNECT NEWPORT BEACH PUBLIC LIBRARY 1000 Avocado Avenue Newport Beach, CA 92660 TECHNICAL PROVISIONS/SPECIFICATIONS March 2021 Construction Documents Design West Engineering 412 E. Vanderbilt Way San Bernardino, CA 92408 Tel: 909.890.3700 Fax: 909.890.3770 DIVISION 1 - GENERAL REQUIREMENTS 08 11 13 Hollow Metal Doors and Frames 08 71 00 Door Hardware 09 29 00 Gypsum Board 09 65 00 Resilient Base 09 90 00 Painting 10 14 00 Signage 26 00 10 Basic Electrical Requirements 26 05 19 Low Voltage Electrical Power Conductor and Cables 26 05 26 Grounding and Bonding for Electrical Conductor and Cables 26 05 29 Hangers and Supports for Electrical Systems 26 05 33.13 Conduit for Electrical Systems 26 05 33.16 Boxes for Electrical Systems 26 05 53 Identification for Electrical Systems 28 10 00 Access Control 32 13 13 Concrete Paving CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS Table of Contents CITY OF NEWPORT BEACH SECTION 08 11 13 HOLLOW METAL DOORS AND FRAMES PART 1 -GENERAL 1.01 GENERAL REQUIREMENTS Division 0, Contract Requirements and Division 1, General Conditions apply to this Section. 1.02 SCOPE OF WORK SUMMARY A. Supply and install all hollow metal doors and frames, as shown on Drawings and as specified herein, including all materials and labor for a timely, complete, and proper installation. B. Section includes: Standard hollow metal doors and frames. 1.03 STANDARDS AND REFERENCES A. Codes and References: Comply with the version year adopted by the Authority Having Jurisdiction. 1. ANSI/SDI A250.8 - Recommended Specifications for Standard Steel Doors and Frames. 2. ANSI/SDI A250.4 - Test Procedure and Acceptance Criteria for Physical Endurance for Steel Doors, Frames, Frames Anchors and Hardware Reinforcing. 3. ANSI/SDI A250.6 - Recommended Practice for Hardware Reinforcing on Standard Steel Doors and Frames. 4. ANSI/SDI A250.10 - Test Procedure and Acceptance Criteria for Prime Painted Steel Surfaces for Steel Doors and Frames. 5. ANSI/SDI A250.11 - Recommended Erection Instructions for Steel Frames. 6. ASTM A1008 - Standard Specification for Steel Sheet, Cold -Rolled, Carbon, Structural, High -Strength Low -Alloy and High -Strength Low -Alloy with Improved Formability. 7. ASTM A653 - Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process. 8. ASTM A924 - Standard Specification for General Requirements for Steel Sheet, Metallic -Coated by the Hot -Dip Process. 9. ASTM C 1363 - Standard Test Method for Thermal Performance of Building Assemblies by Means of a Hot Box Apparatus. 10. ANSI/BHMA Al 56.115 - Hardware Preparation in Steel Doors and Frames. 11. ANSI/SDI 122 - Installation and Troubleshooting Guide for Standard Steel Doors and Frames. 12. ANSI/NFPA 80 - Standard for Fire Doors and Fire Windows; National Fire Protection Association. 13. ANSI/NFPA 105: Standard for the Installation of Smoke Door Assemblies. 14. NFPA 252 - Standard Methods of Fire Tests of Door Assemblies; National Fire Protection Association. 15. UL 10C - Positive Pressure Fire Tests of Door Assemblies. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 08 11 13- HOLLOW METAL DOORS AND FRAMES CITY OF NEWPORT BEACH 0811 13-1 16. UL 1784 - Standard for Air Leakage Tests of Door Assemblies. 1.04 QUALITY ASSURANCE A. Source Limitations: Obtain hollow metal doors and frames through one source from a single manufacturer wherever possible. B. Quality Standard: In addition to requirements specified, furnish SDI -Certified manufacturer products that comply with ANSI/SDI A250.8, latest edition, 'Recommended Specifications for Standard Steel Doors and Frames". C. Fire -Rated Door Assemblies: Assemblies complying with NFPA 80 that are listed and labeled by a qualified testing agency, for fire -protection ratings indicated, based on testing at positive pressure according to UL10C (neutral pressure at 40" above sill) or UL 10C. 1. Oversize Fire -Rated Door Assemblies Construction: For units exceeding sizes of tested assemblies, attach construction label certifying doors are built to standard construction requirements for tested and labeled fire rated door assemblies except for size. 2. Temperature -Rise Limit: Where indicated and at vertical exit enclosures (stairwell openings) and exit passageways, provide doors that have a maximum transmitted temperature end point of not more than 450 deg F (250 deg C) above ambient after 30 minutes of standard fire -test exposure. 3. Smoke Control Door Assemblies: Comply with NFPA 105. Smoke "S" Label: Doors to bear "S" label and include smoke and draft control gasketing applied to frame and on meeting stiles of pair doors. D. Fire -Rated, Borrowed -Light Frame Assemblies: Assemblies complying with NFPA 80 that are listed and labeled, by a testing and inspecting agency acceptable to authorities having jurisdiction, for fire -protection ratings indicated, based on testing according to NFPA 257. Provide labeled glazing material. E. Pre -Submittal Conference: Conduct conference in compliance with requirements in Division 01 Section "Project Meetings" with attendance by representatives of Supplier, Installer, and Contractor to review proper methods and procedures for installing hollow metal doors and frames and to verify installation of electrical knockout boxes and conduit at frames with electrified or access control hardware. 1.05 SUBSTITUTIONS Substitutions will be considered per Section 01 25 00 Substitution Procedures. 1.06 SUBMITTALS A. Product Data: For each type of product indicated. Include construction details, material descriptions, core descriptions, hardware reinforcements, profiles, anchors, fire -resistance rating, and finishes. B. Door hardware supplier is to furnish templates, template reference number and/or physical hardware to the steel door and frame supplier in order to prepare the doors and frames to receive the finish hardware items. C. Shop Drawings: Include the following: 1. Elevations of each door design. 2. Details of doors, including vertical and horizontal edge details and metal thicknesses. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 08 11 13- HOLLOW METAL DOORS AND FRAMES CITY OF NEWPORT BEACH 0811 13-2 3. Frame details for each frame type, including dimensioned profiles and metal thicknesses. 4. Locations of reinforcement and preparations for hardware. 5. Details of anchorages, joints, field splices, and connections. 6. Details of accessories. 7. Details of moldings, removable stops, and glazing. 8. Details of conduit and preparations for power, signal, and control systems. D. Samples for Verification: 1. Samples are only required by request of the architect and for manufacturers that are not current members of the Steel Door Institute. 1.07 DELIVERY, STORAGE, AND HANDLING A. Deliver hollow metal work palletized, wrapped, or crated to provide protection during transit and Project site storage. Do not use non -vented plastic. B. Deliver welded frames with two removable spreader bars across bottom of frames, tack welded to jambs and mullions. C. Store hollow metal work under cover at Project site. Place in stacks of five units maximum in a vertical position with heads up, spaced by blocking, on minimum 4 -inch high wood blocking. Do not store in a manner that traps excess humidity. 1. Provide minimum 1/4 -inch space between each stacked door to permit air circulation. Door and frames to be stacked in a vertical upright position. 1.08 PROJECT CONDITIONS Field Measurements: Verify actual dimensions of openings by field measurements before fabrication. 1.09 OPERATION AND MAINTENANCE DATA Provide in accordance with Section 01 78 23 Operation and Maintenance Data. 1.010 EXTRA MATERIALS Not required. 1.011 RECORD DRAWINGS Not required. 1.012 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace doors that fail in materials or workmanship within specified warranty period. B. Warranty includes installation and finishing that may be required due to repair or replacement of defective doors. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide steel doors and frames from a SDI Certified manufacturer: CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 08 11 13- HOLLOW METAL DOORS AND FRAMES CITY OF NEWPORT BEACH 0811 13-3 1. CECO Door Products (C). 2. Curries Company (CU). 3. Pioneer Industries (PI). 4. Steelcraft (S). 2.02 MATERIALS A. Cold -Rolled Steel Sheet: ASTM A 1008/A 1008M, Commercial Steel (CS), Type B; suitable for exposed applications. B. Metallic -Coated Steel Sheet: ASTM A 653/A 653M, Commercial Steel (CS), Type B; with minimum G60 (Z180) or A60 (ZF180) metallic coating. C. Frame Anchors: ASTM A 653/A 653M, Commercial Steel (CS), Commercial Steel (CS), Type B; with minimum G60 (Z180) or A60 (ZF180) metallic coating. 2.03 HOLLOW METAL DOORS A. General: Provide 1-3/4 inch doors of design indicated, not less than thickness indicated; fabricated with smooth surfaces, without visible joints or seams on exposed faces unless otherwise indicated. Comply with ANSI/SDI A250.8 and ANSI/NAAMM HMMA 867. B. Interior Doors (Energy Efficient): Face sheets fabricated of commercial quality cold rolled steel that complies with ASTM A366 or 620. Provide doors complying with requirements indicated below by referencing ANSI/SDI A250.8 for level and model and ANSI/SDI A250.4 for physical performance level: 1. Design: Flush panel. 2. Core Construction: Steel stiffened laminated core with fiberglass filler with no stiffener face welds, in compliance with HMMA 867 "Laminated Core". a. Provide 22 gauge steel -stiffeners at 6 inches on -center internally welded at 5" on- center to integral core assembly, No stiffener face welding is permitted. b. Acoustical sound transmission rating shall be no less than STC 38 complying with ASTM E 90 and must be visible on factory applied labels. 3. Level/Model: Level 3 and Physical Performance Level A (Extra -Heavy Duty), Minimum 16 gauge (0.053 inch - 1.3 -mm) thick steel, Model 2. 4. Vertical Edges: Vertical edges—to be mechanically interlocked with hairline seam. Beveled Lock Edge, 1/8 inch in 2 inches (3 mm in 50 mm). 5. Top and Bottom Edges: Reinforce tops and bottoms of doors with a continuous steel channel not less than 16 gauge, extending the full width of the door and welded to the face sheet. Doors with an inverted top channel to include a steel closure channel, screw attached, with the web of the channel flush with the face sheets of the door. Plastic or composite channel fillers are not acceptable. 6. Hinge Reinforcement: Minimum 7 gauge (3/16") plate 1-1/4" x 9". 7. Hardware Reinforcements: Fabricate according to ANSI/SDI A250.6 with reinforcing plates from same material as door face sheets. C. Manufacturers Basis of Design: 1. CECO Door Products (C) Honeycomb Core - Regent Series. 2. CECO Door Products (C) Energy Efficient - Trio -E Series. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 08 11 13- HOLLOW METAL DOORS AND FRAMES CITY OF NEWPORT BEACH 0811 13-4 3. Curries Company (CU) - Energy Efficient - 777 Trio -E Series. 2.04 HOLLOW METAL FRAMES A. General: Comply with ANSI/SDI A250.8 and with details indicated for type and profile. B. Thermal Break Frames: Subject to the same compliance standards and requirements as standard hollow metal frames. Tested for thermal performance in accordance with NFRC 102, and resistance to air infiltration in accordance with NFRC 400. Where indicated provide thermally broken frame profiles available for use in both masonry and drywall construction. Fabricate with 1/16" positive thermal break and integral vinyl weatherstripping. C. Interior Frames: Fabricated from cold -rolled steel sheet that complies with ASTM A 1008/A 1008M. 1. Fabricate frames with mitered or coped corners. Profile as indicated on drawings. 2. Manufacturers Basis of Design: a. CECO Door Products (C) - BU DU Series. b. CECO Door Products (C) - SU Series. c. Curries Company (CU) - M Series. D. Hardware Reinforcement: Fabricate according to ANSI/SDI A250.6 Table 4 with reinforcement plates from same material as frames. 2.05 FRAME ANCHORS A. Jamb Anchors: 1. Stud Wall Type: Designed to engage stud and not less than 0.042 inch thick. 2. Compression Type for Drywall Slip-on (Knock -Down) Frames: Adjustable compression anchors. B. Floor Anchors: Floor anchors to be provided at each jamb, formed from A60 metallic coated material, not less than 0.042 inches thick. C. Mortar Guards: Formed from same material as frames, not less than 0.016 inches thick. 2.06 FABRICATION A. Fabricate hollow metal work to be rigid and free of defects, warp, or buckle. Accurately form metal to required sizes and profiles, with minimum radius for thickness of metal. Where practical, fit and assemble units in manufacturer's plant. When shipping limitations so dictate, frames for large openings are to be fabricated in sections for splicing or splining in the field by others. B. Tolerances: Fabricate hollow metal work to tolerances indicated in ANSI/SDI A250.8. 1. Continuous Hinge Reinforcement: Provide welded continuous 12 gauge strap for continuous hinges specified in hardware sets in Division 08 Section "Door Hardware". C. Hollow Metal Frames: 1. Shipping Limitations: Where frames are fabricated in sections due to shipping or handling limitations, provide alignment plates or angles at each joint, fabricated of same thickness metal as frames. 2. Welded Frames: Weld flush face joints continuously; grind, fill, dress, and make smooth, flush, and invisible. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 08 11 13- HOLLOW METAL DOORS AND FRAMES CITY OF NEWPORT BEACH 08 11 13-5 a. Welded frames are to be provided with two steel spreaders temporarily attached to the bottom of both jambs to serve as a brace during shipping and handling. Spreader bars are for bracing only and are not to be used to size the frame opening. 3. High Frequency Hinge Reinforcement: Provide high frequency hinge reinforcements at door openings 48 -inches and wider with mortise butt type hinges at top hinge locations. 4. Continuous Hinge Reinforcement: Provide welded continuous 12 gauge straps for continuous hinges specified in hardware sets in Division 08 Section "Door Hardware". 5. Provide countersunk, flat- or oval -head exposed screws and bolts for exposed fasteners unless otherwise indicated for removable stops, provide security screws at exterior locations. 6. Mortar Guards: Provide guard boxes at back of hardware mortises in frames at all hinges and strike preps regardless of grouting requirements. 7. Floor Anchors: Weld anchors to bottom of jambs and mullions with at least four spot welds per anchor. 8. Jamb Anchors: Provide number and spacing of anchors as follows: Stud Wall Type: Locate anchors not more than 18 inches from top and bottom of frame. Space anchors not more than 32 inches o.c. and as follows: 1) Three anchors per jamb up to 60 inches high. 2) Four anchors per jamb from 60 to 90 inches high. 3) Five anchors per jamb from 90 to 96 inches high. 4) Five anchors per jamb plus 1 additional anchor per jamb for each 24 inches or fraction thereof above 96 inches high. 5) Two anchors per head for frames above 42 inches wide and mounted in metal stud partitions. 9. Door Silencers: Except on weather-stripped or gasketed doors, drill stops to receive door silencers. Silencers to be supplied by frame manufacturer regardless if specified in Division 08 Section "Door Hardware". 10. Bituminous Coating: Where frames are fully grouted with an approved Portland Cement based grout or mortar, coat inside of frame throat with a water based bituminous or asphaltic emulsion coating to a minimum thickness of 3 mils DFT, tested in accordance with UL 10C and applied to the frame under a 3rd party independent follow-up service procedure. D. Hardware Preparation: Factory prepare hollow metal work to receive template mortised hardware; include cutouts, reinforcement, mortising, drilling, and tapping according to the Door Hardware Schedule and templates furnished as specified in Division 08 Section "Door Hardware." 1. Locate hardware as indicated, or if not indicated, according to ANSI/SDI A250.8. 2. Reinforce doors and frames to receive non -template, mortised and surface mounted door hardware. 3. Comply with applicable requirements in ANSI/SDI A250.6 and ANSI/DHI A115 Series specifications for preparation of hollow metal work for hardware. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 08 11 13- HOLLOW METAL DOORS AND FRAMES CITY OF NEWPORT BEACH 0811 13-6 4. Coordinate locations of conduit and wiring boxes for electrical connections with Division 26 Sections. 2.07 STEEL FINISHES A. Prime Finishes: Doors and frames to be cleaned, and chemically treated to insure maximum finish paint adhesion. Surfaces of the door and frame exposed to view to receive a factory applied coat of rust inhibiting shop primer. 1. Shop Primer: Manufacturer's standard, fast -curing, lead and chromate free primer complying with ANSI/SDI A250.10 acceptance criteria; recommended by primer manufacturer for substrate; and compatible with substrate and field -applied coatings. PART 3 - EXECUTION 3.01 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. B. General Contractor to verify the accuracy of dimensions given to the steel door and frame manufacturer for existing openings or existing frames (strike height, hinge spacing, hinge back set, etc.). C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Remove welded in shipping spreaders installed at factory. Restore exposed finish by grinding, filling, and dressing, as required to make repaired area smooth, flush, and invisible on exposed faces. B. Prior to installation, adjust and securely brace welded hollow metal frames for square, level, twist, and plumb condition. C. Tolerances shall comply with SDI -117 "Manufacturing Tolerances Standard Steel Doors and Frames." D. Drill and tap doors and frames to receive non -template, mortised, and surface -mounted door hardware. 3.03 INSTALLATION A. General: Install hollow metal work plumb, rigid, properly aligned, and securely fastened in place; comply with Drawings and manufacturer's written instructions. B. Hollow Metal Frames: Install hollow metal frames of size and profile indicated. Comply with ANSI/SDI A250.11 and NFPA 80 at fire rated openings. 1. Set frames accurately in position, plumbed, leveled, aligned, and braced securely until permanent anchors are set. After wall construction is complete and frames properly set and secured, remove temporary braces, leaving surfaces smooth and undamaged. Shim as necessary to comply with installation tolerances. 2. Floor Anchors: Provide floor anchors for each jamb and mullion that extends to floor, and secure with post -installed expansion anchors. 3. Masonry Walls: Coordinate installation of frames to allow for solidly filling space between frames and masonry with mortar. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 08 11 13- HOLLOW METAL DOORS AND FRAMES CITY OF NEWPORT BEACH 0811 13-7 4. Grout Requirements: Do not grout head of frames unless reinforcing has been installed in head of frame. Do not grout vertical or horizontal closed mullion members. C. Hollow Metal Doors: Fit hollow metal doors accurately in frames, within clearances specified below. Shim as necessary. 1. Non -Fire -Rated Standard Steel Doors: a. Jambs and Head: 1/8 inch plus or minus 1/16 inch. b. Between Edges of Pairs of Doors: 1/8 inch plus or minus 1/16 inch. c. Between Bottom of Door and Top of Threshold: Maximum 3/8 inch. d. Between Bottom of Door and Top of Finish Floor (No Threshold): Maximum 3/4 inch. 2. Fire -Rated Doors: Install doors with clearances according to NFPA 80. D. Field Glazing: Comply with installation requirements in Division 08 Section "Glazing" and with hollow metal manufacturer's written instructions. 3.04 ADJUSTING AND CLEANING A. Final Adjustments: Check and readjust operating hardware items immediately before final inspection. Leave work in complete and proper operating condition. Remove and replace defective work, including hollow metal work that is warped, bowed, or otherwise unacceptable. B. Remove grout and other bonding material from hollow metal work immediately after installation. C. Prime -Coat and Painted Finish Touchup: Immediately after erection, sand smooth rusted or damaged areas of prime coat, or painted finishes, and apply touchup of compatible air drying, rust -inhibitive primer, zinc rich primer (exterior and galvanized openings) or finish paint. END OF SECTION CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 08 11 13- HOLLOW METAL DOORS AND FRAMES CITY OF NEWPORT BEACH 0811 13-8 SECTION 08 71 00 DOOR HARDWARE PART 1 -GENERAL 1.01 GENERAL REQUIREMENTS Division 0, Contract Requirements and Division 1, General Conditions apply to this Section. 1.02 SCOPE OF WORK SUMMARY A. This Section includes commercial door hardware for swinging doors. B. Door hardware includes, but is not necessarily limited to, the following: 1. Mechanical door hardware. 2. Electromechanical door hardware. C. Related Sections: 1. Division 08 Section "Hollow Metal Doors and Frames". 1.03 STANDARDS AND REFERENCES A. Codes and References: Comply with the version year adopted by the Authority Having Jurisdiction. 1. ANSI A117.1 - Accessible and Usable Buildings and Facilities. 2. ICC/IBC - International Building Code. 3. NFPA 70 - National Electrical Code. 4. NFPA 80 - Fire Doors and Windows. 5. NFPA 101 - Life Safety Code. 6. NFPA 105 - Installation of Smoke Door Assemblies. 7. State Building Codes, Local Amendments. B. Standards: All hardware specified herein shall comply with the following industry standards as applicable. Any undated reference to a standard shall be interpreted as referring to the latest edition of that standard: 1. ANSI/BHMA Certified Product Standards - A156 Series. 2. UL10C — Positive Pressure Fire Tests of Door Assemblies. 3. ANSI/UL 294 — Access Control System Units. 4. ULC -S319 - Electronic Access Control Systems. 5. ULC -60839-11-1, Alarm and Electronic Security Systems - Part 11-1: Electronic Access Control Systems - System and Components Requirements. 6. UL 305 — Panic Hardware. 7. ULC -S132, Emergency Exit and Emergency Fire Exit Hardware. 8. ULC -S533 — Egress Door Securing and Releasing Devices. 9. ANSI/UL 437- Key Locks. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 08 71 00- DOOR HARDWARE CITY OF NEWPORT BEACH 087100-1 10. ULC -S328, - Burglary Resistant Key Locks. 1.04 QUALITY ASSURANCE A. Manufacturers Qualifications: Engage qualified manufacturers with a minimum 5 years of documented experience in producing hardware and equipment similar to that indicated for this Project and that have a proven record of successful in-service performance. B. Certified Products: Where specified, products must maintain a current listing in the Builders Hardware Manufacturers Association (BHMA) Certified Products Directory (CPD). C. Installer Qualifications: A minimum 3 years documented experience installing both standard and electrified door hardware similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. D. Door Hardware Supplier Qualifications: Experienced commercial door hardware distributors with a minimum 5 years documented experience supplying both mechanical and electromechanical hardware installations comparable in material, design, and extent to that indicated for this Project. Supplier recognized as a factory direct distributor by the manufacturers of the primary materials with a warehousing facility in Project's vicinity. Supplier to have on staff a certified Architectural Hardware Consultant (AHC) available during the course of the Work to consult with Contractor, Architect, and Owner concerning both standard and electromechanical door hardware and keying. E. Source Limitations: Obtain each type and variety of door hardware specified in this section from a single source unless otherwise indicated. 1. Electrified modifications or enhancements made to a source manufacturer's product line by a secondary or third party source will not be accepted. 2. Provide electromechanical door hardware from the same manufacturer as mechanical door hardware, unless otherwise indicated. F. Each unit to bear third party permanent label demonstrating compliance with the referenced standards. G. Pre -Submittal Conference: Conduct coordination conference in compliance with requirements in Division 01 Section "Project Meetings" with attendance by representatives of Supplier(s), Installer(s), and Contractor(s) to review proper methods and the procedures for receiving, handling, and installing door hardware. 1. Prior to installation of door hardware, conduct a project specific training meeting to instruct the installing contractors' personnel on the proper installation and adjustment of their respective products. Product training to be attended by installers of door hardware (including electromechanical hardware) for aluminum, hollow metal and wood doors. Training will include the use of installation manuals, hardware schedules, templates and physical product samples as required. 2. Inspect and discuss electrical roughing -in, power supply connections, and other preparatory work performed by other trades. 3. Review sequence of operation narratives for each unique access controlled opening. 4. Review and finalize construction schedule and verify availability of materials. 5. Review the required inspecting, testing, commissioning, and demonstration procedures CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 08 71 00- DOOR HARDWARE CITY OF NEWPORT BEACH 0871 00-2 H. At completion of installation, provide written documentation that components were applied to manufacturer's instructions and recommendations and according to approved schedule. 1.05 SUBSTITUTIONS Substitutions will be considered per Section 01 25 00 Substitution Procedures. 1.06 SUBMITTALS A. Product Data: Manufacturer's product data sheets including installation details, material descriptions, dimensions of individual components and profiles, operational descriptions and finishes. B. Door Hardware Schedule: Prepared by or under the supervision of supplier, detailing fabrication and assembly of door hardware, as well as procedures and diagrams. Coordinate the final Door Hardware Schedule with doors, frames, and related work to ensure proper size, thickness, hand, function, and finish of door hardware. 1. Format: Comply with scheduling sequence and vertical format in DHI's "Sequence and Format for the Hardware Schedule." 2. Organization: Organize the Door Hardware Schedule into door hardware sets indicating complete designations of every item required for each door or opening. Organize door hardware sets in same order as in the Door Hardware Sets at the end of Part 3. Submittals that do not follow the same format and order as the Door Hardware Sets will be rejected and subject to resubmission. 3. Content: Include the following information: a. Type, style, function, size, label, hand, and finish of each door hardware item. b. Manufacturer of each item. c. Fastenings and other pertinent information. d. Location of door hardware set, cross-referenced to Drawings, both on floor plans and in door and frame schedule. e. Explanation of abbreviations, symbols, and codes contained in schedule. f. Mounting locations for door hardware. g. Door and frame sizes and materials. h. Warranty information for each product. 4. Submittal Sequence: Submit the final Door Hardware Schedule at earliest possible date, particularly where approval of the Door Hardware Schedule must precede fabrication of other work that is critical in the Project construction schedule. Include Product Data, Samples, Shop Drawings of other work affected by door hardware, and other information essential to the coordinated review of the Door Hardware Schedule. C. Shop Drawings: Details of electrified access control hardware indicating the following: Wiring Diagrams: Upon receipt of approved schedules, submit detailed system wiring diagrams for power, signaling, monitoring, communication, and control of the access control system electrified hardware. Differentiate between manufacturer -installed and field -installed wiring. Include the following: CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 08 71 00- DOOR HARDWARE CITY OF NEWPORT BEACH 0871 00-3 1.07 1.08 a. Elevation diagram of each unique access controlled opening showing location and interconnection of major system components with respect to their placement in the respective door openings. b. Complete (risers, point-to-point) access control system block wiring diagrams. C. Wiring instructions for each electronic component scheduled herein. 2. Electrical Coordination: Coordinate with related sections the voltages and wiring details required at electrically controlled and operated hardware openings. D. Keying Schedule: After a keying meeting with the owner has taken place prepare a separate keying schedule detailing final instructions. Submit the keying schedule in electronic format. Include keying system explanation, door numbers, key set symbols, hardware set numbers and special instructions. Owner must approve submitted keying schedule prior to the ordering of permanent cylinders/cores. E. Proof of Compliance: (California located Projects): Provide a list of product(s) containing chemicals known to cause cancer or reproductive toxicity as defined by the Office of Environmental Health Hazard Assessment (OEHHA) under Proposition 65 (CA Code of Regulations, Title 27, Section 27001). The list includes the specific chemical(s), if the chemical will be exposed to consumers, the means of warning, and an illustration of the label. F. Informational Submittals: 1. Product Test Reports: Indicating compliance with cycle testing requirements, based on evaluation of comprehensive tests performed by manufacturer and witnessed by a qualified independent testing agency. G. Operating and Maintenance Manuals: Provide manufacturers operating and maintenance manuals for each item comprising the complete door hardware installation in quantity as required in Division 01, Closeout Procedures. DELIVERY, STORAGE, AND HANDLING A. Inventory door hardware on receipt and provide secure lock-up and shelving for door hardware delivered to Project site. Do not store electronic access control hardware, software or accessories at Project site without prior authorization. B. Tag each item or package separately with identification related to the final Door Hardware Schedule, and include basic installation instructions with each item or package. C. Deliver, as applicable, permanent keys, cylinders, cores, access control credentials, software and related accessories directly to Owner via registered mail or overnight package service. Instructions for delivery to the Owner shall be established at the "Keying Conference". COORDINATION A. Templates: Obtain and distribute to the parties involved templates for doors, frames, and other work specified to be factory prepared for installing standard and electrified hardware. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing hardware to comply with indicated requirements. B. Door and Frame Preparation: Doors and corresponding frames are to be prepared, reinforced and pre -wired (if applicable) to receive the installation of the specified electrified, monitoring, signaling and access control system hardware without additional in -field modifications. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS CITY OF NEWPORT BEACH 08 71 00- DOOR HARDWARE 0871 00-4 1.09 WARRANTY A. General Warranty: Reference Division 01, General Requirements. Special warranties specified in this Article shall not deprive Owner of other rights Owner may have under other provisions of the Contract Documents and shall be in addition to, and run concurrent with, other warranties made by Contractor under requirements of the Contract Documents. B. Warranty Period: Written warranty, executed by manufacturer(s), agreeing to repair or replace components of standard and electrified door hardware that fails in materials or workmanship within specified warranty period after final acceptance by the Owner. Failures include, but are not limited to, the following: 1. Structural failures including excessive deflection, cracking, or breakage. 2. Faulty operation of the hardware. 3. Deterioration of metals, metal finishes, and other materials beyond normal weathering. 4. Electrical component defects and failures within the systems operation. C. Standard Warranty Period: One year from date of Substantial Completion, unless otherwise indicated. D. Special Warranty Periods: 1. Ten years for mortise locks and latches. 2. Five years for exit hardware. 3. Twenty five years for manual overhead door closer bodies. 4. Five years for motorized electric latch retraction exit devices. 5. Two years for electromechanical door hardware. 1.010 MAINTENANCE SERVICE A. Maintenance Tools and Instructions: Furnish a complete set of specialized tools and maintenance instructions as needed for Owner's continued adjustment, maintenance, and removal and replacement of door hardware. PART 2 -PRODUCTS 2.01 SCHEDULED DOOR HARDWARE A. General: Provide door hardware for each door to comply with requirements in Door Hardware Sets and each referenced section that products are to be supplied under. B. Designations: Requirements for quantity, item, size, finish or color, grade, function, and other distinctive qualities of each type of door hardware are indicated in the Door Hardware Sets at the end of Part 3. Products are identified by using door hardware designations, as follows: 1. Named Manufacturer's Products: Product designation and manufacturer are listed for each door hardware type required for the purpose of establishing requirements. Manufacturers' names are abbreviated in the Door Hardware Schedule. C. Substitutions: Requests for substitution and product approval for inclusive mechanical and electromechanical door hardware in compliance with the specifications must be submitted in writing and in accordance with the procedures and time frames outlined in Division 01, CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 08 71 00- DOOR HARDWARE CITY OF NEWPORT BEACH 0871 00-5 Substitution Procedures. Approval of requests is at the discretion of the architect, owner, and their designated consultants. 2.02 HANGING DEVICES A. Hinges: ANSI/BHMA A156.1 certified butt hinges with number of hinge knuckles and other options as specified in the Door Hardware Sets. 1. Quantity: Provide the following hinge quantity: a. Two Hinges: For doors with heights up to 60 inches. b. Three Hinges: For doors with heights 61 to 90 inches. C. Four Hinges: For doors with heights 91 to 120 inches. d. For doors with heights more than 120 inches, provide 4 hinges, plus 1 hinge for every 30 inches of door height greater than 120 inches. 2. Hinge Size: Provide the following, unless otherwise indicated, with hinge widths sized for door thickness and clearances required: a. Widths up to 3'0": 4-1/2" standard or heavy weight as specified. b. Sizes from 3'1" to 4'0": 5" standard or heavyweight as specified. 3. Hinge Weight and Base Material: Unless otherwise indicated, provide the following: a. Exterior Doors: Heavy weight, non-ferrous, ball bearing or oil impregnated bearing hinges unless Hardware Sets indicate standard weight. b. Interior Doors: Standard weight, steel, ball bearing or oil impregnated bearing hinges unless Hardware Sets indicate heavy weight. 4. Hinge Options: Comply with the following: a. Non -removable Pins: Provide set screw in hinge barrel that, when tightened into a groove in hinge pin, prevents removal of pin while door is closed; for the all out -swinging lockable doors. 5. Manufacturers: a. McKinney Products; ASSA ABLOY Architectural Door Accessories (MK). 2.03 POWER TRANSFER DEVICES A. Electrified Quick Connect Transfer Hinges: Provide electrified transfer hinges with MolexTM standardized plug connectors and sufficient number of concealed wires (up to 12) to accommodate the electrified functions specified in the Door Hardware Sets. Connectors plug directly to through -door wiring harnesses for connection to electric locking devices and power supplies. Wire nut connections are not acceptable. 1. Manufacturers: a. McKinney Products; ASSA ABLOY Architectural Door Accessories (MK) - QC (# wires) Option. B. Electric Door Wire Harnesses: Provide electric/data transfer wiring harnesses with standardized plug connectors to accommodate up to twelve (12) wires. Connectors plug directly to through -door wiring harnesses for connection to electric locking devices and power supplies. Provide sufficient number and type of concealed wires to accommodate electric function of specified hardware. Provide a connector for through -door electronic locking CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 08 71 00- DOOR HARDWARE CITY OF NEWPORT BEACH 0871 00-6 devices and from hinge to junction box above the opening. Wire nut connections are not acceptable. Determine the length required for each electrified hardware component for the door type, size and construction, minimum of two per electrified opening. 1. Provide one each of the following tools as part of the base bid contract: a. McKinney Products; ASSA ABLOY Architectural Door Accessories (MK) - Electrical Connecting Kit: QC -R001. b. McKinney Products; ASSA ABLOY Architectural Door Accessories (MK) - Connector Hand Tool: QC -R003. 2. Manufacturers: a. McKinney Products; ASSA ABLOY Architectural Door Accessories (MK) — QC -C Series. 2.04 DOOR OPERATING TRIM A. Flush Bolts and Surface Bolts: ANSI/BHMA A156.3 and A156.16, Grade 1, certified. 1. Flush bolts to be furnished with top rod of sufficient length to allow bolt retraction device location approximately six feet from the floor. 2. Furnish dust proof strikes for bottom bolts. 3. Surface bolts to be minimum 8" in length and U.L. listed for labeled fire doors and U.L. listed for windstorm components where applicable. 4. Provide related accessories (mounting brackets, strikes, coordinators, etc.) as required for appropriate installation and operation. 5. Manufacturers: a. Rockwood Products; ASSA ABLOY Architectural Door Accessories (RO). B. Coordinators: ANSI/BHMA A156.3 certified door coordinators consisting of active -leaf, hold - open lever and inactive -leaf release trigger. Model as indicated in hardware sets. 1. Manufacturers: a. Rockwood Products; ASSA ABLOY Architectural Door Accessories (RO). C. Door Push Plates and Pulls: ANSI/BHMA A156.6 certified door pushes and pulls of type and design specified in the Hardware Sets. Coordinate and provide proper width and height as required where conflicting hardware dictates. 1. Push/Pull Plates: Minimum .050 inch thick, size as indicated in hardware sets, with beveled edges, secured with exposed screws unless otherwise indicated. 2. Door Pull and Push Bar Design: Size, shape, and material as indicated in the hardware sets. Minimum clearance of 2 1/2 -inches from face of door unless otherwise indicated. 3. Offset Pull Design: Size, shape, and material as indicated in the hardware sets. Minimum clearance of 2 1/2 -inches from face of door and offset of 90 degrees unless otherwise indicated. 4. Fasteners: Provide manufacturer's designated fastener type as indicated in Hardware Sets. 5. Manufacturers: CENTRAL LIBRARY ACCESS CONTROUSECURITY IMPROVEMENTS 08 71 00- DOOR HARDWARE CITY OF NEWPORT BEACH 0871 00-7 a. Rockwood Products; ASSA ABLOY Architectural Door Accessories (RO). 2.05 CYLINDERS AND KEYING A. General: Cylinder manufacturer to have minimum (10) years' experience designing secured master key systems and have on record a published security keying system policy. B. Cylinders: Original manufacturer cylinders complying with the following: 1. Mortise Type: Threaded cylinders with rings and cams to suit hardware application. 2. Rim Type: Cylinders with back plate, flat -type vertical or horizontal tailpiece, and raised trim ring. 3. Bored -Lock Type: Cylinders with tailpieces to suit locks. 4. Mortise and rim cylinder collars to be solid and recessed to allow the cylinder face to be flush and be free spinning with matching finishes. 5. Keyway: Match Facility Standard. 6. Reuse existing cylinders from removed hardware or turn over to Owner for stock. 2.06 ELECTROMECHANICAL LOCKING DEVICES A. Electromechanical Mortise Locksets, Grade 1 (Heavy Duty): Subject to same compliance standards and requirements as mechanical mortise locksets, electrified locksets to be of type and design as specified below. 1. Electrified Lock Options: Where indicated in the Hardware Sets, provide electrified options including: outside door lock/unlock trim control, latch bolt and lock/unlock status monitoring, deadbolt monitoring, and request -to -exit signaling. Support end -of - line resistors contained within the lock case. Unless otherwise indicated, provide electrified locksets standard as fail secure. 2. Energy Efficient Design: Provide lock bodies which have a holding current draw of 15mA maximum, and can operate on either 12 or 24 volts. Locks are to be field configurable for fail safe or fail secure operation. 3. Manufacturers: a. Sargent Manufacturing (SA) - 8200 Series. 2.07 LOCK AND LATCH STRIKES A. Strikes: Provide manufacturer's standard strike with strike box for each latch or lock bolt, with curved lip extended to protect frame, finished to match door hardware set, unless otherwise indicated, and as follows: Flat -Lip Strikes: For locks with three-piece antifriction latch bolts, as recommended by manufacturer. 2. Extra -Long -Lip Strikes: For locks used on frames with applied wood casing trim. 3. Aluminum -Frame Strike Box: Provide manufacturer's special strike box fabricated for aluminum framing. 4. Double -lipped strikes: For locks at double acting doors. Furnish with retractable stop for rescue hardware applications. B. Standards: Comply with the following: 1. Strikes for Mortise Locks and Latches: BHMA A156.13. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 08 71 00- DOOR HARDWARE CITY OF NEWPORT BEACH 0871 00-8 2. Strikes for Bored Locks and Latches: BHMA A156.2. 3. Strikes for Auxiliary Deadlocks: BHMA Al 56.36. 4. Dustproof Strikes: BHMA Al 56.16. 2.08 CONVENTIONAL EXIT DEVICES A. General Requirements: All exit devices specified herein shall meet or exceed the following criteria: 1. At doors not requiring a fire rating, provide devices complying with NFPA 101 and listed and labeled for "Panic Hardware" according to UL305. Provide proper fasteners as required by manufacturer including sex nuts and bolts at openings specified in the Hardware Sets. 2. Where exit devices are required on fire rated doors, provide devices complying with NFPA 80 and with UL labeling indicating "Fire Exit Hardware". Provide devices with the proper fasteners for installation as tested and listed by UL. Consult manufacturer's catalog and template book for specific requirements. 3. Except on fire rated doors, provide exit devices with hex key dogging device to hold the push bar and latch in a retracted position. Provide optional keyed cylinder dogging on devices where specified in Hardware Sets. 4. Devices must fit flat against the door face with no gap that permits unauthorized dogging of the push bar. The addition of filler strips is required in any case where the door light extends behind the device as in a full glass configuration. 5. Flush End Caps: Provide flush end caps made of architectural metal in the same finish as the devices as in the Hardware Sets. Plastic end caps will not be acceptable. 6. Energy Efficient Design: Provide lock bodies which have a holding current draw of 15mA maximum, and can operate on either 12 or 24 volts. Locks are to be field configurable for fail safe or fail secure operation. 7. Electromechanical Options: Subject to same compliance standards and requirements as mechanical exit devices, electrified devices to be of type and design as specified in hardware sets. Include any specific controllers when conventional power supplies are not sufficient to provide the proper inrush current. 8. Motorized Electric Latch Retraction: Devices with an electric latch retraction feature must use motors which have a maximum current draw of 600mA. Solenoid driven latch retraction is not acceptable. 9. Lever Operating Trim: Where exit devices require lever trim, furnish manufacturer's heavy duty escutcheon trim with threaded studs for thru-bolts. a. Lock Trim Design: As indicated in Hardware Sets, provide finishes and designs to match that of the specified locksets. b. Where function of exit device requires a cylinder, provide a cylinder (Rim or Mortise) as specified in Hardware Sets. 10. Vertical Rod Exit Devices: Where surface or concealed vertical rod exit devices are used at interior openings, provide as less bottom rod (LBR) unless otherwise indicated. Provide dust proof strikes where thermal pins are required to project into the floor. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 08 71 00- DOOR HARDWARE CITY OF NEWPORT BEACH 0871 00-9 11. Narrow Stile Applications: At doors constructed with narrow stiles, or as specified in Hardware Sets, provide devices designed for maximum 2" wide stiles. 12. Dummy Push Bar: Nonfunctioning push bar matching functional push bar. 13. Rail Sizing: Provide exit device rails factory sized for proper door width application. 14. Through Bolt Installation: For exit devices and trim as indicated in Door Hardware Sets. B. Conventional Push Rail Exit Devices (Heavy Duty): ANSI/BHMA A156.3, Grade 1 Certified Products Directory (CPD) listed panic and fire exit hardware devices furnished in the functions specified in the Hardware Sets. Exit device latch to be stainless steel, pullman type, with deadlock feature. 1. Manufacturers: a. Sargent Manufacturing (SA) - 80 Series. 2.09 DOOR CLOSERS A. All door closers specified herein shall meet or exceed the following criteria: 1. General: Door closers to be from one manufacturer, matching in design and style, with the same type door preparations and templates regardless of application or spring size. Closers to be non -handed with full sized covers. 2. Standards: Closers to comply with UL -10C for Positive Pressure Fire Test and be U.L. listed for use of fire rated doors. 3. Size of Units: Comply with manufacturer's written recommendations for sizing of door closers depending on size of door, exposure to weather, and anticipated frequency of use. Where closers are indicated for doors required to be accessible to the Americans with Disabilities Act, provide units complying with ANSI ICC/A117.1. 4. Closer Arms: Provide heavy duty, forged steel closer arms unless otherwise indicated in Hardware Sets. 5. Closers shall not be installed on exterior or corridor side of doors; where possible install closers on door for optimum aesthetics. 6. Closer Accessories: Provide door closer accessories including custom templates, special mounting brackets, spacers and drop plates as required for proper installation. Provide through -bolt and security type fasteners as specified in the hardware sets. B. Door Closers, Surface Mounted (Heavy Duty): ANSI/BHMA A156.4, Grade 1 Certified Products Directory (CPD) listed surface mounted, heavy duty door closers with complete spring power adjustment, sizes 1 thru 6; and fully operational adjustable according to door size, frequency of use, and opening force. Closers to be rack and pinion type, one piece cast iron or aluminum alloy body construction, with adjustable backcheck and separate non-critical valves for closing sweep and latch speed control. Provide non -handed units standard. 1. Manufacturers: a. Norton Door Controls (NO) — 7500 Series. b. Sargent Manufacturing (SA) — 351 Series. 2.010 ARCHITECTURAL TRIM A. Door Protective Trim CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 08 71 00- DOOR HARDWARE CITY OF NEWPORT BEACH 0871 00-10 1. General: Door protective trim units to be of type and design as specified below or in the Hardware Sets. 2. Size: Fabricate protection plates (kick, armor, or mop) not more than 2" less than door width (LDW) on stop side of single doors and 1" LDW on stop side of pairs of doors, and not more than 1" less than door width on pull side. Coordinate and provide proper width and height as required where conflicting hardware dictates. Height to be as specified in the Hardware Sets. 3. Where plates are applied to fire rated doors with the top of the plate more than 16" above the bottom of the door, provide plates complying with NFPA 80. Consult manufacturer's catalog and template book for specific requirements for size and applications. 4. Protection Plates: ANSUBHMA A156.6 certified protection plates (kick, armor, or mop), fabricated from the following: a. Stainless Steel: 300 grade, 050 -inch thick. 5. Options and fasteners: Provide manufacturer's designated fastener type as specified in the Hardware Sets. Provide countersunk screw holes. 6. Manufacturers: a. Rockwood Products; ASSA ABLOY Architectural Door Accessories (RO). 2.011 DOOR STOPS AND HOLDERS A. General: Door stops and holders to be of type and design as specified below or in the Hardware Sets. B. Door Stops and Bumpers: ANSUBHMA A156.16, Grade 1 certified door stops and wall bumpers. Provide wall bumpers, either convex or concave types with anchorage as indicated, unless floor or other types of door stops are specified in Hardware Sets. Do not mount floor stops where they will impede traffic. Where floor or wall bumpers are not appropriate, provide overhead type stops and holders. 1. Manufacturers: a. Rockwood Products; ASSA ABLOY Architectural Door Accessories (RO). 2.012 ARCHITECTURAL SEALS A. General: Thresholds, weatherstripping, and gasket seals to be of type and design as specified below or in the Hardware Sets. Provide continuous weatherstrip gasketing on exterior doors and provide smoke, light, or sound gasketing on interior doors where indicated. At exterior applications provide non -corrosive fasteners and elsewhere where indicated. B. Smoke Labeled Gasketing: Assemblies complying with NFPA 105 that are listed and labeled by a testing and inspecting agency acceptable to authorities having jurisdiction, for smoke control ratings indicated, based on testing according to UL 1784. 1. Provide smoke labeled perimeter gasketing at all smoke labeled openings. C. Fire Labeled Gasketing: Assemblies complying with NFPA 80 that are listed and labeled by a testing and inspecting agency acceptable to authorities having jurisdiction, for fire ratings indicated, based on testing according to UL -10C. 1. Provide intumescent seals as indicated to meet UL10C Standard for Positive Pressure Fire Tests of Door Assemblies, and NPFA 252, Standard Methods of Fire Tests of Door Assemblies. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 08 71 00- DOOR HARDWARE CITY OF NEWPORT BEACH 0871 00-11 D. Sound -Rated Gasketing: Assemblies that are listed and labeled by a testing and inspecting agency, for sound ratings indicated. E. Replaceable Seal Strips: Provide only those units where resilient or flexible seal strips are easily replaceable and readily available from stocks maintained by manufacturer. F. Manufacturers: 1. Pemko Products; ASSA ABLOY Architectural Door Accessories (PE). 2.013 FABRICATION A. Fasteners: Provide door hardware manufactured to comply with published templates generally prepared for machine, wood, and sheet metal screws. Provide screws according to manufacturers recognized installation standards for application intended. 2.014 FINISHES A. Standard: Designations used in the Hardware Sets and elsewhere indicate hardware finishes complying with ANSI/BHMA A156.18, including coordination with traditional U.S. finishes indicated by certain manufacturers for their products. B. Provide quality of finish, including thickness of plating or coating (if any), composition, hardness, and other qualities complying with manufacturer's standards, but in no case less than specified by referenced standards for the applicable units of hardware C. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. PART 3 - EXECUTION 3.01 EXAMINATION A. Examine scheduled openings, with Installer present, for compliance with requirements for installation tolerances, labeled fire door assembly construction, wall and floor construction, and other conditions affecting performance. B. Notify architect of any discrepancies or conflicts between the door schedule, door types, drawings and scheduled hardware. Proceed only after such discrepancies or conflicts have been resolved in writing. 3.02 PREPARATION A. Hollow Metal Doors and Frames: Comply with ANSI/DHI A115 series. B. Wood Doors: Comply with ANSI/DHI Al 15-W series. 3.03 INSTALLATION A. Install each item of mechanical and electromechanical hardware and access control equipment to comply with manufacturer's written instructions and according to specifications. 1. Installers are to be trained and certified by the manufacturer on the proper installation and adjustment of fire, life safety, and security products including: hanging devices; locking devices; closing devices; and seals. B. Mounting Heights: Mount door hardware units at heights indicated in following applicable publications, unless specifically indicated or required to comply with governing regulations: 1. Standard Steel Doors and Frames: DHI's "Recommended Locations for Architectural Hardware for Standard Steel Doors and Frames." CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 08 71 00- DOOR HARDWARE CITY OF NEWPORT BEACH 08 71 00-12 2. Wood Doors: DHI WDHS.3, "Recommended Locations for Architectural Hardware for Wood Flush Doors." 3. Where indicated to comply with accessibility requirements, comply with ANSI A117.1 "Accessibility Guidelines for Buildings and Facilities." 4. Provide blocking in drywall partitions where wall stops or other wall mounted hardware is located. C. Retrofitting: Install door hardware to comply with manufacturer's published templates and written instructions. Where cutting and fitting are required to install door hardware onto or into surfaces that are later to be painted or finished in another way, coordinate removal, storage, and reinstallation of surface protective trim units with finishing work specified in Division 9 Sections. Do not install surface -mounted items until finishes have been completed on substrates involved. D. Thresholds: Set thresholds for exterior and acoustical doors in full bed of sealant complying with requirements specified in Division 7 Section "Joint Sealants." E. Storage: Provide a secure lock up for hardware delivered to the project but not yet installed. Control the handling and installation of hardware items so that the completion of the work will not be delayed by hardware losses before and after installation. 3.04 FIELD QUALITY CONTROL A. Field Inspection (Punch Report): Reference Division 01 Sections "Closeout Procedures" and "Cash Allowances". Produce project punch report for each installed door opening indicating compliance with approved submittals and verification hardware is properly installed, operating and adjusted. Include list of items to be completed and corrected, indicating the reasons or deficiencies causing the Work to be incomplete or rejected. 1. Organization of List: Include separate Door Opening and Deficiencies and Corrective Action Lists organized by Mark, Opening Remarks and Comments, and related Opening Images and Video Recordings. 2. Submit documentation of incomplete items in the following formats: a. PDF electronic file. b. Electronic formatted file integrated with the Openings Stud ioTm door opening management software platform. 3.05 ADJUSTING A. Initial Adjustment: Adjust and check each operating item of door hardware and each door to ensure proper operation or function of every unit. Replace units that cannot be adjusted to operate as intended. Adjust door control devices to compensate for final operation of heating and ventilating equipment and to comply with referenced accessibility requirements. 3.06 CLEANING AND PROTECTION A. Protect all hardware stored on construction site in a covered and dry place. Protect exposed hardware installed on doors during the construction phase. Install any and all hardware at the latest possible time frame. B. Clean adjacent surfaces soiled by door hardware installation. C. Clean operating items as necessary to restore proper finish. Provide final protection and maintain conditions that ensure door hardware is without damage or deterioration at time of owner occupancy. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 08 71 00- DOOR HARDWARE CITY OF NEWPORT BEACH 0871 00-13 D. Existing hardware should be cleaned and adjusted to ensure proper operation. 3.07 DEMONSTRATION A. Instruct Owner's maintenance personnel to adjust, operate, and maintain mechanical and electromechanical door hardware. 3.08 DOOR HARDWARE SETS A. The hardware sets represent the design intent and direction of the owner and architect. They are a guideline only and should not be considered a detailed hardware schedule. Discrepancies, conflicting hardware and missing items should be brought to the attention of the architect with corrections made prior to the bidding process. Omitted items not included in a hardware set should be scheduled with the appropriate additional hardware required for proper application and functionality. 1. Quantities listed are for each pair of doors, or for each single door. 2. The supplier is responsible for handing and sizing all products. 3. Where multiple options for a piece of hardware are given in a single line item, the supplier shall provide the appropriate application for the opening. 4. Supplier is responsible for confirming compatibility of specified hardware with existing conditions. Doors: 1, 7 1 1 Hardware Sets Set: 1.0 Existing Hardware to Remain Replace Existing Card Reader Notes: Contractor to confirm existing electric strike is operational and programmed to be fail secure. New card reader and wiring by Security Contractor. Door is typically closed and locked. Presenting valid credential will momentarily release electric strike to allow entry. In case of power loss or fire alarm, door will remain locked (fail secure). Free egress at all times. Set: 2.0 Doors: 2, 3, 8 1 Electrified Rim Exit w/Alarm AL LC 43 5CH 55 AD8574 ETJ US32D SA 1 Door Cord TSB -C SU CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 08 71 00- DOOR HARDWARE CITY OF NEWPORT BEACH 0871 00-14 1 Power Supply w/ Power Distribution AQL Series-R8E1 as required SU Board 1 Balance of Existing Hardware to OT Remain Notes: New card reader and wiring by Security Contractor. Door is typically closed and locked. Presenting valid credential will momentarily shunt alarm and release lever to allow entry. Presenting valid credential on push side of door will momentarily shunt alarm. Exiting without presenting credential will trigger alarm. In case of power loss or fire alarm, door will remain locked (fail secure). Free egress at all times. Set: 3.0 Doors: 6 1 EI. Rim Exit Device LC 43 5CH 55 56 8804 862 US32D SA 1 Door Cord TSB -C SU 1 Power Supply w/ Power Distribution Board AQL Series-R8E1 as required SU 1 Balance of Existing Hardware to Remain OT Notes: New card reader and wiring by Security Contractor Door is typically closed and locked. Presenting valid credential will momentarily retract latch bolt to allow entry. In case of power loss or fire alarm, door will remain locked (fail secure). Free egress at all times. Doors: 4 1 Concealed Vert Rod Exit, Exit Only 1 El. Concealed Vert Rod Exit 1 Door Cord Power Supply w/ Power Distribution 1 Board 1 Set: 4.0 43 5CH AD8410 EO US32D SA LC 43 5CH 55 56 AD8410 106 x Less US32D SA Pull TSB -C SU AQL Series-R8E1 as required SU Balance of Existing Hardware to OT Remain Notes: Doors are typically closed and locked. Presenting valid credential will momentarily retract latch bolt at active leaf to allow entry. In case of power loss or fire alarm, door will remain locked (fail secure). Free egress at all times. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS CITY OF NEWPORT BEACH 08 71 00- DOOR HARDWARE 0871 00-15 Doors: 5 5 Hinge, Full Mortise 1 Hinge, Full Mortise 1 Dust Proof Strike 1 Self -Latching Flush Bolt 1 Fail Secure Lock 1 Coordinator 2 Surface Closer 2 Kick Plate 1 Threshold 1 Gasketing 1 Rain Guard 2 Sweep 1 Overlapping Astragal 1 Electro Lynx Door Harness 1 ElectroLynx Frame Harness Power Supply w/ Power Distribution 1 Board Set: 5.0 TA2314 (NRP) US32D MK TA2314 QCW (NRP) US32D MK 570 US26D RO 2845/2945 as req'd US32D RO LC 8271 LNJ US32D SA 2600 Series US28 RO CLP750OR 689 NO K1050 10" high CSK BEV US32D RO Per Sill Detail PE 303AS PE 346C (Omit @ overhang) PE 18062CNB PE 357SP PE QC-C_P MK QC-C1500P MK AQL Series-R8E1 as required SU Notes: Door is typically closed and locked. Presenting valid credential will momentarily release lever to allow entry. In case of power loss or fire alarm, door will remain locked (fail secure). Free egress at all times. END OF SECTION CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS CITY OF NEWPORT BEACH 08 71 00- DOOR HARnWARF 0871 00-16 SECTION 09 29 00 GYPSUM BOARD PART 1 - GENERAL 1.01 GENERAL REQUIREMENTS Division 0, Contract Requirements and Division 1, General Requirements apply to this Section. 1.02 SCOPE OF WORK SUMMARY Supply and install all Gypsum Board Products, as shown on Drawings and as specified herein, including all accessories and labor for a timely, complete, and proper installation. A. Fire -Resistance Rated Gypsum Board B. Mold and Moisture Resistant Gypsum Board C. Fire -Resistance, Mold and Moisture Resistant Gypsum Board 1.03 STANDARDS AND REFERENCES Comply with the Industry Standards and References as established by Manufacturer. 1.04 QUALITY ASSURANCE A. Comply with the Standard requirements established by Manufacturer. 1.05 SUBSTITUTIONS Substitutions will be considered per Section 01 25 00. 1.06 SUBMITTALS Provide in accordance with Section 01 33 00. 1.07 DELIVERY, STORAGE, AND HANDLING Comply with the requirements of Section 01 66 00. 1.08 PROJECT CONDITIONS Comply with the requirements of Sections 01 50 00. 1.09 OPERATION AND MAINTENANCE DATA Not required. 1.10 EXTRA MATERIALS Not required. 1.11 RECORD DRAWINGS Not required. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 09 29 00- GYPSUM BOARD CITY OF NEWPORT BEACH 092000-1 1.12 WARRANTY Provide Standard Warranty in accordance with Section 01 77 00 Project Closeout. PART 2 - PRODUCTS 2.01 MANUFACTURER / PRODUCTS Basis of Design: Products of National Gypsum Company 2.02 FIRE -RESISTANCE RATED GYPSUM BOARD A. Basis of Design: Gold Bond® BRAND Fire -Shield C Gypsum Board. B. Panel Physical Characteristics: 1. Core: Enhanced fire -resistance rated gypsum core 2. Surface paper: 100% recycled content paper on front, back and long edges 3. Long Edges: Square or Tapered at Contractor's discretion. 4. Overall thickness: 5/8 inch. 5. Panel complies with Type X requirements of ASTM C 1396 Standard Specification for Gypsum Board 2.03 MOLD AND MOISTURE RESISTANT GYPSUM BOARD A. Basis of Design: Gold Bond® BRAND XP® Gypsum Board B. Panel Physical Characteristics 1. Core: Mold and moisture resistant gypsum core. 2. Surface paper: 100% recycled content moisture/mold/mildew resistant paper on front, back, and long edges. 3. Long Edges: Square or Tapered at Contractor's discretion. 4. Overall thickness: 5/8 inch. 5. Panel complies with requirements of ASTM C 1396 Standard Specification for Gypsum Board. 6. Mold/Mildew Resistance: 10 when tested in accordance with ASTM D 3273 Standard Test Method for Resistance to Growth of Mold on the Surface of Interior Coatings in an Environmental Chamber 2.04 FIRE -RESISTANCE RATED GYPSUM BOARD WITH ENHANCED MOLD AND MILDEW RESISTANCE A. Basis of Design: Gold Bond® BRAND XP® Fire -Shield® C Gypsum Board B. Type C, Panel Physical Characteristics 1. Core: Mold and moisture resistant, with enhanced fire -resistance rated gypsum core 2. Surface paper: 100% recycled content moisture/mold/mildew paper on front, back and long edges 3. Long Edges: Square or Tapered at Contractor's discretion. 4. Overall thickness: 5/8 inch. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 09 29 00- GYPSUM BOARD CITY OF NEWPORT BEACH 092000-2 5. Panel complies with requirements Type X of ASTM C 1396 Standard Specification for Gypsum Board 6. Mold/Mildew Resistance: 10 when tested in accordance with ASTM D 3273 Standard Test Method for Resistance to Growth of Mold on the Surface of Interior Coatings in an Environmental Chamber 2.05 ACCESSORY PRODUCTS A. Acoustical sealant 1. Conform to ASTM C 919 Standard Practice for Use of Sealants in Acoustical Applications 2. Products/Manufacturer a. Grabber Acoustical Sealant GSC b. STI SpecSeal Smoke N Sound Caulk c. BOSS 824 Acoustical Sound Sealant B. Firestopping 1. Conform to ASTM E 90 Standard Test Method for Laboratory Measurement of Airborne Sound Transmission Loss of Building Partitions and Elements 2. Products/Manufacturer a. STI SpecSeal SSP Putty Pads b. BOSS 818 Fire Rated Putty Pads C. Joint Treatment 1. Tape - As recommended by Manufacturer: a. Paper Tape: 2-1/16 inches wide. b. Paper Tape: 2 inches wide with metal strips laminated along the center crease to form inside and outside corners. c. Fiberglass Tape: Nominal 2 inches wide self -adhering tape. d. Alkali -resistant Fiberglass Tape: Nominal 2 inches wide polymer coated alkali -resistant mesh tape. 2. Drying Type Compound - As recommended by Manufacturer: a. Ready Mix vinyl base compound. b. Ready Mix vinyl base compound formulated for enhanced mold and mildew resistance. c. Ready Mix vinyl base compound formulated to reduce airborne dust during sanding. d. Ready Mix vinyl base topping compound for finish coating. e. Ready Mix vinyl base compound for embedding joint tape, corner beads or other accessories. f. Field Mix vinyl base compound. 3. Setting Compound - As recommended by Manufacturer: a. Field mixed hardening compound. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 09 29 00- GYPSUM BOARD CITY OF NEWPORT BEACH 09 20 00-3 b. Field mixed hardening compound for fire resistance rated construction and penetrations. 4. Joint Sealant: Conform to ASTM C920 Standard Specification for Elastomeric Joint Sealants. PART 3 - EXECUTION 3.01 EXAMINATION A. Examine areas to receive gypsum products to verify conditions. B. Report conditions contrary to contract requirements that would prevent a proper installation. C. Do not proceed with the installation until unsatisfactory conditions have been corrected. D. Failure to call attention to defects or imperfections will be construed as acceptance and approval of the conditions. E. Installation indicates acceptance of the conditions with regard to conditions existing at the time of installation. 3.02 APPLYING AND FINISHING PANELS, GENERAL A. Comply with ASTM C 840, GA -216 or GA -214. B. Install ceiling panels across framing to minimize the number of abutting end joints and to avoid abutting end joints in central area of each ceiling. Stagger abutting end joints of adjacent panel not less than one framing member. C. Install panels with face side out. Butt panels together for a light contact at edges and ends with not more than 1/16 inch (1.5 mm) of open space between panels. Do not force into place. D. Locate edge and end joints over supports, except in ceiling applications where intermediate supports or gypsum board back -blocking is provided behind end joints. Do not place tapered edges against cut edges or ends. Stagger vertical joints on opposite sides of partitions. Do not make joints other than control joints at corners of framed openings. E. Form control and expansion joints with space between edges of adjoining gypsum panels. F. Cover both faces of support framing with gypsum panels in concealed spaces (above ceilings, etc.), except in chases braced internally. 1. Unless concealed application is indicated or required for sound, fire, air, or smoke ratings, coverage may be accomplished with scraps of not less than 8 sq. ft. (0.7 sq. m) in area. 2. Fit gypsum panels around ducts, pipes, and conduits. 3. Where partitions intersect structural members projecting below underside of floor/roof slabs and decks, cut gypsum panels to fit profile formed by structural members; allow 1/4 to 3/8 inch (6 to 9 mm) wide joints to install sealant. G. Isolate perimeter of gypsum board applied to non -load-bearing partitions at structural abutments, except floors. Provide 1/4 to 1/2 inch (6 to 12 mm) wide spaces at these locations, and trim edges with edge trim where edges of panels are exposed. Seal joints between edges and abutting structural surfaces with acoustical sealant. H. Attachment to Framing: Attach panels so leading edge or end of each panel is attached to open (unsupported) edges of stud flanges first. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 09 29 00- GYPSUM BOARD CITY OF NEWPORT BEACH 092000-4 3.03 INSTALLATION, INTERIOR GYPSUM BOARD A. Install interior gypsum board in the following locations: 1. Regular Type: Vertical or horizontal surfaces, unless otherwise indicated. 2. Type X: Where required for fire -resistance -rated assembly. 3. Type C: Where required for specific fire -resistance -rated assembly indicated. 4. Ceiling Type: Ceiling surfaces. 5. Moisture and Mold -Resistant Type: Areas with limited exposure to water. B. Single -Layer Application: 1. On ceilings, apply gypsum panels before wall/partition board application to greatest extent possible and at right angles to framing, unless otherwise indicated. 2. On partitions/walls, apply gypsum panels vertically (parallel to framing), unless otherwise indicated or required by fire -resistance -rated assembly, and minimize end joints. Stagger abutting end joints not less than one framing member in alternate courses of panels. b. At stairwells and other high walls, install panels horizontally, unless otherwise indicated or required by fire -resistance -rated assembly. 3. On furring members, apply gypsum panels vertically (parallel to framing) or horizontally (perpendicular to framing) with vertical joints offset at least one furring member. Locate edge joints of base layer over furring members. 4. Fastening Methods: Apply gypsum panels to supports with steel drill screws. C. Multilayer Application: 1. On ceilings, apply gypsum board indicated for base layers before applying base layers on walls/partitions; apply face layers in same sequence. Apply base layers at right angles to framing members and offset face -layer joints 1 framing member, 16 inches (400 mm) minimum, from parallel base -layer joints, unless otherwise indicated or required by fire -resistance -rated assembly. 2. On partitions/walls, apply gypsum board indicated for base layers and face layers vertically (parallel to framing) with joints of base layers located over stud or furring member and face -layer joints offset at least one stud or furring member with base - layer joints, unless otherwise indicated or required by fire -resistance -rated assembly. Stagger joints on opposite sides of partitions. 3. On furring members, apply base layer vertically (parallel to framing) and face layer either vertically (parallel to framing) or horizontally (perpendicular to framing) with vertical joints offset at least one furring member. Locate edge joints of base layer over furring members. 4. Fastening Methods: Fasten base layers and face layers separately to supports with screws. D. Laminating to Substrate: Where gypsum panels are indicated as directly adhered to a substrate (other than studs, joists, furring members, or base layer of gypsum board), comply with gypsum board manufacturer's written recommendations, and temporarily brace or fasten gypsum panels until fastening adhesive has set. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 09 29 00- GYPSUM BOARD CITY OF NEWPORT BEACH 092000-5 3.04 INSTALLATION, TRIM ACCESSORIES A. General: For trim with back flanges intended for fasteners, attach to framing with same fasteners used for panels. Otherwise, attach trim according to manufacturer's written instructions. B. Control Joints: Install control joints at locations indicated on Drawings and if not shown according to ASTM C 840 or GA -216 and in specific locations approved by Architect for visual effect. C. Interior Trim: Install in the following locations. 1. Cornerbead: Use at outside corners, unless otherwise indicated. Install standard 90 - degree cornerbeads where corner guards and chair rails are to be installed. 2. LC -Bead: Use at exposed panel edges. 3.05 FINISHING GYPSUM BOARD Provide a Level 4 Finish, with a light orange -peel texture. All joints and interior angles shall have tape embedded in joint compound and two separate coats of joint compound applied over all flat joints and one separate coat of joint compound applied over interior angles. Fastener heads and accessories shall be covered with three separate coats of joint compound. All joint compounds shall be smooth and free from tool marks and ridges. The prepared surface shall be coated with Sheet Rock Brand First Coat Primer, or equal, prior to the application of the light orange -peel texture. 3.06 PROTECTION A. Protect installed products from damage from weather, condensation, direct sunlight, construction, and other causes during remainder of the construction period. B. Remove and replace panels that are wet, moisture damaged, and mold damaged. 1. Indications that panels are wet, or moisture damaged include, but are not limited to, discoloration, sagging, or irregular shape. 2. Indications that panels are mold damaged include, but are not limited to, fuzzy or splotchy surface contamination and discoloration. END OF SECTION CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 09 29 00- GYPSUM BOARD CITY OF NEWPORT BEACH 09 20 00-6 SECTION 09 65 00 RESILIENT BASE PART 1 — GENERAL 1.01 GENERAL REQUIREMENTS Division 0, Contract Requirements and Division 1, General Conditions apply to this Section. 1.02 SCOPE OF WORK SUMMARY A. Supply and install all Resilient Base, as shown on Drawings and as specified herein, including all materials and labor for a timely, complete, and proper installation. 1.03 STANDARDS AND REFERENCES Comply with the Industry Standards and References as established by Manufacturer. 1.04 QUALITY ASSURANCE Conform to applicable code for flame rating requirements of 75 or less in accordance with ASTM E84. 1.05 SUBSTITUTIONS Substitutions will be considered per Section 01 25 00 Substitution Procedures. 1.06 SUBMITTALS A. Provide in accordance with Section 01 33 00 Submittal Procedures. B. Provide product data on specified products, describing physical and performance characteristics. C. Submit two samples, illustrating color and pattern for each floor material or base, substituted for those indicated in the Drawings. D. Submit manufacturer's installation instructions. When approved by the Architect, will become the basis for accepting or rejecting actual installation procedure used on the Work. 1.07 DELIVERY, STORAGE, AND HANDLING Comply with the requirements of Section 01 66 00 Product Storage and Handling Requirements. 1.08 PROJECT CONDITIONS A. Comply with the requirements of Section 01 50 00. B. Store materials for three days prior to installation in area of installation to achieve temperature stability. C. Maintain ambient temperature required by adhesive manufacturer three days prior to, during, and 24 hours after installation of materials. 1.09 OPERATION AND MAINTENANCE DATA A. Provide in accordance with Section 01 78 23 Operation and Maintenance Data. B. Submit cleaning and maintenance data maintenance procedures, recommended maintenance materials, and suggested schedule for cleaning, stripping, and re -waxing. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 09 65 00 RESILIENT BASE CITY OF NEWPORT BEACH 096500-1 1.10 EXTRA MATERIALS A. Provide in accordance with Section 01 78 00 Closeout Submittals. B. Provide 5% of each pattern and color of flooring and of base specified. 1.11 RECORD DRAWINGS Not required. 1.12 WARRANTY A. Provide Warranty in accordance with Section 01 77 00 Closeout Procedures. B. Duration: Manufacturer's 10 -Year Commercial Limited Warranty. PART 2 — PRODUCTS 2.01 BASE MATERIALS Manufacturer(s), Type(s), Location(s), Color(s), and Pattern(s) as indicated on drawings. 2.02 OTHER ACCESSORIES A. Primers and Adhesives: Type(s) as recommended by flooring manufacturer. B. Provide other materials, not specifically described but required for a complete and proper installation as selected by the Contractor subject to the approval of the Architect. PART 3 — EXECUTION 3.01 EXAMINATION A. Examine the areas and conditions under which work of this Section will be performed. B. Verify that surfaces are smooth and are ready to receive work. C. Correct conditions detrimental to timely and proper completion of the Work. D. Do not proceed until unsatisfactory conditions are corrected. E. Beginning of installation means acceptance of conditions. 3.02 PREPARATION A. Remove ridges and bumps. Fill low spots, cracks, joints, holes, and other defects with filler to leave smooth, flat, hard surface. B. Prohibit traffic from area until filler is cured. C. Vacuum clean substrate. D. Install flooring after all other trades, including painting, have been completed. 3.03 INSTALLATION A. Fit joints tight and vertical. Maintain minimum measurement of 18 inches between joints. B. Miter internal corners. At external corners, "V" cut back of base strip to 2/3 of thickness and fold. C. Install base on solid backing. Bond tight to wall and floor surfaces. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 09 65 00 RESILIENT BASE CITY OF NEWPORT BEACH 096500-2 D. Scribe and fit to doorframes and other interruptions. 3.04 PROTECTION Prohibit traffic on floor finish for 48 hours after installation. 3.05 CLEANING A. Remove excess adhesive from floor, base, and wall surfaces without damage. B. Clean base in accordance with manufacturer's instructions. END OF SECTION CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 09 65 00 RESILIENT BASE CITY OF NEWPORT BEACH 096500-3 SECTION 09 90 00 PAINTING PART 1 — GENERAL 1.01 GENERAL REQUIREMENTS Division 0, Contract Requirements and Division 1, General Conditions apply to this Section. 1.02 SCOPE OF WORK SUMMARY A. Supply and install all Painting, as shown on Drawings and as specified herein, including all materials and labor for a timely, complete, and proper installation. B. Section Includes: Painting and finishing of all interior and exterior items and surfaces, unless otherwise indicated or listed under exclusions below: 1. Paint all exposed surfaces, except as otherwise indicated, whether colors are designated. 2. Include field painting of exposed exterior and interior structural steel, plumbing, mechanical and electrical work, except as indicated below. C. Work Included: The intent and requirements of this section is that all work, items, and surfaces which are normally painted and finished in a building of this type and quality, shall be so included in this contract, whether or not said work, item or surface is specifically called out and included in the schedules and notes on the drawings, or is, or is not, specifically mentioned in these specifications. D. The following general categories of work and items that are included under other sections, shall not be a part of this section: 1. Shop prime painting of structural and miscellaneous iron or steel. 2. Shop prime painting of hollow metal work. 3. Shop finished work and items. 4. Any drywall or plaster permanently concealed from view. 5. Any factory finished equipment and other materials with a complete factory applied finish. 6. Finish hardware except where primed for paint finish. 7. Any glass, plastics, floor tiles and sheet vinyl coved or vinyl top set bases. E. The Room Finish Schedules indicated on the drawings, indicates the location of interior room surfaces to be painted or finished. The schedule indications are general and do not necessarily define the detail requirements. Include all detailed refinements and further instructions as may be given for the required complete finishing of all spaces and rooms. 1.03 STANDARDS AND REFERENCES A. Regulatory Requirements: Comply with applicable codes and regulations of governmental agencies having jurisdiction including those having jurisdiction over airborne emissions and industrial waste disposal. Where those requirements conflict with this Specification, comply with the more stringent provisions. B. Regulatory changes may affect the formulation, availability, or use of specified coatings. Confirm availability of coatings to be used prior to job going out to bid and before start of painting project. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 09 90 00 PAINTING CITY OF NEWPORT BEACH 099000-1 1 OF 7 C. Comply with the current applicable regulations of the California Air Resources Board (CARE) and the South Coast Air Quality Management District (SCAQMD). Field Sample: When and as directed by the Architect, apply one complete coating system for each color, gloss and texture required. When approved, the sample panel areas will be deemed incorporated into the Work and will serve as the standards by which the subsequent Work of this Section will be judged. 1.04 QUALITY ASSURANCE Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. 1.05 SUBSTITUTIONS Substitutions will be considered per Section 01 25 00. 1.06 SUBMITTALS A. Provide in accordance with Section 01 33 00. B. Materials List: Submit complete lists of materials proposed for use, giving the manufacturer's name, catalog number, and catalog cut for each item when applicable. When required, provide a list of paint and coating materials proposed for use, which equates such materials with the design -basis products specified. C. Samples: Submit, on 8-1/2 inch by 11 -inch hardboard, samples of each color, gloss, texture, and material selected by the Architect from standard colors available for the coatings required. For natural and stained finishes, provide sample on each type and quality of wood used on the project. D. Manufacturer's Instructions: Submit the manufacturer's current recommended methods of installation, including relevant limitations, safety and environmental cautions, application rates, and composition analysis. 1.07 DELIVERY, STORAGE, AND HANDLING A. Comply with the requirements of Section 01 60 00. B. Storage and Protection: Use all means necessary to protect the materials of this Section before, during, and after installation. C. Deliver materials to job site in new, original, and unopened containers bearing manufacturer's name and trade name. Store where directed in accordance with manufacturer's instructions. 1.08 PROJECT CONDITIONS A. Comply with the requirements of Section 01 71 00. B. No exterior or interior painting shall be done until the surfaces are thoroughly dry and cured. Do not apply paint when temperature is below 50' F. 1.09 OPERATION AND MAINTENANCE DATA A. Provide in accordance with Section 01 78 23. B. Coating Maintenance Manual: Provide an S -W Custodian or similar coating maintenance manual including area summary with finish schedule, area detail designating location where each product/color/finish was used, product data pages, material safety data sheets, care and cleaning instructions, touch-up procedures, and color samples of each color and finish used. 1.10 EXTRA MATERIALS CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 09 90 00 PAINTING CITY OF NEWPORT BEACH 09 90 00-2 2OF7 A. Provide in accordance with Section 01 77 00. B. Provide 5% with a minimum of one gallon of each color and product used. 1.11 RECORD DRAWINGS Not required. 1.12 WARRANTY Provide Manufacturer's Standard Warranty in accordance with Section 01 78 36. PART 2 — PRODUCTS 2.01 MANUFACTURERS A. Basis of Design: Sherwin Williams. Architectural representative: Rocky Berlanga; Phone (657) 269-0922 or Email rocky. m. berlanga@sherwin.com. B. Acceptable Manufacturers: Architect/owner approved equal. C. All paint systems shall be the product of a single manufacturer. 2.02 MATERIALS A. Paints: Provide Ready -Mixed, except field catalyzed coatings. Pigments shall be fully ground maintaining soft paste consistency, capable of being readily and uniformly dispersed to complete homogeneous mixture. Paints shall have good flowing and brushing properties and be capable of drying or curing free of streaks and sags. Finish coats shall not be thinned without Architect's approval. B. Accessory Materials: Linseed oil, shellac, solvents, and other materials not specified but required to achieve required finishes shall be of high quality and approved by manufacturer. C. Colors shall be selected from color chip samples provided by manufacturer of paint system approved for use. Match approved samples for color, texture, and coverage. D. Number of coats scheduled is minimum. Additional coats shall be applied at no additional cost if necessary, to completely hide base materials, produce uniform color and provide satisfactory finish result. 2.03 MIXES Mix, prepare, and store painting and finishing materials in accordance with manufacturer's directions. PART 3 — EXECUTION 3.01 EXAMINATION A. Examine the areas and conditions under which work of this Section will be performed. B. Examine surfaces to be painted before beginning painting work. Work of other trades that has been left or installed in a condition not suitable to receive paint, stain, other specified finish shall be repaired or corrected by the applicable trade before painting. Painting of defective or unsuitable surface implies acceptance of the surfaces. C. Do not proceed with surface preparation or coating application until conditions are suitable. Special attention should be made to all smooth and especially Level 5 Drywall Finish areas. In those instances, a test patch to ensure proper surface adhesion should be undertaken. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 09 90 00 PAINTING CITY OF NEWPORT BEACH 09 90 00-3 3OF7 D. Beware of a condition known as "critical lighting". This condition causes shadows that accentuate even the slightest surface variations. A pigmented sealer will provide tooth for succeeding decorative coating, but "does not" equalize smoothness or surface texture. Any corrective action to gypsum board/drywall must be done by the drywall contractor prior to decorating. E. Notify the Construction Manager and Architect in writing of any conditions detrimental to the proper and timely completion of the installation. F. Correct conditions detrimental to timely and proper completion of the Work. G. Do not proceed until unsatisfactory conditions are corrected. H. Beginning of installation means acceptance of conditions. 3.02 PROTECTION A. Protect previously installed work and materials, which may be affected by Work of this Section. 1. Protect prefinished surfaces and adjacent surfaces against paint and damage. 2. Furnish sufficient drop cloths, shields, and protective equipment to prevent spray or splatter from fouling surfaces not being painted. 3. Protect surfaces, equipment, and fixtures from damage resulting from use of fixed, movable, and hanging scaffolding, planking, and staging. B. Provide WET PAINT signs, barricades, and other devices required to protect newly finished surfaces. Remove temporary protective wrappings provided by others for protection of their work after completion of painting operations. 3.03 PREPARATION A. Perform preparation and cleaning procedures in strict accordance with coating manufacturer's instructions for each substrate condition. B. Concrete and masonry surfaces shall be dry, clean, and free of dirt, efflorescence, encrustation, and other foreign matter. Glazed surfaces on concrete shall be roughened or etched to uniform texture. C. Ferrous metal shall be cleaned per SSPC-SP1. All welds, loosely adhered rust, and debris must be power tool cleaned per SSPC-SP3. Prime within 3 hours after preparation. D. Clean per SSPC-SP1 to remove greases and oils. Apply a test area, priming as required. Allow the coating to dry at least one week before testing. If adhesion is poor, power tool clean per SSPC-SP3 to remove these treatments. E. Remove dust, grit, and foreign matter from wood surfaces. Sand surfaces and dust clean. Spot coat knots, pitch streaks, and sappy section with pigmented stain sealer when surfaces are to be painted. Fill nail holes, cracks, and other defects after priming and spot prime repairs when fully cured. F. Remove hardware and accessories, machined surfaces, plates, lighting fixtures and similar items in place and not -to -be -finish painted or provide surface -applied protection. Reinstall removed items upon completion of work in each area. G. Existing surfaces to be recoated shall be thoroughly cleaned and de -glossed by sanding or other means prior to painting. Patched and bare areas shall be spot primed with same primer as specified for new work. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 09 90 00 PAINTING CITY OF NEWPORT BEACH 099000-4 4 OF 7 H. Thoroughly backpaint all surfaces of all finish lumber and millwork, including doors and window frames, trim, cabinetwork, etc., which will be concealed after installation. Backpaint items to be painted or enameled with the priming coat. Use a clear sealer for backpriming where transparent finish is required. I. Bar and covered pipes, ducts, hangers, exposed steel and ironwork, and primed metal surfaces of equipment installed under mechanical and electrical work shall be cleaned prior to priming. J. Preparation of other surfaces shall be performed following specific recommendations of the coating's manufacturer. K. Bond breakers and curing agents must be removed and the surface cleaned before primers, sealers or finish paints can be applied. L. All drywall surfaces must be completely dry and dust free before painting. Skim coated drywall must be sealed with an alkyd -based sealer or a waterborne sealer recommended by the paint manufacturer for this surface. Use the appropriate light or medium tack masking tape. M. Do not apply initial coating until moisture content of surface is within limitations recommended by the paint manufacturer. N. Do not paint over Underwriters' labels, fusible links, or sprinkler heads. 3.04 APPLICATION A. Apply painting and finishing materials in accordance with the manufacturer's submittals, as approved. Use applicators and techniques best suited for the material and surfaces to which applied. 1. The number of coats specified is the minimum that shall be applied. Apply additional coats when undercoats, stains or other conditions show through final paint coat, until paint film is of uniform finish, color, and appearance. 2. Apply prime coat to surfaces which are required to be painted or finished. All undercoats shall be tinted slightly to approximate the color of the finish coat. B. All materials shall be applied evenly with proper film thickness and free of runs, sags, skips and other defects. Apply each material at not less than the manufacturer's recommended spreading rate: Provide a total dry film thickness of not less than 1.2 mils for each required coat. C. Sand lightly and dust clean between succeeding coats. Comply with recommendations of manufacturer for drying time between succeeding coats. D. Make edges of paint adjoining other material or color clean and sharp with no overlapping. E. Refinish entire wall where portion of finish is not acceptable. 3.05 CLEANING, TOUCH-UP, AND REFINISHING A. Carefully remove all spattering, spots and blemishes caused by work under this section from surfaces throughout the project. B. Upon completion of painting work remove all rubbish, paint cans, and accumulated materials resulting from work in each space or room. All areas shall be left in a clean, orderly condition. C. Runs, sags, misses, holidays, stains, and other defects in the painted surfaces, including inadequate coverage and mil thickness shall be satisfactorily touched up, or refinished, or repainted, as necessary. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 09 90 00 PAINTING CITY OF NEWPORT BEACH 099000-5 5OF7 3.06 FINISH SCHEDULE A. Apply the following finishes to the surfaces specified and/or as on the finish schedule and plans in the Drawings. Apply all materials in accordance with manufacturer's instructions on properly prepared surfaces and foundation coats. All intermediate undercoats must be tinted to approximate the final color. B. Interior Systems: 1. Gvpsum Board a. Flat — Acrylic First Coat Second Coat Third Coat b. Low Sheen — Acrylic First Coat Second Coat Third Coat c. Eggshell — Acrylic First Coat Second Coat Third Coat d. Semi -Gloss - Acrylic First Coat Second Coat Third Coat e. Gloss —Acrylic First Coat Second Coat Third Coat PVA Primer B28W8000 ProMar 200 Zero VOC Flat B30-2600 ProMar 200 Zero VOC Flat B30-2600 PVA Primer B28W8000 ProMar 200 Zero VOC Low Sheen B24-2600 ProMar 200 Zero VOC Low Sheen B24-2600 PVA Primer 1328W8000 ProMar 200 Zero VOC Eg-shel B20-2600 ProMar 200 Zero VOC Eg-shel B20-2600 PVA Primer 1328W8000 ProMar 200 Zero VOC Semigloss B31-2600 ProMar 200 Zero VOC Semigloss B31-2600 PVA Primer B28W8000 ProMar 200 Zero VOC Gloss B21-12650 ProMar 200 Zero VOC Gloss B21-12650 f. Gloss— Industrial High Performance — Waterborne Epoxy First Coat ProMar 200 Zero VOC Primer 1328W2600 Second Coat WB Catalyzed Epoxy Gloss B73 Series Third Coat WB Catalyzed Epoxy Gloss B73 Series g. High Gloss — Industrial High Performance — Waterborne Epoxy/Urethane First Coat Macropoxy 646-100 B58 Series Second Coat Acrolon 100 WB Polyurethane B65 Series Third Coat Acrolon 100 WB Polyurethane B65 Series 5. Ferrous Metal a. Flat — Acrylic Copolymer First Coat ProCryl Universal Acrylic Metal Primer B66-310 Second Coat ProMar 200 Zero VOC Flat B30-2600 Third Coat ProMar 200 Zero VOC Flat B30-2600 b. Low Sheen —Acrylic Copolymer First Coat ProCryl Universal Acrylic Metal Primer B66-310 Second Coat ProMar 200 Zero VOC Low Sheen B24-2600 Third Coat ProMar 200 Zero VOC Low Sheen B24-2600 CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 09 90 00 PAINTING CITY OF NEWPORT BEACH 099000-6 6OF7 c. Eggshell —Acrylic Copolymer First Coat ProCryl Universal Acrylic Metal Primer B66-310 Second Coat ProMar 200 Zero VOC Eg-shel B20-2600 Third Coat ProMar 200 Zero VOC Eg-shel B20-2600 d. Semi -Gloss — Acrylic Primer/ Acrylic Copolymer First Coat ProCryl Universal Acrylic Metal Primer B66-310 Second Coat ProMar 200 Zero VOC Semigloss B31-2600 Third Coat ProMar 200 Zero VOC Semigloss B31-2600 e. Semi -Gloss —Rust Preventative Acrylic First Coat ProCryl Universal Acrylic Metal Primer B66-310 Second Coat Prolndustrial Acrylic SemiGloss Third Coat Prolndustrial Acrylic SemiGloss f. Gloss — Acrylic Primer /100% Acrylic First Coat ProCryl Universal Acrylic Metal Primer B66-310 Second Coat Solo Acrylic Latex Gloss A77 Series Third Coat Solo Acrylic Latex Gloss A77 Series g. Gloss —Rust Preventative Acrylic First Coat ProCryl Universal Acrylic Metal Primer B66-310 Second Coat Prolndustrial Acrylic Gloss Third Coat Prolndustrial Acrylic Gloss b. Gloss — Industrial High Performance - Waterborne Epoxy First Coat ProCryl Universal Acrylic Metal Primer B66-310 Second Coat WB Catalyzed Epoxy Gloss B73 Series Third Coat WB Catalyzed Epoxy Gloss B73 Series c. High Gloss — Industrial High Performance - Epoxy/Urethane First Coat Macropoxy 646-100 B58 Series Second Coat Acrolon 100 WB Polyurethane B65 Series Third Coat Acrolon 100 WB Polyurethane B65 Series END OF SECTION CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 09 90 00 PAINTING CITY OF NEWPORT BEACH 7 OF 7 099000-7 SECTION 10 14 00 SIGNAGE PART 1 — GENERAL 1.01 GENERAL REQUIREMENTS Division 0, Contract Requirements and Division 1, General Requirements apply to this Section. 1.02 SCOPE OF WORK SUMMARY A. Supply and install signage, as shown on Drawings and as specified herein, including all materials and labor for a timely, complete, and proper installation. B. Section includes but is not limited to: 1. Molded plastic signs 1.03 STANDARDS AND REFERENCES Comply with the Industry Standards and References as established by Manufacturer. 1.04 QUALITY ASSURANCE Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. 1.05 SUBSTITUTIONS Substitutions will be considered per Section 01 25 00 Substitution Procedures. 1.06 SUBMITTALS A. Submit the following in accordance with Section 01 33 00. B. Provide: 1. Samples illustrating full size sample sign, of type, style and color specified including method of attachment. 2. Manufacturer's installation instructions. 1.07 DELIVERY, STORAGE, AND HANDLING A. Comply with the requirements of Section 01 66 00. B. Package signs, labeled in name groups. C. Store adhesive tape at ambient room temperatures. 1.08 PROJECT CONDITIONS A. Comply with the requirements of Sections 01 50 00. B. Do not install signs when ambient temperature is below 70 degrees F. Maintain this minimum during and after installation of signs. 1.09 OPERATION AND MAINTENANCE DATA Provide in accordance with Section 01 77 00. 1.10 EXTRA MATERIALS Provide in accordance with Section 01 77 00. 1.11 RECORD DRAWINGS CENTRAL LIBRARY ACCESS CONTROUSECURITY IMPROVEMENTS 10 14 00- SIGNAGE CITY OF NEWPORT BEACH 101400-1 Provide in accordance with Section 01 77 00. 1.12 WARRANTY Provide Manufacturer's Standard Warranty in accordance with Section 01 77 00 Project Closeout. PART 2 — PRODUCTS 2.01 MATERIALS — ROOM IDENTIFICATION SIGNAGE To be provided by client. 2.02 MATERIALS — INTERIOR ADA SIGNAGE A. Types: As indicated on the Drawings, conforming to requirements of the CBC B. Material: 1/8" thick ES Plastic C. Size and color: As indicated on the Drawings. D. All signs to have 1/2" Radius corners. E. Graphics: To be vinyl die -cut. F. Text and Font, size and color: As indicated on the Drawings. G. Mounting: Adhesive mounting H. All signs installed on glass shall have a full-size backing plate adhered to the opposite side of the glass of the same color as the sign. 2.03 ACCESSORIES A. Mounting Hardware: Chrome screws; base sleeve and studs per manufacturer's recommendations. B. Tape Mount: Double sided tape, permanent adhesive. C. Adhesive: Silastic adhesive as recommended by manufacturer. PART 3 — EXECUTION 3.01 EXAMINATION A. Examine the areas and conditions under which work of this Section will be performed. B. Verify adequate support for Building Signs. Coordinate footings with other trades. C. Correct conditions detrimental to timely and proper completion of the Work. D. Do not proceed until unsatisfactory conditions are corrected. E. Beginning of installation means acceptance of conditions. 3.02 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Install signs after doors and surfaces are finished, in locations indicated. 1. Furnish and install all anchorage devices required to install the item and its appurtenances complete. Provide anchorage in ample time when required to be built in by other trades. 2. All wall -mounted items shall be securely fastened to solid backing or blocking. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 10 14 00- SIGNAGE CITY OF NEWPORT BEACH 101400-2 C. Center plastic signs on doors, level. D. Anchor all components firmly into position for long life under hard use. E. Clean and polish. END OF SECTION CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 10 14 00- SIGNAGE CITY OF NEWPORT BEACH 101400-3 THIS PAGE IS INTENTIONALLY BLANK CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 10 14 00- SIGNAGE CITY OF NEWPORT BEACH 101400-4 SECTION 26 00 10 BASIC ELECTRICAL REQUIREMENTS PART 1 -GENERAL 1.01 SCOPE OF WORK SUMMARY A. This section supplements all sections of this division and shall apply to all phases of work hereinafter specified, shown on the drawings, or required to provide a complete installation of electrical systems for the Project. The work required under this division is not limited to the electrical specifications and drawings. Refer to all bid documents including Civil, Architectural, Structural, and Mechanical documents which may designate Work to be accomplished. The intent of the Specifications is to provide a complete and operable electrical system, which shall include all documents that are a part of the entire Project Contract. 1. Work included: Furnish all labor, material, tools, equipment, facilities, transportation, skilled supervision necessary for, and incidental to, performing operations in connection with furnishing, delivery, and installation of the work in this division complete as shown or noted on the Drawings and specified herein. B. Related Work Specified Elsewhere: 1. Refer to all sections in the general contract conditions, Contract Requirements and Division 1, General Requirements. C. Work Installed: 1. The electrical work includes the installation or connection of all related materials and equipment. Verify installation details. Foundations for apparatus and equipment will be furnished by others unless otherwise noted or detailed. 1.02 GENERAL REQUIREMENTS A. Guarantee See General Conditions: Except as may be specified under other Sections in the specification, guarantee equipment furnished under the specifications for a period of one year, except for equipment required to have a longer guarantee period, from date of final completion. Guarantee all work against defective workmanship, material, and improper installation. Upon notification of failure, correct deficiency immediately and without additional cost to the City. 2. Standard warranty of manufacturer shall apply for replacement of parts after expiration of the above period. Manufacturer shall furnish replacement parts to the City. Furnish to the City, through the Architect, printed manufacturer's warranties complete with material included and expiration dates, upon completion of project. Conform to Division 01. B. Equipment Safety: All electrical materials and equipment shall be new and shall be listed by Underwriter's Laboratories and bear their label or listed and certified by a nationally recognized testing authority where UL does not have an approval. Custom made equipment must have complete test data submitted by the manufacturer attesting to its safety. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 00 10 - BASIC ELECTRICAL REQUIREMENTS CITY OF NEWPORT BEACH 26 00 10-1 C. Codes and Regulations: 1. Design, manufacturer, testing and method of installation of all apparatus and materials furnished under the requirements of these specifications shall conform to the latest publications or standard rules of the following: a. Institute of Electrical and Electronic Engineers - IEEE b. National Electrical Manufacturers' Association - NEMA c. Underwriters' Laboratories, Inc. - UL d. National Fire Protection Association - NFPA e. American Society for Testing and Materials - ASTM f. American National Standards Institute - ANSI g. California Electrical Code - CEC, Title 24, Part 3 h. California Code of Regulations, Title 8, Subchapter 5 i. California Building Code -CBC, Title 24 Parts 1 &2 J . State & Municipal Codes in Force in the Specific Project Area k. Occupational Safety & Health Administration - OSHA I. California State Fire Marshal m. California Fire Code- CFC, Title 24 Part 9 n. National Electrical Testing Association - NETA 2. The term "Code", when used within the specifications, shall refer to the Publications, Standards, ordinances, and codes, listed above. In the case where the codes have different levels of requirements the most stringent rules shall apply. D. Requirements of Regulatory Agencies: 1. Codes, Permits, and Fees: Where the Contract Documents exceed minimum requirements, the Contract Documents take precedence. Where code conflicts occur, the most stringent shall apply. The most stringent condition shall be as interpreted by the Engineer. a. Comply with all requirements for permits, licenses, fees and Code. Permits, licenses, fees, inspections, and arrangements required for the Contractor at his expense shall obtain the Work, unless otherwise specified. b. Comply with the requirements of the applicable utility companies serving the Project. Make all arrangements with the utility companies for proper coordination of the Work. E. Shop Drawings: 1. See Division 01 for additional requirements. 2. Time Schedules for Submission and Ordering: The Contractor shall prepare, review and coordinate his schedule of submissions carefully, determining the necessary lead time for preparing, submitting, checking, ordering and delivery of materials and CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 00 10 - BASIC ELECTRICAL REQUIREMENTS CITY OF NEWPORT BEACH 2600 10-2 equipment for timely arrival. The Contractor shall be responsible for conformance with the overall construction schedule. 3. Submittals will be checked for general compliance with specifications only. The Contractor shall be responsible for deviations from the drawings or specifications and for errors or omissions of any sort in submittals. 4. Submit a complete list of materials and equipment proposed for the job, including manufacturers names and catalog numbers. 5. Shop drawings shall be submitted in completed groups of materials (i.e., lighting fixtures or switchgear). The Contractor shall add and sign the following paragraph on equipment and materials submitted for review. "It is hereby certified that the (equipment) (material) shown and marked in this submittal is that proposed to be incorporated into the project; is in compliance with the Contract Drawings and specifications and can be installed in the allocated spaces". Failure to add the above written statement for compliance will result in return of submittals without review. a. Bind catalog cuts, plate numbers, descriptive bulletins, and drawings, 11" x 17" (275 mm x 435 mm) or smaller, in sets with covers neatly showing titles. b. The Contractor shall verify dimensions of equipment and be satisfied as to Code compliance for fit prior to submitting shop drawings for approval. C. Where current limiting devices are specified, submit technical data to substantiate adequate protection of equipment cascaded downstream. Submittals shall not be reviewed unless supporting calculations and data are submitted therewith. d. Include complete catalog information such as construction, ratings, insulation systems, as applicable. e. For any material specified to meet UL or trade standards, furnish the manufacturers or vendor's certification that the material furnished for the work does in fact equal or exceed such specifications. f. Reference listings to the specifications' Sections and Article to which each is applicable. g. Equipment Floor Plans: After approval of material is secured prepare a floor plan of each electrical and communication equipment space, room or yard, drawn to scale at 1/2 -inch equals 1 foot and submit for approval in the same manner as for shop drawings. The layout drawings shall be exact scale. 6. Contractor shall prepare coordinated drawings when required by Division 01 or where noted otherwise. F. Interpretations: The Contractor through the Architect must make Requests for interpretations of drawings and specifications. Any such requests made by equipment manufacturers or suppliers will be referred to the Contractor. G. Standard of Quality 1. The contract Drawings and Specifications establish the "MINIMUM STANDARD OF QUALITY" each product and/or system must meet to be considered acceptable. Products of other manufactures will be considered if the product and/or system meet or CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 00 10 - BASIC ELECTRICAL REQUIREMENTS CITY OF NEWPORT BEACH 26 00 10-3 exceed the "MINIMUM STANDARD OF QUALITY" established by this Contract Document. 2. Items for similar application shall be of the same manufacturer. 3. The label of listing by UL shall appear on all materials and equipment for which standards have been established by the agency. 4. Where codes as listed in Section General Requirement Section of the Specifications that establish label or approved requirements, furnish all materials and equipment with either the required labels affixed or the necessary written approval. 5. Provide the type and quantity of electrical materials and equipment necessary to complete Work and all systems in operation, tested and ready for use. 6. Provide and install all incidental items that belong to the Work described and which are required for complete systems. 7. All switchboards, distribution boards, panel boards and circuit breakers shall be of the same manufacturer. 8. All wiring devices such as switches and receptacles shall be of the same manufacturer. H. Substitutions: Refer to Division 01 I. Submit comprehensive material list, shop drawings and complete technical data for the following equipment and materials: 1.General Requirements: a. Conduits b. Conductors include all selected insulation types. C. Disconnect switches and Starters. d. Pull boxes, manholes and handholes. e. Standard lighting fixtures, especially fabricated fixtures, ballasts and lamps, with samples and samples of standard finish available (where requested). f. Control devices, standard and special receptacles, switches, outlets, and finish device plates. g. Cabinets for signal and telephone system, special terminals, and cabinets. Include all cabinet dimensions. J. Utility Service: 1.Contractor shall verify the locations shown on the drawings and shall include extensions of lines to building service from locations which are acceptable to the Owner. 2.Verify electrical, civil, architectural, and structural, dimensional, and other requirements with the City. 3 -Should any major modifications to the work indicated be necessary to comply with the City requirements, notify the Architect. 4. Contractor shall contact the Engineer to establish pre -construction coordination. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 00 10 - BASIC ELECTRICAL REQUIREMENTS CITY OF NEWPORT BEACH 2600 10-4 K. Record Drawings: Refer to Division 01, Contract Closeout. L. Work Responsibilities: 1. The drawings indicate diagrammatically the desired locations or arrangement of conduit runs, outlets, junction boxes and equipment and are to be followed. Execute the work so as to secure the best possible installation in the available space and to overcome local difficulties due to space limitations. The Contractor is responsible for the correct placing of his work. Where conflicts occur in plans and/or specifications, the most stringent application shall apply and shall be part of the base bid. 2. Locations shown on architectural plan or on wall elevations shall take precedence over electrical plan locations, but where a major conflict is evident, notify the Architect. 3. In the event minor changes in the indicated locations or arrangement are necessary due to developed conditions in the building construction or rearrangement of furnishings or equipment or due to interference with other trades, such changes shall be made without extra cost. 4. All scaled and figured dimensions are approximate of typical equipment of the class indicated. Before proceeding with work carefully check and verify dimensions and sizes with the drawings to see that the furnished equipment will fit into the spaces provided without violation of applicable Codes. 5. Should any changes to the work indicated on the drawings or described in the specifications be necessary in order to comply with the above requirements, notify the Architect. 6. Contractor shall be responsible for coordination of coordinated drawings when required by the Architect. 7. Replace or repair, without additional compensation any work which does not comply with or which is installed in violation of any of these requirements. M. Installation General: For special requirements, refer to specific equipment under these requirements. 1. Locations of Openings: Locate chases, shafts and openings required for the installation of the electrical work during framing of the structure. Do any additional cutting and patching required? Cutting or drilling in any structural member is prohibited without approval of the Architect. Furnish all access panels to make all boxes, connections, and devices accessible as required by CEC. 2. Location of Sleeves: Where conduits pass through concrete walls, suspended slabs or metal deck floors, install sleeves of adequate size to permit installation of conduit. Sleeves shall be installed prior to pouring of concrete and shall have ends flush with the wall or extend 2 inches above floor surfaces. Verify locations. 3. Wherever conduit extends through roof, install flashings in accordance with drawings and details. 4. Contractor shall be responsible for cutting and patching which may be required for the proper installation of the electrical work. 5. Protect work, materials and equipment and provide adequate and proper storage facilities during the progress of the work. Provide for the safety and good condition of CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 00 10 - BASIC ELECTRICAL REQUIREMENTS CITY OF NEWPORT BEACH 2600 10-5 all work until final acceptance of the work. Replace all damaged or defective work, materials, and equipment before requesting final acceptance. 6. Conduit and Equipment to be Installed: Clean thoroughly to remove plaster, spattered paint, cement, and dirt on both exterior and interior. All underground conduits shall be mandrel led prior to pulling wire. 7. Conduit and Equipment to be Painted: Clean conduit exposed to view in completed structure by removing plaster and dirt. Remove grease, oil and similar material from conduit and equipment by wiping with clean rags and suitable solvents in preparation for paint. 8. Items with Factory Finish: Remove cement, plaster, grease, and oil, and leave surfaces, including cracks and corners, clean and polished. Touch up scratched or bare spots to match finish. 9. Site Cleaning: Remove from site all packing cartons, scrap materials and other rubbish at the end of each workday/ night before leaving the jobsite. Vacuum out all cabinets, switchgear and panels and junction boxes prior to pulling any conductors. 10. Electrical equipment and materials exposed to public and in finished areas shall be finish -painted after installation in accordance with the Painting Section. All exposed screw-type fasteners, exterior, or interior in restrooms, shall be vandal -resistant spanner type; include tool. N. Excavation, Cutting and Patching: O. Tests 1. Excavating, trenching, and backfilling required for the work of this Division in accordance with the applicable requirements of Division 2. Excavating and backfilling connected with electrical work, repaving cuts and providing and maintaining protective measures for the electrical work excavation required by the governing authorities having jurisdiction shall be performed as a part of the work of this Division. 2. Verify openings indicated on the drawings. Provide all cutting, patching and reinforcement of the construction of the building as required to install electrical work. 1. Equipment and systems for which the National Electrical Testing Association (NETA) has an approved or recommended procedure, shall be tested in accordance with that procedure. Test values shall equal values recommended by NETA. Copies of test reports shall be submitted as required under shop drawing submittals. 2. Resistance to ground tests shall be accomplished by a qualified independent testing firm to measure resistance to ground at grounding electrodes. Make tests before slabs or affected areas are poured in order that corrective measures, if required, may be taken. Submit a report showing the results of these measurements. If the resistances exceed values specified elsewhere or NETA test procedure recommendations, perform corrective measures required to reduce resistance to acceptable values. 3. Prior to energizing any motor, measure the service voltage for phase balance and report if unbalance exceeds 1 % from mean. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 00 10 - BASIC ELECTRICAL REQUIREMENTS CITY OF NEWPORT BEACH 2600 10-6 4. Measure the three-phase voltage at no load and at maximum load conditions and submit to the engineer a report showing the results of these measurements. 5. Upon completion of the work and adjustment of all equipment, conduct an operating test. Conduct the test in the presence of an authorized representative of the Owner's Representative. Demonstrate system and equipment to operate in accordance with requirements of the Contract Documents and to be free from electrical and mechanical defects. Provide systems free from short circuits and grounds and show an insulation resistance between phase conductors and ground not less than the requirements of the governing electric code. Test circuits for proper neutral connection. 6. Complete tests prior to final inspection of project, including corrective work based on the results of the tests. 7. Perform special tests on systems and equipment as specified herein using personnel qualified to perform such tests. P. Protection: Protect finish parts of the materials and equipment against damage during the progress of the work and until final completion and acceptance. Cover materials and equipment in storage and during construction in such a manner that no finished surfaces will be damaged or marred. Keep moving parts clean, dry, and lubricated. Q. Cleaning Up: 1. Upon completion of the work and at various time during the progress of the work, remove from the building all surplus materials, rubbish and debris resulting from the work of this Division. 2. Thoroughly clean switchgear including busses, apparatus, exposed conduit, metal work including the exterior and interior, and accessories for the work of this Division, of cement, plaster, and other deleterious materials; remove grease and oil spots with cleaning solvent; carefully wipe surfaces and scrape cracks and corners clean. 3. Thoroughly polish chromium or plated work. Remove dirt and stains from lighting fixtures. 4. Leave the entire installation in a clean condition at the end of each workday/night. R. Completion: 1. The work will not be reviewed for final acceptance until operating and maintenance data, manufacturer's literature, panel directories and nameplates specified herein have been approved and properly posted or installed and final cleaning of equipment and premises has been completed. 2. When the installation is complete and adjustments have been made, operate the system for a period of one week, during which time demonstrate that systems are completed and operating in conformance with the specifications. S. Operating and Maintenance Data: Submit complete and at one time, prior to acceptance of the installation, 4 copies of manufacturer's instructions for operation and maintenance of electrical equipment, including replacement parts lists. As specified in Division 01 T. Inspection and Acceptance Procedures: The Architect will submit observation reports periodically during the construction phase detailing Contract deficiencies. The Contractor is CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 00 10 - BASIC ELECTRICAL REQUIREMENTS CITY OF NEWPORT BEACH 2600 10-7 responsible for making corrections immediately. Notice of Completion of the project will not be made until all items have been corrected. U. Final Completion of Electrical Systems.- 1. ystems: 1. Prior to Final Completion of operating electrical systems, the Contractor shall: a. Provide materials of the type and quality specified and as necessary for proper operation, tested and ready for use. b. Furnish the required Operating and Maintenance Data/Manuals. c. Clean up of the project pertaining to this Division of the work. d. After installation has been completed and adjustments made, operate the system for a period of one week, during which time, demonstrate to the Architect that systems are complete and operating in conformance with Contract Documents. e. Conduct tests required and as specified in this Division and submit test reports and corrective actions taken. f. Submission of warranties and guarantees. 2. Final Completion of Work Shall be Contingent On: a. Contractor replacing defective materials and workmanship b. Upon completion of work and adjustments made, Contractor shall conduct an operating test for each system for approval at such time as Architect directs. Conduct test in presence of authorized representative of Architect and demonstrate that systems and equipment do operate in accordance with requirements of the Contract Documents and are free from electrical and mechanical defects. c. Contractor shall provide the necessary training programs and instructions to the Owner's representative. Number of hours shall be a minimum of four (4) hours for each system or days as required under separate Sections of these Specifications. Complete operation and maintenance manuals shall be provided at least two (2) weeks prior to training. d. Submit copies of manufacturer's instructions and maintenance of electrical equipment including replacement parts lists. Each set shall include one set of shop drawings of equipment installed. V. The Contractor at a time convenient to the Owner shall provide instruction to the Owner's operating personnel in the proper operation and maintenance of all equipment and systems. The instructors shall have received factory training and shall be thoroughly familiar with the equipment installed. The operating personnel shall receive the number of days instruction as indicated in other sections. 1.03 PROJECT RECORD DOCUMENTS A. Record Drawings: CAD: Use a computer aided drafting (CAD) system in the preparation of record drawings for this Project. Acceptable CAD systems shall be capable of producing files in AutoCAD Version 2004 compatible DWG or DXF format. Owner's consultant will furnish CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 00 10 - BASIC ELECTRICAL REQUIREMENTS CITY OF NEWPORT BEACH 2600 10-8 CAD backgrounds for use by the Contractor after construction is 85% complete except were prohibited by Contract. B. Record Set During the Work: At site, maintain at least one set of Drawings as a Field Record Set. Also maintain at least one copy of all Addenda, Modifications, approved submittals, correspondence, and transmittals at site. Keep Drawings and data in good order and readily available to Architect and Owner. C. Changes: Clearly and correctly mark Record Drawings to show changes made during the construction process at the time the changed work is installed. No such changes shall be made in the work unless authorized by the Architect. D. Final Record Drawings: Conform to Division 01 requirements. E. Preparation of Final Record Drawings: Contractor shall transfer recorded changes in the work indicated on the Field Record Set to the record set. Changes shall be neatly and clearly drawn and noted by skilled draftsmen and shown technically correct. F. Approval: Prior to Architect's inspection for Substantial Completion, submit the Final Record Drawings to the Architect for review, and make such revisions as may be necessary for Final Record Drawings to be a true, complete, and accurate record of the work. G. Manuals: Obtain data from the various manufacturers and submit instruction, operation, and maintenance manuals as required and to the extent required under other Sections. H. At all times when the work is in progress, maintain at the workplace, fabrication shop or Project Site as applies, a complete separate, clean, undamaged set of the latest stamped, actioned submittals. As work progresses, maintain records of "as installed" conditions on this set-in suitable ink or chemical fluid. Update the set daily. After successful completion of Project Site testing specified herein, and after completion of Punch List corrections, copy all records of "as installed" conditions on to originals. I. Quantity: 1. Review sets: As for Shop and Field Drawings. 2. Record set: Refer to Division 01. J. Content: All drawings required under "Field and Shop Drawings". Show "as installed" condition. Where room designations according to Project permanent signage differ from construction designations in the Contract Documents, show both designations. K. Warranty Certificates: Comply with Division 01. END OF SECTION CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 00 10 - BASIC ELECTRICAL REQUIREMENTS CITY OF NEWPORT BEACH 26 00 10-9 SECTION 26 05 19 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES PART 1GENERAL 1.01 SECTION INCLUDES A. Single conductor building wire. B. Wiring connectors. C. Electrical tape. D. Heat shrink tubing. E. Wire pulling lubricant. F. Cable ties. 1.02 RELATED REQUIREMENTS A. Section 260553 - Identification requirements. 1.03 ADMINISTRATIVE REQUIREMENTS A. Coordination: for Electrical Systems: Identification products and 1. Coordinate sizes of raceways, boxes, and equipment enclosures installed under other sections with the actual conductors to be installed, including adjustments for conductor sizes increased for voltage drop. 2. Coordinate with electrical equipment installed under other sections to provide terminations suitable for use with the conductors to be installed. 3. Notify Architect of any conflicts with or deviations from Contract Documents. Obtain direction before proceeding with work. 1.04 SUBMITTALS A. Product Data: Provide manufacturer's standard catalog pages and data sheets for conductors and cables, including detailed information on materials, construction, ratings, listings, and available sizes, configurations, and stranding. B. Project Record Documents: Record actual installed circuiting arrangements. Record actual routing for underground circuits. 1.05 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience. 1.06 DELIVERY, STORAGE, AND HANDLING A. Receive, inspect, handle, and store conductors and cables in accordance with manufacturer's instructions. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 05 19 - BASIC ELECTRICAL REQUIREMENTS CITY OF NEWPORT BEACH 26 05 19-1 PART 2 PRODUCTS 2.01 CONDUCTOR AND CABLE APPLICATIONS A. Do not use conductors and cables for applications other than as permitted by NFPA 70 and product listing. B. Provide single conductor building wire installed in suitable raceway unless otherwise indicated, permitted, or required. C. Nonmetallic -sheathed cable is not permitted. D. Underground feeder and branch -circuit cable is not permitted. E. Service entrance cable is not permitted. F. Armored cable is not permitted. G. Metal -clad cable is not permitted. 2.02 CONDUCTOR AND CABLE GENERAL REQUIREMENTS A. Provide products that comply with requirements of NFPA 70. B. Provide products listed, classified, and labeled as suitable for the purpose intended. C. Provide new conductors and cables manufactured not more than one year prior to installation. D. Unless specifically indicated to be excluded, provide all required conduit, boxes, wiring, connectors, etc. as required for a complete operating system. E. Comply with NEMA WC 70. F. Thermoplastic -Insulated Conductors and Cables: Listed and labeled as complying with UL 83. G. Thermoset -Insulated Conductors and Cables: Listed and labeled as complying with UL 44. H. Conductor Material: 1. Provide copper conductors only. Aluminum conductors are not acceptable for this project. Conductor sizes indicated are based on copper. 2. Copper Conductors: Soft drawn annealed, 98 percent conductivity, uncoated copper conductors complying with ASTM B3, ASTM B8, or ASTM B787/B787M unless otherwise indicated. 3. Tinned Copper Conductors: Comply with ASTM B33. I. Minimum Conductor Size.- 1. ize: 1. Branch Circuits: 12 AWG. a. Exceptions: 1) 20 A, 120 V circuits longer than 75 feet: 10 AWG, for voltage drop. 2) 20 A, 120 V circuits longer than 150 feet: 8 AWG, for voltage drop. 3) 20 A, 277 V circuits longer than 150 feet: 10 AWG, for voltage drop. 2. Control Circuits: 14 AWG. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 05 19 - BASIC ELECTRICAL REQUIREMENTS CITY OF NEWPORT BEACH 26 05 19-2 J. Conductor Color Coding: 1. Color code conductors as indicated unless otherwise required by the authority having jurisdiction. Maintain consistent color coding throughout project. 2. Color Coding Method: Integrally colored insulation. a. Conductor's size 4 AWG and larger may have black insulation color coded using vinyl color coding electrical tape. 3. Color Code: a. 480Y/277 V, 3 Phase, 4 Wire System: 1) Phase A: Brown. 2) Phase B: Orange. 3) Phase C: Yellow. 4) Neutral/Grounded: Gray. b. 208Y/120 V, 3 Phase, 4 Wire System: 1) Phase A: Black. 2) Phase B: Red. 3) Phase C: Blue. 4) Neutral/Grounded: White. c. Equipment Ground, All Systems: Green. 2.03 SINGLE CONDUCTOR BUILDING WIRE A. Manufacturers: 1. Copper Building Wire: a. Cerro Wire LLC: www.cerrowire.com/#sle. b. Encore Wire Corporation: www.encorewire.com/#sle. c. Southwire Company: www.southwire.com/#sle. d. Rome Wire and Cable. e. Okonite Wire f. Pirelli Wire and Cable g. Carol Cable B. Description: Single conductor insulated wire. C. Conductor Stranding: 1. Feeders and Branch Circuits: a. Size 10 AWG and Smaller: Solid. b. Size 8 AWG and Larger: Stranded. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 05 19 - BASIC ELECTRICAL REQUIREMENTS CITY OF NEWPORT BEACH 2605 19-3 D. Insulation Voltage Rating: 600 V. E. Insulation: 1. Copper Building Wire: Type THHN/THWN or THHN/THWN-2, except as indicated below. a. Size 4 AWG and Larger: Type XHHW-2. b. Installed Underground: Type XHHW-2. 2.04 WIRING CONNECTORS A. Description: Wiring connectors appropriate for the application, suitable for use with the conductors to be connected, and listed as complying with UL 486A-4868 or UL 486C as applicable. B. Wiring Connectors for Splices and Taps: 1. Copper Conductors Size 8 AWG and Smaller: Use twist -on insulated spring connectors. 2. Copper Conductors Size 6 AWG and Larger: Use mechanical connectors or compression connectors. C. Wiring Connectors for Terminations: 1. Provide terminal lugs for connecting conductors to equipment furnished with terminations designed for terminal lugs. 2. Provide compression adapters for connecting conductors to equipment furnished with mechanical lugs when only compression connectors are specified. 3. Where over -sized conductors are larger than the equipment terminations can accommodate, provide connectors suitable for reducing to appropriate size, but not less than required for the rating of the overcurrent protective device. 4. Copper Conductors Size 8 AWG and Larger: Use mechanical connectors or compression connectors where connectors are required. D. Do not use insulation -piercing or insulation -displacement connectors designed for use with conductors without stripping insulation. E. Do not use push -in wire connectors as a substitute for twist -on insulated spring connectors. F. Twist -on Insulated Spring Connectors: Rated 600 V, 221 degrees F for standard applications and 302 degrees F for high temperature applications; pre -filled with sealant and listed as complying with UL 486D for damp and wet locations. G. Mechanical Connectors: Provide bolted type or set -screw type. H. Compression Connectors: Provide circumferential type or hex type crimp configuration. 2.05 WIRING ACCESSORIES A. Electrical Tape: 1. Vinyl Color Coding Electrical Tape: Integrally colored to match color code indicated; listed as complying with UL 510; minimum thickness of 7 mil; resistant to abrasion, CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 05 19 - BASIC ELECTRICAL REQUIREMENTS CITY OF NEWPORT BEACH 2605 19-4 corrosion, and sunlight; suitable for continuous temperature environment up to 221 degrees F. 2. Vinyl Insulating Electrical Tape: Complying with ASTM D3005 and listed as complying with UL 510; minimum thickness of 7 mil; resistant to abrasion, corrosion, and sunlight; conformable for application down to 0 degrees F and suitable for continuous temperature environment up to 221 degrees F. 3. Rubber Splicing Electrical Tape: Ethylene Propylene Rubber (EPR) tape, complying with ASTM D4388; minimum thickness of 30 mil; suitable for continuous temperature environment up to 194 degrees F and short-term 266 degrees F overload service. 4. Electrical Filler Tape: Rubber -based insulating moldable putty, minimum thickness of 125 mil; suitable for continuous temperature environment up to 176 degrees F. 5. Moisture Sealing Electrical Tape: Insulating mastic compound laminated to flexible, all-weather vinyl backing; minimum thickness of 90 mil. B. Heat Shrink Tubing: Heavy -wall, split -resistant, with factory -applied adhesive; rated 600 V; suitable for direct burial applications; listed as complying with UL 486D. C. Wire Pulling Lubricant: Listed; suitable for use with the conductors or cables to be installed and suitable for use at the installation temperature. D. Cable Ties: Material and tensile strength rating suitable for application. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that interior of building has been protected from weather. B. Verify that work likely to damage wire and cable has been completed. C. Verify that raceways, boxes, and equipment enclosures are installed and are properly sized to accommodate conductors and cables in accordance with NFPA 70. D. Verify that field measurements are as indicated. E. Verify that conditions are satisfactory for installation prior to starting work. 3.02 PREPARATION A. Clean raceways thoroughly to remove foreign materials before installing conductors and cables. 3.03 INSTALLATION A. Circuiting Requirements: 1. Unless dimensioned, circuit routing indicated is diagrammatic. 2. When circuit destination is indicated without specific routing, determine exact routing required. 3. Arrange circuiting to eliminate splices. 4. Include circuit lengths required to install connected devices within 10 ft of location indicated. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 05 19 - BASIC ELECTRICAL REQUIREMENTS CITY OF NEWPORT BEACH 26 05 19-5 5. Circuiting Adjustments: Unless otherwise indicated, when branch circuits are indicated as separate, combining them together in a single raceway is not permitted. 6. Common Neutrals: Unless otherwise indicated, sharing of neutral/grounded conductors among single phase branch circuits of different phases installed in the same raceway is not permitted. Provide dedicated neutral/grounded conductor for each individual branch circuit. B. Install products in accordance with manufacturer's instructions. C. Perform work in accordance with NECA 1 (general workmanship). D. Installation in Raceway: 1. Tape ends of conductors and cables to prevent infiltration of moisture and other contaminants. 2. Pull all conductors and cables together into raceway at same time. 3. Do not damage conductors and cables or exceed manufacturer's recommended maximum pulling tension and sidewall pressure. 4. Use suitable wire pulling lubricant where necessary, except when lubricant is not recommended by the manufacturer. E. Paralleled Conductors: Install conductors of the same length and terminate in the same manner. F. Secure and support conductors and cables in accordance with NFPA 70 using suitable supports and methods approved by the authority having jurisdiction. Provide independent support from building structure. Do not provide support from raceways, piping, ductwork, or other systems. 1. Installation Above Suspended Ceilings: Do not provide support from ceiling support system. Do not provide support from ceiling grid or allow conductors and cables to lay on ceiling tiles. 2. Installation in Vertical Raceways: Provide supports where vertical rise exceeds permissible limits. G. Install conductors with a minimum of 12 inches of slack at each outlet. H. Where conductors are installed in enclosures for future termination by others, provide a minimum of 5 feet of slack. I. Neatly train and bundle conductors inside boxes, wireways, panelboards and other equipment enclosures. J. Group or otherwise identify neutral/grounded conductors with associated ungrounded conductors inside enclosures in accordance with NFPA 70. K. Make wiring connections using specified wiring connectors. 1. Make splices and taps only in accessible boxes. Do not pull splices into raceways or make splices in conduit bodies or wiring gutters. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 05 19 - BASIC ELECTRICAL REQUIREMENTS CITY OF NEWPORT BEACH 26 05 19-6 2. Remove appropriate amount of conductor insulation for making connections without cutting, nicking, or damaging conductors. 3. Do not remove conductor strands to facilitate insertion into connector. 4. Clean contact surfaces on conductors and connectors to suitable remove corrosion, oxides, and other contaminates. Do not use wire brush on plated connector surfaces. 5. Mechanical Connectors: Secure connections according to manufacturer's recommended torque settings. 6. Compression Connectors: Secure connections using manufacturer's recommended tools and dies. L. Insulate splices and taps that are made with uninsulated connectors using methods suitable for the application, with insulation and mechanical strength at least equivalent to unspliced conductors. 1. Dry Locations: Use insulating covers specifically designed for the connectors, electrical tape or heat shrink tubing. a. For taped connections, first apply adequate amount of rubber splicing electrical tape or electrical filler tape, followed by outer covering of vinyl insulating electrical tape. 2. Damp Locations: Use insulating covers specifically designed for the connectors, electrical tape or heat shrink tubing. a. For connections with insulating covers, apply outer covering of moisture sealing electrical tape. b. For taped connections, follow same procedure as for dry locations but apply outer covering of moisture sealing electrical tape. 3. Wet Locations: Use heat shrink tubing. M. Insulate ends of spare conductors using vinyl insulating electrical tape. N. Field -Applied Color Coding: Where vinyl color coding electrical tape is used in lieu of integrally colored insulation as permitted in Part 2 under "Color Coding", apply half overlapping turns of tape at each termination and at each location conductors are accessible. O. Identify conductors and cables in accordance with Section 260553. P. Install firestopping to preserve fire resistance rating of partitions and other elements, using materials and methods specified in Section Firestopping. Q. Unless specifically indicated to be excluded, provide final connections to all equipment and devices, including those furnished by others, as required for a complete operating system. 3.04 FIELD QUALITY CONTROL A. Inspect and test in accordance with NETA ATS, except Section 4 CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 05 19 - BASIC ELECTRICAL REQUIREMENTS CITY OF NEWPORT BEACH 2605 19-7 B. Perform inspections and tests listed in NETA ATS, Section 7.3.2. The insulation resistance test is required for all conductors. The resistance test for parallel conductors listed as optional is not required. C. Correct deficiencies and replace damaged or defective conductors and cables. END OF SECTION CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 05 19 - BASIC ELECTRICAL REOUIRFMFNTC CITY OF NEWPORT BEACH 2605 19-8 SECTION 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS PART 1GENERAL 1.01 SECTION INCLUDES A. Grounding and bonding requirements. B. Conductors for grounding and bonding. C. Connectors for grounding and bonding. 1.02 REFERENCE STANDARDS A. IEEE 81 - IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Grounding System 2012. B. NECA 1 - Standard for Good Workmanship in Electrical Construction 2015. C. NETA ATS - Acceptance Testing Specifications for Electrical Power Equipment and Systems 2017. D. NFPA 70 - National Electrical Code Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. E. UL 467 - Grounding and Bonding Equipment Current Edition, Including All Revisions. 1.03 ADMINISTRATIVE REQUIREMENTS A. Coordination: 1. Verify exact locations of underground metal water service pipe entrances to building. 2. Coordinate the work with other trades to provide steel reinforcement complying with specified requirements for concrete -encased electrode. 3. Notify Architect of any conflicts with or deviations from Contract Documents. Obtain direction before proceeding with work. 1.04 SUBMITTALS A. Product Data: Provide manufacturer's standard catalog pages and data sheets for grounding and bonding system components. B. Field quality control test reports. C. Project Record Documents: Record actual locations of grounding electrode system components and connections. 1.05 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 05 26 -GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS CITY OF NEWPORT BEACH 26 05 26-1 C. Product Listing Organization Qualifications: An organization recognized by OSHA as a Nationally Recognized Testing Laboratory (NRTL) and acceptable to authorities having jurisdiction. 1.06 DELIVERY, STORAGE, AND HANDLING A. Receive, inspect, handle, and store products in accordance with manufacturer's instructions. PART 2 PRODUCTS 2.01 GROUNDING AND BONDING REQUIREMENTS A. Do not use products for applications other than as permitted by NFPA 70 and product listing. B. Unless specifically indicated to be excluded, provide all required components, conductors, connectors, conduit, boxes, fittings, supports, accessories, etc. as necessary for a complete grounding and bonding system. C. Where conductor size is not indicated, size to comply with NFPA 70 but not less than applicable minimum size requirements specified. D. Grounding System Resistance: 1. Achieve specified grounding system resistance under normally dry conditions unless otherwise approved by Architect. Precipitation within the previous 48 hours does not constitute normally dry conditions. 2. Grounding Electrode System: Not greater than 25 ohms to ground, when tested according to IEEE 81 using "fall -of -potential" method. E. Grounding Electrode System: 1. Provide connection to required and supplemental grounding electrodes indicated to form grounding electrode system. a. Provide continuous grounding electrode conductors without splice or joint. b. Install grounding electrode conductors in raceway where exposed to physical damage. Bond grounding electrode conductor to metallic raceways at each end with bonding jumper. 2. Metal Underground Water Pipe(s): a. Provide connection to underground metal domestic and fire protection (where present) water service pipe(s) that are in direct contact with earth for at least 10 feet at an accessible location not more than 5 feet from the point of entrance to the building. b. Provide bonding jumper(s) around insulating joints/pipes as required to make pipe electrically continuous. C. Provide bonding jumper around water meter of sufficient length to permit removal of meter without disconnecting jumper. 3. Metal In -Ground Support Structure.- CENTRAL tructure: CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 05 26 -GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS CITY OF NEWPORT BEACH 26 05 26-2 a. Provide connection to metal in -ground support structure that is in direct contact with earth in accordance with NFPA 70. 4. Concrete -Encased Electrode: a. Provide connection to concrete -encased electrode consisting of not less than 20 feet of either steel reinforcing bars or bare copper conductor not smaller than 4 AWG embedded within concrete foundation or footing that is in direct contact with earth in accordance with NFPA 70. 5. Provide additional ground electrode(s) as required to achieve specified grounding electrode system resistance. F. Bonding and Equipment Grounding: 1. Provide bonding for equipment grounding conductors, equipment ground busses, metallic equipment enclosures, metallic raceways and boxes, device grounding terminals, and other normally non -current -carrying conductive materials enclosing electrical conductors/equipment or likely to become energized as indicated and in accordance with NFPA 70. 2. Provide insulated equipment grounding conductor in each feeder and branch circuit raceway. Do not use raceways as sole equipment grounding conductor. 3. Where circuit conductor sizes are increased for voltage drop, increase size of equipment grounding conductor proportionally in accordance with NFPA 70. 4. Unless otherwise indicated, connect wiring device grounding terminal to branch circuit equipment grounding conductor and to outlet box with bonding jumper. 5. Terminate branch circuit equipment grounding conductors on solidly bonded equipment ground bus only. Do not terminate on neutral (grounded) or isolated/insulated ground bus. 6. Provide bonding jumper across expansion or expansion/deflection fittings provided to accommodate conduit movement. 2.02 GROUNDING AND BONDING COMPONENTS A. General Requirements: 1. Provide products listed, classified, and labeled as suitable for the purpose intended. 2. Provide products listed and labeled as complying with UL 467 where applicable. B. Conductors for Grounding and Bonding, in Addition to Requirements of Section 260526: 1. Use insulated copper conductors unless otherwise indicated. a. Exceptions: 1) Use bare copper conductors where installed underground in direct contact with earth. 2) Use bare copper conductors where directly encased in concrete (not in raceway). CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 05 26 -GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS CITY OF NEWPORT BEACH 26 05 26-3 C. Connectors for Grounding and Bonding: 1. Description: Connectors appropriate for the application and suitable for the conductors and items to be connected; listed and labeled as complying with UL 467. 2. Unless otherwise indicated, use exothermic welded connections for underground, concealed and other inaccessible connections. 3. Unless otherwise indicated, use mechanical connectors, compression connectors or exothermic welded connections for accessible connections. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that work likely to damage grounding and bonding system components has been completed. B. Verify that field measurements are as indicated. C. Verify that conditions are satisfactory for installation prior to starting work. 3.02 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Perform work in accordance with NECA 1 (general workmanship). C. Make grounding and bonding connections using specified connectors. 1. Remove appropriate amount of conductor insulation for making connections without cutting, nicking, or damaging conductors. Do not remove conductor strands to facilitate insertion into connector. 2. Remove nonconductive paint, enamel, or similar coating at threads, contact points, and contact surfaces. 3. Exothermic Welds: Make connections using molds and weld material suitable for the items to be connected in accordance with manufacturer's recommendations. 4. Mechanical Connectors: Secure connections according to manufacturer's recommended torque settings. 5. Compression Connectors: Secure connections using manufacturer's recommended tools and dies. D. Identify grounding and bonding system components in accordance with Section 260553. 3.03 FIELD QUALITY CONTROL A. Inspect and test in accordance with NETA ATS except Section 4. B. Perform inspections and tests listed in NETA ATS, Section 7.13. C. Perform ground electrode resistance tests under normally dry conditions. Precipitation within the previous 48 hours does not constitute normally dry conditions. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 05 26 -GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS CITY OF NEWPORT BEACH 2605264 D. Investigate and correct deficiencies where measured ground resistances do not comply with specified requirements. END OF SECTION CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 05 26 -GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS CITY OF NEWPORT BEACH 26 05 26-5 SECTION 26 05 29 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS PART 1GENERAL 1.01 SECTION INCLUDES A. Support and attachment requirements and components for equipment, conduit, cable, boxes, and other electrical work. 1.02 REFERENCE STANDARDS A. ASTM Al23/A123M - Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products 2017. B. ASTM Al 53/A153M - Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware 2016a. C. ASTM B633 - Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel 2015. D. MFMA-4 - Metal Framing Standards Publication 2004. E. NECA 1 - Standard for Good Workmanship in Electrical Construction 2015. F. NFPA 70 - National Electrical Code Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. 1.03 ADMINISTRATIVE REQUIREMENTS A. Coordination: 1. Coordinate sizes and arrangement of supports and bases with the actual equipment and components to be installed. 2. Coordinate the work with other trades to provide additional framing and materials required for installation. 3. Coordinate compatibility of support and attachment components with mounting surfaces at the installed locations. 4. Coordinate the arrangement of supports with ductwork, piping, equipment, and other potential conflicts installed under other sections or by others. 5. Notify Architect of any conflicts with or deviations from Contract Documents. Obtain direction before proceeding with work. B. Sequencing. - 1 - equencing: 1. Do not install products on or provide attachment to concrete surfaces until concrete has fully cured in accordance with Section 033000. 1.04 SUBMITTALS CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 05 29- HANGARS AND SUPPORTS FOR ELECTRICAL SYSTEMS CITY OF NEWPORT BEACH 26 05 29-1 A. Product Data: Provide manufacturer's standard catalog pages and data sheets for channel (strut) framing systems, non -penetrating rooftop supports and post -installed concrete and masonry anchors. B. Shop Drawings: Include details for fabricated hangers and supports where materials or methods other than those indicated are proposed for substitution. 1.05 QUALITY ASSURANCE A. Comply with NFPA 70. B. Comply with applicable building code. 1.06 DELIVERY, STORAGE, AND HANDLING A. Receive, inspect, handle, and store products in accordance with manufacturer's instructions. PART 2 PRODUCTS 2.01 SUPPORT AND ATTACHMENT COMPONENTS A. General Requirements: 1. Provide all required hangers, supports, anchors, fasteners, fittings, accessories, and hardware as necessary for the complete installation of electrical work. 2. Provide products listed, classified, and labeled as suitable for the purpose intended, where applicable. 3. Where support and attachment component types and sizes are not indicated, select in accordance with manufacturer's application criteria as required for the load to be supported with a minimum safety factor of 5 times the applied force. Include consideration for vibration, equipment operation, and shock loads where applicable. 4. Do not use products for applications other than as permitted by NFPA 70 and product listing. 5. Do not use wire, chain, perforated pipe strap or wood for permanent supports unless specifically indicated or permitted. 6. Steel Components: Use corrosion resistant materials suitable for the environment where installed. a. Indoor Dry Locations: Use zinc -plated steel or approved equivalent unless otherwise indicated. b. Outdoor and Damp or Wet Indoor Locations: Use galvanized steel, stainless steel or approved equivalent unless otherwise indicated. c. Zinc -Plated Steel: Electroplated in accordance with ASTM 13633. d. Galvanized Steel: Hot dip galvanized after fabrication in accordance with ASTM Al23/A123M or ASTM All 53/A153M. B. Conduit and Cable Supports: Straps, clamps, etc. suitable for the conduit or cable to be supported. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 05 29- HANGARS AND SUPPORTS FOR ELECTRICAL SYSTEMS CITY OF NEWPORT BEACH 26 05 29-2 1. Conduit Straps: One -hole or two -hole type; steel or malleable iron. 2. Conduit Clamps: Bolted type unless otherwise indicated. C. Outlet Box Supports: Hangers, brackets, etc. suitable for the boxes to be supported. D. Metal Channel (Strut) Framing Systems: Factory -fabricated continuous -slot metal channel (strut) and associated fittings, accessories, and hardware required for field -assembly of supports. 1. Comply with MFMA-4 2. Channel Material: a. Indoor Dry Locations: Use painted steel, zinc -plated steel, or galvanized steel. b. Outdoor and Damp or Wet Indoor Locations: Use galvanized steel. E. Hanger Rods: Threaded zinc -plated steel unless otherwise indicated. F. Anchors and Fasteners: 1. Unless otherwise indicated and where not otherwise restricted, use the anchor and fastener types indicated for the specified applications. 2. New Concrete: Use preset concrete inserts. 3. Existing Concrete: Use expansion anchors. 4. Solid or Grout -Filled Masonry: Use expansion anchors. 5. Hollow Masonry: Use toggle bolts. 6. Hollow Stud Walls: Use toggle bolts. 7. Steel: Use welded threaded studs complying with AWS D1.1/D1.1 M with lock washers and nuts or Beam clamps (MSS Type 19 21 23 25 or 27) complying with MSS SP -69. 8. Wood: Fasten with lag screws or through bolts. 9. Items Mounted on Hollow Walls and Nonstructural Building Surfaces: Mount cabinets, panelboards, disconnect switches, control enclosures, pull and junction boxes, transformers, and other devices on slotted -channel racks attached to substrate by means that meet seismic -restraint strength and anchorage requirements. 10. Preset Concrete Inserts: Continuous metal channel (strut) and spot inserts specifically designed to be cast in concrete ceilings, walls, and floors. a. Comply with MFMA-4 b. Channel Material: Use galvanized steel. c. Manufacturer: Same as manufacturer of metal channel (strut) framing system. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that field measurements are as indicated. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 05 29- HANGARS AND SUPPORTS FOR ELECTRICAL SYSTEMS CITY OF NEWPORT BEACH 26 05 29-3 B. Verify that mounting surfaces are ready to receive support and attachment components. C. Verify that conditions are satisfactory for installation prior to starting work. 3.02 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Perform work in accordance with NECA 1 (general workmanship). C. Provide independent support from building structure. Do not provide support from piping, ductwork, or other systems. D. Unless specifically indicated or approved by Architect, do not provide support from suspended ceiling support system or ceiling grid. E. Unless specifically indicated or approved by Architect, do not provide support from roof deck. F. Do not penetrate or otherwise notch or cut structural members without approval of Structural Engineer. G. Equipment Support and Attachment: 1. Use metal fabricated supports or supports assembled from metal channel (strut) to support equipment as required. 2. Use metal channel (strut) secured to studs to support equipment surface -mounted on hollow stud walls when wall strength is not sufficient to resist pull-out. 3. Use metal channel (strut) to support surface -mounted equipment in wet or damp locations to provide space between equipment and mounting surface. 4. Securely fasten floor -mounted equipment. Do not install equipment such that it relies on its own weight for support. H. Preset Concrete Inserts: Use manufacturer provided closure strips to inhibit concrete seepage during concrete pour. I. Secure fasteners according to manufacturer's recommended torque settings. J. Remove temporary supports. 3.03 FIELD QUALITY CONTROL A. Inspect support and attachment components for damage and defects. B. Repair cuts and abrasions in galvanized finishes using zinc -rich paint recommended by manufacturer. Replace components that exhibit signs of corrosion. C. Correct deficiencies and replace damaged or defective support and attachment components. END OF SECTION CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 05 29- HANGARS AND SUPPORTS FOR ELECTRICAL SYSTEMS CITY OF NEWPORT BEACH 26 05 29-4 SECTION 26 05 33.13 CONDUIT FOR ELECTRICAL SYSTEMS PART 1GENERAL 1.01 SECTION INCLUDES A. Galvanized steel rigid metal conduit (RMC). B. PVC -coated galvanized steel rigid metal conduit (RMC). C. Flexible metal conduit (FMC). D. Liquid tight flexible metal conduit (LFMC). E. Electrical metallic tubing (EMT). F. Rigid polyvinyl chloride (PVC) conduit. G. Conduit fittings. H. Accessories. 1.02 REFERENCE STANDARDS A. ANSI C80.1 - American National Standard for Electrical Rigid Steel Conduit (ERSC) 2015. B. ANSI C80.3 - American National Standard for Electrical Metallic Tubing -- Steel (EMT -S) 2015. C. NECA 1 - Standard for Good Workmanship in Electrical Construction 2015. D. NECA 101 - Standard for Installing Steel Conduits (Rigid, IMC, EMT) 2013. E. NECA 111 - Standard for Installing Nonmetallic Raceways (RNC, ENT, LFNC) 2003. F. NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit, Electrical Metallic Tubing, and Cable 2014. G. NEMA RN 1 - Polyvinyl -Chloride (PVC) Externally Coated Galvanized Rigid Steel Conduit and Intermediate Metal Conduit 2018. H. NEMA TC 2 - Electrical Polyvinyl Chloride (PVC) Conduit 2013. I. NEMA TC 3 - Polyvinyl Chloride (PVC) Fittings for Use with Rigid PVC Conduit and Tubing 2016. J. NFPA 70 - National Electrical Code Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. K. UL 1 - Flexible Metal Conduit Current Edition, Including All Revisions. L. UL 6 - Electrical Rigid Metal Conduit -Steel Current Edition, Including All Revisions. M. UL 360 - Liquid -Tight Flexible Steel Conduit Current Edition, Including All Revisions. N. UL 514B - Conduit, Tubing, and Cable Fittings Current Edition, Including All Revisions. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 05 33.13 — Conduit for Electrical Systems CITY OF NEWPORT BEACH 26 05 33.13-1 O. UL 651 - Schedule 40, 80, Type EB and A Rigid PVC Conduit and Fittings Current Edition, Including All Revisions. P. UL 797 - Electrical Metallic Tubing -Steel Current Edition, Including All Revisions. 1.03 ADMINISTRATIVE REQUIREMENTS A. Coordination: 1. Coordinate minimum sizes of conduits with the actual conductors to be installed, including adjustments for conductor sizes increased for voltage drop. 2. Coordinate the arrangement of conduits with structural members, ductwork, piping, equipment, and other potential conflicts installed under other sections or by others. 3. Verify exact conduit termination locations required for boxes, enclosures, and equipment installed under other sections or by others. 4. Coordinate the work with other trades. 5. Notify Architect of any conflicts with or deviations from Contract Documents. Obtain direction before proceeding with work. B. Sequencing: 1. Do not begin installation of conductors and cables until installation of conduit is complete between outlet, junction. 1.04 SUBMITTALS A. Product Data: Provide manufacturer's standard catalog pages and data sheets for conduits and fittings. B. Project Record Documents: Record actual routing for conduits installed underground and conduits 2 -inch (53 mm) trade size and larger. 1.05 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Product Listing Organization Qualifications: An organization recognized by OSHA as a Nationally Recognized Testing Laboratory (NRTL) and acceptable to authorities having jurisdiction. PART 2 PRODUCTS 2.01 CONDUIT APPLICATIONS A. Do not use conduit and associated fittings for applications other than as permitted by NFPA 70 and product listing. B. Unless otherwise indicated and where not otherwise restricted, use the conduit types indicated for the specified applications. Where more than one listed application applies, comply with the most restrictive requirements. Where conduit type for a particular application is not specified, use galvanized steel rigid metal conduit. C. Underground: CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 05 33.13 — Conduit for Electrical Svstems CITY OF NEWPORT BEACH 26 05 33.13-2 1. Under Slab on Grade: Use rigid PVC conduit. 2. Exterior, Direct Buried: Use rigid PVC conduit. 3. Where rigid polyvinyl (PVC) conduit is provided, transition to galvanized steel rigid metal conduit where emerging from underground. 4. Where rigid polyvinyl (PVC) conduit larger than 2 -inch (53 mm) trade size is provided, use PVC -coated galvanized steel rigid metal conduit elbows for bends. 5. Where steel conduit is installed in direct contact with earth where soil has a resistivity of less than 2000 ohm -centimeters or is characterized as severely corrosive based on soils report or local experience, use corrosion protection tape to provide supplementary corrosion protection or use PVC -coated galvanized steel rigid metal conduit. 6. Where steel conduit emerges from concrete into soil, use corrosion protection tape to provide supplementary corrosion protection for a minimum of 4 inches on either side of where conduit emerges or use PVC -coated galvanized steel rigid metal conduit. D. Concealed Within Masonry Walls: Use galvanized steel rigid metal conduit or electrical metallic tubing (EMT). E. Concealed Within Hollow Stud Walls: Use electrical metallic tubing (EMT). F. Concealed Above Accessible Ceilings: Use electrical metallic tubing (EMT). G. Interior, Damp or Wet Locations: Use galvanized steel rigid metal conduit. H. Exposed, Interior, Not Subject to Physical Damage: Use galvanized steel rigid metal conduit or electrical metallic tubing (EMT). I. Exposed, Interior, Subject to Physical Damage: Use galvanized steel rigid metal conduit. Locations subject to physical damage include, but are not limited to: a. Where exposed below 8 feet, except within electrical and communication rooms or closets. J. Exposed, Exterior: Use galvanized steel rigid metal conduit. K. Concealed, Exterior, Not Embedded in Concrete or in Contact with Earth: Use galvanized steel rigid metal conduit. L. Connections to Luminaires Above Accessible Ceilings: Use flexible metal conduit. 1. Maximum Length: 6 feet. M. Fished in Existing Walls, Where Necessary: Use flexible metal conduit. 2.02 CONDUIT REQUIREMENTS A. Provide all conduit, fittings, supports, and accessories required for a complete raceway system. B. Provide products listed, classified, and labeled as suitable for the purpose intended. C. Minimum Conduit Size, Unless Otherwise Indicated: CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 05 33.13 — Conduit for Electrical Svstems CITY OF NEWPORT BEACH 26 05 33.13-3 1. Branch Circuits: 3/4 -inch (21 mm) trade size. 2. Branch Circuit Homeruns: 3/4 -inch (21 mm) trade size. 3. Control Circuits: 1/2 -inch (16 mm) trade size. 4. Flexible Connections to Luminaires: 3/8 -inch (12 mm) trade size. 5. Underground, Exterior: 1 inch (27 mm) trade size. D. Where conduit size is not indicated, size to comply with NFPA 70 but not less than applicable minimum size requirements specified. 2.03 GALVANIZED STEEL RIGID METAL CONDUIT (RMC) A. Description: NFPA 70, Type RMC galvanized steel rigid metal conduit complying with ANSI C80.1 and listed and labeled as complying with UL 6. B. Fittings: 1. Non -Hazardous Locations: Use fittings complying with NEMA FB 1 and listed and labeled as complying with UL 5148. 2. Material: Use steel or malleable iron. 3. Connectors and Couplings: Use threaded type fittings only. Threadless set screw and compression (gland) type fittings are not permitted. 2.04 PVC -COATED GALVANIZED STEEL RIGID METAL CONDUIT (RMC) A. Description: NFPA 70, Type RMC galvanized steel rigid metal conduit with external polyvinyl chloride (PVC) coating complying with NEMA RN 1 and listed and labeled as complying with UL 6. B. Exterior Coating: Polyvinyl chloride (PVC), nominal thickness of 40 mil. C. PVC -Coated Fittings: 1. Manufacturer: Same as manufacturer of PVC -coated conduit to be installed. 2. Non -Hazardous Locations: Use fittings listed and labeled as complying with UL 514B. 3. Material: Use steel or malleable iron. 4. Exterior Coating: Polyvinyl chloride (PVC), minimum thickness of 40 mil. D. PVC -Coated Supports: Furnish with exterior coating of polyvinyl chloride (PVC), minimum thickness of 15 mil. 2.05 FLEXIBLE METAL CONDUIT (FMC) A. Description: NFPA 70, Type FMC standard wall steel flexible metal conduit listed and labeled as complying with UL 1, and listed for use in classified firestop systems to be used. B. Fittings: 1. Description: Fittings complying with NEMA FB 1 and listed and labeled as complying with UL 514B. 2. Material: Use steel or malleable iron. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 05 33.13 — Conduit for Electrical Systems CITY OF NEWPORT BEACH 26 05 33.13-4 2.06 LIQUIDTIGHT FLEXIBLE METAL CONDUIT (LFMC) A. Description: NFPA 70, Type LFMC polyvinyl chloride (PVC) jacketed steel flexible metal conduit listed and labeled as complying with UL 360. B. Fittings: 1. Description: Fittings complying with NEMA FB 1 and listed and labeled as complying with UL 514B. 2. Material: Use steel or malleable iron. 2.07 ELECTRICAL METALLIC TUBING (EMT) A. Description: NFPA 70, Type EMT steel electrical metallic tubing complying with ANSI C80.3 and listed and labeled as complying with UL 797. B. Fittings: 1. Description: Fittings complying with NEMA FB 1 and listed and labeled as complying with UL 514B. 2. Material: Use steel or malleable iron. 3. Connectors and Couplings: Use compression (gland) or set -screw type. a. Do not use indenter type connectors and couplings. 2.08 RIGID POLYVINYL CHLORIDE (PVC) CONDUIT A. Description: NFPA 70, Type PVC rigid polyvinyl chloride conduit complying with NEMA TC 2 and listed and labeled as complying with UL 651; Schedule 40 unless otherwise indicated, Schedule 80 where subject to physical damage; rated for use with conductors rated 90 degrees C. B. Fittings: 1. Manufacturer: Same as manufacturer of conduit to be connected. 2. Description: Fittings complying with NEMA TC 3 and listed and labeled as complying with UL 651: material to match conduit 2.09 ACCESSORIES A. Corrosion Protection Tape: PVC -based, minimum thickness of 20 mil. B. Conduit Joint Compound: Corrosion -resistant, electrically conductive; suitable for use with the conduit to be installed. C. Solvent Cement for PVC Conduit and Fittings: As recommended by manufacturer of conduit and fittings to be installed. D. Pull Strings: Use nylon cord with average breaking strength of not less than 200 pound -force. PART 3 EXECUTION 3.01 INSTALLATION A. Install products in accordance with manufacturer's instructions. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 05 33.13 — Conduit for Electrical Systems CITY OF NEWPORT BEACH 26 05 33.13-5 B. Perform work in accordance with NECA 1 (general workmanship). C. Install galvanized steel rigid metal conduit (RMC) in accordance with NECA 101. D. Install PVC -coated galvanized steel rigid metal conduit (RMC) using only tools approved by the manufacturer. E. Install rigid polyvinyl chloride (PVC) conduit in accordance with NECA 111. F. Conduit Routing: 1. Unless dimensioned, conduit routing indicated is diagrammatic. 2. When conduit destination is indicated without specific routing, determine exact routing required. 3. Conceal all conduits unless specifically indicated to be exposed. 4. Conduits installed underground or embedded in concrete may be routed in the shortest possible manner unless otherwise indicated. Route all other conduits parallel or perpendicular to building structure and surfaces, following surface contours where practical. 5. Arrange conduit to maintain adequate headroom, clearances, and access. 6. Arrange conduit to provide no more than the equivalent of four 90 -degree bends between pull points. 7. Arrange conduit to provide no more than 150 feet between pull points. 8. Route conduits above water and drain piping where possible. 9. Arrange conduit to prevent moisture traps. Provide drain fittings at low points and at sealing fittings where moisture may collect. 10. Maintain minimum clearance of 6 inches between conduits and piping for other systems. 11. Maintain minimum clearance of 12 inches between conduits and hot surfaces. This includes, but is not limited to: a. Heaters. b. Hot water piping. C. Flues. 12. Group parallel conduits in the same area together on a common rack. G. Conduit Support: 1. Secure and support conduits in accordance with NFPA 70 and Section 260529 using suitable supports and methods approved by the authority having jurisdiction. 2. Provide independent support from building structure. Do not provide support from piping, ductwork, or other systems. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 05 33.13 — Conduit for Electrical Systems CITY OF NEWPORT BEACH 26 05 33.13-6 3. Installation Above Suspended Ceilings: Do not provide support from ceiling support system. Do not provide support from ceiling grid or allow conduits to lay on ceiling tiles. 4. Use conduit strap to support single surface -mounted conduit. a. Use clamp back spacer with conduit strap for damp and wet locations to provide space between conduit and mounting surface. 5. Use metal channel (strut) with accessory conduit clamps to support multiple parallel surface -mounted conduits. 6. Use conduit clamp to support single conduit from beam clamp or threaded rod. 7. Use trapeze hangers assembled from threaded rods and metal channel (strut) with accessory conduit clamps to support multiple parallel suspended conduits. 8. Use non -penetrating rooftop supports to support conduits routed across rooftops (only where approved). 9. Use of spring steel conduit clips for support of conduits is not permitted. 10. Use of wire for support of conduits is not permitted. H. Connections and Terminations: 1. Use approved zinc -rich paint or conduit joint compound on field -cut threads of galvanized steel conduits prior to making connections. 2. Where two threaded conduits must be joined and neither can be rotated, use three- piece couplings or split couplings. Do not use running threads. 3. Use suitable adapters where required to transition from one type of conduit to another. 4. Provide drip loops for liquid tight flexible conduit connections to prevent drainage of liquid into connectors. 5. Terminate threaded conduits in boxes and enclosures using threaded hubs or double lock nuts for dry locations and raintight hubs for wet locations. 6. Provide insulating bushings or insulated throats at all conduit terminations to protect conductors. 7. Secure joints and connections to provide maximum mechanical strength and electrical continuity. I. Penetrations: 1. Do not penetrate or otherwise notch or cut structural members, including footings and grade beams, without approval of Engineer. 2. Make penetrations perpendicular to surfaces unless otherwise indicated. 3. Provide sleeves for penetrations as indicated or as required to facilitate installation. Set sleeves flush with exposed surfaces unless otherwise indicated or required. 4. Conceal bends for conduit risers emerging above ground. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 05 33.13 — Conduit for Electrical Svstems CITY OF NEWPORT BEACH 26 05 33.13-7 5. Seal interior of conduits entering the building from underground at first accessible point to prevent entry of moisture and gases. 6. Where conduits penetrate waterproof membrane, seal as required to maintain integrity of membrane. 7. Make penetrations for roof -mounted equipment within associated equipment openings and curbs where possible to minimize roofing system penetrations. Where penetrations are necessary, seal as indicated or as required to preserve integrity of roofing system and maintain roof warranty. Include proposed locations of penetrations and methods for sealing with submittals. 8. Install firestopping to preserve fire resistance rating of partitions and other elements, using materials and methods specified in Section 078400. J. Underground Installation: 1. Minimum Cover, Unless Otherwise Indicated or Required: a. Underground, Exterior: 24 inches. b. Under Slab on Grade: 12 inches to bottom of slab. 2. Provide underground warning tape in accordance with Section 260553 along entire conduit length. K. Concrete Encasement: Where conduits not otherwise embedded within concrete are indicated to be concrete -encased, provide concrete in accordance with Section Concrete with minimum concrete cover of 3 inches on all sides unless otherwise indicated. L. Conduit Movement Provisions: Where conduits are subject to movement, provide expansion and expansion/deflection fittings to prevent damage to enclosed conductors or connected equipment. This includes, but is not limited to: 1. Where conduits cross structural joints intended for expansion, contraction, or deflection. 2. Where calculated in accordance with NFPA 70 for rigid polyvinyl chloride (PVC) conduit installed above ground to compensate for thermal expansion and contraction. 3. Where conduits are subject to earth movement by settlement or frost. M. Condensation Prevention: Where conduits cross barriers between areas of potential substantial temperature differential, provide sealing fitting or approved sealing compound at an accessible point near the penetration to prevent condensation. This includes, but is not limited to: 1. Where conduits pass from outdoors into conditioned interior spaces. 2. Where conduits pass from unconditioned interior spaces into conditioned interior spaces. N. Provide pull string in all empty conduits and in conduits where conductors and cables are to be installed by others. Leave minimum slack of 12 inches at each end. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 05 33.13 — Conduit for Electrical Systems CITY OF NEWPORT BEACH 26 05 33.13-8 O. Provide grounding and bonding in accordance with Section 260526. P. Identify conduits in accordance with Section 260553. 3.02 FIELD QUALITY CONTROL A. Repair cuts and abrasions in galvanized finishes using zinc -rich paint recommended by manufacturer. Replace components that exhibit signs of corrosion. B. Where coating of PVC -coated galvanized steel rigid metal conduit (RMC) contains cuts or abrasions, repair in accordance with manufacturer's instructions. C. Correct deficiencies and replace damaged or defective conduits. 3.03 CLEANING A. Clean interior of conduits to remove moisture and foreign matter. 3.04 PROTECTION A. Immediately after installation of conduit, use suitable manufactured plugs to provide protection from entry of moisture and foreign material and do not remove until ready for installation of conductors. END OF SECTION CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 05 33.13 — Conduit for Flertrin.A S CITY OF NEWPORT BEACH 26 05 33.13-9 SECTION 26 05 33.16 BOXES FOR ELECTRICAL SYSTEMS PART GENERAL 1.01 SECTION INCLUDES A. Outlet and device boxes up to 100 cubic inches, including those used as junction and pull boxes. B. Cabinets and enclosures, including junction and pull boxes larger than 100 cubic inches. 1.02 REFERENCE STANDARDS A. NECA 1 - Standard for Good Workmanship in Electrical Construction 2015. B. NECA 130 - Standard for Installing and Maintaining Wiring Devices 2010. C. NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit, Electrical Metallic Tubing, and Cable 2014. D. NEMA OS 1 - Sheet -Steel Outlet Boxes, Device Boxes, Covers, and Box Supports 2013. E. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum) 2018. F. NFPA 70 - National Electrical Code Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. G. UL 50 - Enclosures for Electrical Equipment, Non -Environmental Considerations Current Edition, Including All Revisions. H. UL 50E - Enclosures for Electrical Equipment, Environmental Considerations Current Edition, Including All Revisions. I. UL 508A - UL Standard for Safety Industrial Control Panels 2018. J. UL 514A - Metallic Outlet Boxes Current Edition, Including All Revisions. 1.03 ADMINISTRATIVE REQUIREMENTS A. Coordination.- 1. oordination: 1. Coordinate the work with other trades to avoid placement of ductwork, piping, equipment, or other potential obstructions within the dedicated equipment spaces and working clearances for electrical equipment required by NFPA 70. 2. Coordinate arrangement of electrical equipment with the dimensions and clearance requirements of the actual equipment to be installed. 3. Coordinate minimum sizes of boxes with the actual installed arrangement of conductors, clamps, support fittings, and devices, calculated according to NFPA 70. 4. Coordinate minimum sizes of pull boxes with the actual installed arrangement of connected conduits, calculated according to NFPA 70. 5. Coordinate the placement of boxes with millwork, furniture, devices, equipment, etc. installed under other sections or by others. 6. Coordinate the work with other trades to preserve insulation integrity. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 05 33.16 - BOXES FOR ELECTRICAL SYSTEMS CITY OF NEWPORT BEACH 26 05 33.16-1 7. Coordinate the work with other trades to provide walls suitable for installation of flush - mounted boxes where indicated. 8. Notify Architect of any conflicts with or deviations from Contract Documents. Obtain direction before proceeding with work. 1.04 SUBMITTALS A. Product Data: Provide manufacturer's standard catalog pages and data sheets for floor boxes and underground boxes/enclosures. 1.05 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. PART 2 PRODUCTS 2.01 BOXES A. General Requirements: 1. Do not use boxes and associated accessories for applications other than as permitted by NFPA 70 and product listing. 2. Provide all boxes, fittings, supports, and accessories required for a complete raceway system and to accommodate devices and equipment to be installed. 3. Provide products listed, classified, and labeled as suitable for the purpose intended. 4. Where box size is not indicated, size to comply with NFPA 70 but not less than applicable minimum size requirements specified. 5. Provide grounding terminals within boxes where equipment grounding conductors terminate. B. Outlet and Device Boxes Up to 100 cubic inches, Including Those Used as Junction and Pull Boxes: 1. Use sheet -steel boxes for dry locations unless otherwise indicated or required. 2. Use cast iron boxes or cast aluminum boxes for damp or wet locations unless otherwise indicated or required; furnish with compatible weatherproof gasketed covers. 3. Use suitable concrete type boxes where flush -mounted in concrete. 4. Use suitable masonry type boxes where flush -mounted in masonry walls. 5. Use raised covers suitable for the type of wall construction and device configuration where required. 6. Use shallow boxes where required by the type of wall construction. 7. Do not use "through -wall" boxes designed for access from both sides of wall. 8. Sheet -Steel Boxes: Comply with NEMA OS 1, and list and label as complying with UL 514A. 9. Cast Metal Boxes: Comply with NEMA FB 1, and list and label as complying with UL 514A; furnish with threaded hubs. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 05 33.16 - BOXES FOR ELECTRICAL SYSTEMS CITY OF NEWPORT BEACH 26 05 33.16-2 10. Boxes for Ganged Devices: Use multigang boxes of single -piece construction. Do not use field -connected gangable boxes unless specifically indicated or permitted. 11. Minimum Box Size, Unless Otherwise Indicated: a. Wiring Devices (Other Than Communications Systems Outlets): 4 -inch square by 1 -1/2 -inch deep (100 by 38 mm) trade size. b. Communications Systems Outlets: 4 -inch square by 2 -1/8 -inch (100 by 54 mm) trade size. 12. Wall Plates: Comply with Section 262726. C. Cabinets and Enclosures, Including Junction and Pull Boxes Larger Than 100 cubic inches: 1. Comply with NEMA 250, and list and label as complying with UL 50 and UL 50E, or UL 508A. 2. NEMA 250 Environment Type, Unless Otherwise Indicated: 3. Junction and Pull Boxes Larger Than 100 cubic inches: a. Provide screw -cover or hinged -cover enclosures unless otherwise indicated. PART 3 EXECUTION 3.01 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Install boxes in accordance with NECA 1 (general workmanship) and, where applicable, NECA 130, including mounting heights specified in those standards where mounting heights are not indicated. C. Arrange equipment to provide minimum clearances in accordance with manufacturer's instructions and NFPA 70. D. Provide separate boxes for emergency power and normal power systems. E. Unless otherwise indicated, provide separate boxes for line voltage and low voltage systems. F. Flush -mount boxes in finished areas unless specifically indicated to be surface -mounted. G. Box Locations: 1. Locate boxes to be accessible. Provide access panels in accordance with Section Access Panels as required where approved by the Architect. 2. Unless dimensioned, box locations indicated are approximate. 3. Locate boxes as required for devices installed under other sections or by others. a. Switches, Receptacles, and Other Wiring Devices: Comply with Section 262726. 4. Locate boxes so that wall plates do not span different building finishes. 5. Locate boxes so that wall plates do not cross masonry joints. 6. Unless otherwise indicated, where multiple outlet boxes are installed at the same location at different mounting heights, install along a common vertical center line. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 05 33.16 - BOXES FOR ELECTRICAL SYSTEMS CITY OF NEWPORT BEACH 26 05 33.16-3 7. Do not install flush -mounted boxes on opposite sides of walls back-to-back. Provide minimum 6 inches horizontal separation unless otherwise indicated. 8. Acoustic -Rated Walls: Do not install flush -mounted boxes on opposite sides of walls back-to-back; provide minimum 24 inches horizontal separation. 9. Fire Resistance Rated Walls: Install flush -mounted boxes such that the required fire resistance will not be reduced. a. Do not install flush -mounted boxes on opposite sides of walls back-to-back; provide minimum 24 inches separation where wall is constructed with individual noncommunicating stud cavities or protect both boxes with listed putty pads. b. Do not install flush -mounted boxes with area larger than 16 square inches or such that the total aggregate area of openings exceeds 100 square inches for any 100 square feet of wall area. 10. Locate junction and pull boxes as indicated, as required to facilitate installation of conductors, and to limit conduit length and/or number of bends between pulling points in accordance with Section 260533.13. 11. Locate junction and pull boxes in the following areas, unless otherwise indicated or approved by the Architect: a. Concealed above accessible suspended ceilings. b. Within joists in areas with no ceiling. C. Electrical rooms. d. Mechanical equipment rooms. H. Box Supports: 1. Secure and support boxes in accordance with NFPA 70 and Section 260529 using suitable supports and methods approved by the authority having jurisdiction. 2. Provide independent support from building structure except for cast metal boxes (other than boxes used for fixture support) supported by threaded conduit connections in accordance with NFPA 70. Do not provide support from piping, ductwork, or other systems. I. Install boxes plumb and level. J. Flush -Mounted Boxes: 1. Install boxes in noncombustible materials such as concrete, tile, gypsum, plaster, etc. so that front edge of box or associated raised cover is not set back from finished surface more than 1/4 inch or does not project beyond finished surface. 2. Install boxes in combustible materials such as wood so that front edge of box or associated raised cover is flush with finished surface. 3. Repair rough openings around boxes in noncombustible materials such as concrete, tile, gypsum, plaster, etc. so that there are no gaps or open spaces greater than 1/8 inch at the edge of the box. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 05 33.16 - BOXES FOR ELECTRICAL SYSTEMS CITY OF NEWPORT BEACH 26 05 33.16-4 K. Install boxes as required to preserve insulation integrity. L. Install permanent barrier between ganged wiring devices when voltage between adjacent devices exceeds 300 V. M. Install firestopping to preserve fire resistance rating of partitions and other elements, using materials and methods specified in Section 078400. N. Close unused box openings. O. Install blank wall plates on junction boxes and on outlet boxes with no devices or equipment installed or designated for future use. P. Provide grounding and bonding in accordance with Section 260526. 3.02 CLEANING A. Clean interior of boxes to remove dirt, debris, plaster, and other foreign material. 3.03 PROTECTION A. Immediately after installation, protect boxes from entry of moisture and foreign material until ready for installation of conductors. END OF SECTION CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 05 33.16 - BOXES FOR ELECTRICAL SYSTEMS CITY OF NEWPORT BEACH 26 05 33.16-5 SECTION 26 05 53 IDENTIFICATION FOR ELECTRICAL SYSTEMS PART 1 GENERAL 1.01 SECTION INCLUDES A. Electrical identification requirements. B. Identification nameplates and labels. C. Wire and cable markers. D. Voltage markers. E. Underground warning tape. F. Warning signs and labels. 1.02 RELATED REQUIREMENTS A. Section 260519 - Low -Voltage Electrical Power Conductors and Cables: Color coding for power conductors and cables 600 V and less; vinyl color coding electrical tape. B. Section 262726 - Wiring Devices - Lutron: Device and wall plate finishes; factory pre -marked wall plates. 1.03 REFERENCE STANDARDS A. ANSI Z535.2 - American National Standard for Environmental and Facility Safety Signs 2011. B. ANSI Z535.4 - American National Standard for Product Safety Signs and Labels 2011. C. NFPA 70 - National Electrical Code Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. D. NFPA 70E - Standard for Electrical Safety in the Workplace 2018. E. UL 969 - Marking and Labeling Systems Current Edition, Including All Revisions. 1.04 ADMINISTRATIVE REQUIREMENTS A. Coordination: 1. Verify final designations for equipment, systems, and components to be identified prior to fabrication of identification products. B. Sequencing: 1. Do not conceal items to be identified, in locations such as above suspended ceilings, until identification products have been installed. 2. Do not install identification products until final surface finishes and painting are complete. 1.05 SUBMITTALS A. Product Data: Provide manufacturer's standard catalog pages and data sheets for each product. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 05 53 - IDENTIFICATION FOR ELECTRICAL SYSTEMS CITY OF NEWPORT BEACH 26 05 53-1 B. Shop Drawings: Provide schedule of items to be identified indicating proposed designations, materials, legends, and formats. 1.06 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. 1.07 FIELD CONDITIONS A. Do not install adhesive products when ambient temperature is lower than recommended by manufacturer. PART 2 PRODUCTS 2.01 IDENTIFICATION REQUIREMENTS A. Identification for Equipment: 1. Use identification nameplate to identify each piece of electrical distribution and control equipment and associated sections, compartments, and components. a. Switchboards: 1) Identify ampere rating and name. 2) Identify voltage and phase. 3) Identify power source and circuit number. Include location when not within sight of equipment. 4) Use identification nameplate to identify main overcurrent protective device. 5) Use identification nameplate to identify load(s) served for each branch device. Identify spares and spaces. b. Panelboards: 1) Identify ampere rating and name. 2) Identify voltage and phase. 3) Identify power source and circuit number. Include location when not within sight of equipment. 4) Use typewritten circuit directory to identify load(s) served for panelboards with a door. Identify spares and spaces using pencil. 5) For power panelboards without a door, use identification nameplate to identify load(s) served for each branch device. Identify spares and spaces. c. Transformers.- 1) ransformers: 1) Identify kVA rating and name. 2. Service Equipment: a. Use identification nameplate to identify each service disconnecting means. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 05 53 - IDENTIFICATION FOR ELECTRICAL SYSTEMS CITY OF NEWPORT BEACH 26 05 53-2 3. Available Fault Current Documentation: Use identification label to identify the available fault current and date calculations were performed at locations requiring documentation by NFPA 70 including but not limited to the following. a. Service equipment. b. Industrial control panels. c. Motor control centers. d. Elevator control panels. e. Industrial machinery. 4. Arc Flash Hazard Warning Labels: Use warning labels to identify arc flash hazards for electrical equipment, such as switchboards, panelboards, industrial control panels, meter socket enclosures, and motor control centers that are likely to require examination, adjustment, servicing, or maintenance while energized. a. Minimum Size: 3.5 by 5 inches. b. Legend: Include orange header that reads "WARNING", followed by the word message "Arc Flash and Shock Hazard; Appropriate PPE Required; Do not operate controls or open covers without appropriate personal protection equipment; Failure to comply may result in injury or death; Refer to NFPA 70E for minimum PPE requirements" or approved equivalent. B. Identification for Conductors and Cables: 1. Color Coding for Power Conductors 600 V and Less: Comply with Section 260519. 2. Use identification nameplate or identification label to identify color code for ungrounded and grounded power conductors inside door or enclosure at each piece of feeder or branch -circuit distribution equipment when premises have feeders or branch circuits served by more than one nominal voltage system. 3. Use wire and cable markers to identify circuit number or other designation indicated for power, control, and instrumentation conductors and cables at the following locations: a. At each source and load connection. b. Within boxes when more than one circuit is present. c. Within equipment enclosures when conductors and cables enter or leave the enclosure. 4. Use wire and cable markers to identify connected grounding electrode system components for grounding electrode conductors. C. Identification for Raceways: 1. Use voltage markers to identify highest voltage present for accessible conduits at maximum intervals of 20 feet. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 05 53 - IDENTIFICATION FOR ELECTRICAL SYSTEMS CITY OF NEWPORT BEACH 26 05 53-3 2. Use identification labels, handwritten text using indelible marker or plastic marker tags to identify circuits enclosed for accessible conduits at wall penetrations, at floor penetrations, at roof penetrations and at equipment terminations when source is not within sight. 3. Use identification labels, handwritten text using indelible marker or plastic marker tags to identify spare conduits at each end. Identify purpose and termination location. 4. Use underground warning tape to identify underground raceways. D. Identification for Boxes: 1. Use voltage markers to identify highest voltage present. 2. Use identification labels or handwritten text using indelible marker to identify circuits enclosed. a. For exposed boxes in public areas, use only identification labels. E. Identification for Devices: 1. Wiring Device and Wall plate Finishes: Comply with Section 262726. 2. Use identification label or engraved wall plate to identify serving branch circuit for all receptacles. a. For receptacles in public areas or in areas as directed by Architect, provide identification on inside surface of wall plate. 3. Use identification label or engraved wall plate to identify load controlled for wall - mounted control devices controlling loads that are not visible from the control location and for multiple wall -mounted control devices installed at one location. 2.02 IDENTIFICATION NAMEPLATES AND LABELS A. Identification Nameplates: 1. Materials: a. Indoor Clean, Dry Locations: Use plastic nameplates. b. Outdoor Locations: Use plastic, stainless steel, or aluminum nameplates suitable for exterior use. 2. Plastic Nameplates: Two -layer or three -layer laminated acrylic or electrically non- conductive phenolic with beveled edges; minimum thickness of 1/16 inch; engraved text. a. Exception: Provide minimum thickness of 1/8 inch when any dimension is greater than 4 inches. 3. Stainless Steel Nameplates: Minimum thickness of 1/32 inch; engraved or laser - etched text. 4. Aluminum Nameplates: Anodized; minimum thickness of 1/32 inch; engraved or laser -etched text. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 05 53 - IDENTIFICATION FOR FI F( -TRI( -.Al CITY OF NEWPORT BEACH 2605534 5. Mounting Holes for Mechanical Fasteners: Two, centered on sides for sizes up to 1 inch high; Four, located at corners for larger sizes. B. Identification Labels.- 1. abels:1. Materials: Use self-adhesive laminated plastic labels; UV, chemical, water, heat, and abrasion resistant. 2. Text: Use factory pre-printed or machine -printed text. Do not use handwritten text unless otherwise indicated. C. Format for Equipment Identification: 1. Minimum Size: 1 inch by 2.5 inches. 2. Legend: a. Equipment designation or other approved description. 3. Text: All capitalized unless otherwise indicated. 4. Minimum Text Height: a. Equipment Designation: 1/2 inch. b. Other Information: 1/4 inch. 5. Color: a. Normal Power System: White text on black background. D. Format for Caution and Warning Messages: 1. Minimum Size: 2 inches by 4 inches. 2. Legend: Include information or instructions indicated or as required for proper and safe operation and maintenance. 3. Text: All capitalized unless otherwise indicated. 4. Minimum Text Height: 1/2 inch. 5. Color: Black text on yellow background unless otherwise indicated. E. Format for Receptacle Identification: 1. Minimum Size: 3/8 inch by 1.5 inches. 2. Legend: Power source and circuit number or other designation indicated. 3. Text: All capitalized unless otherwise indicated. 4. Minimum Text Height: 3/16 inch. 5. Color: Black text on clear background. F. Format for Control Device Identification: 1. Minimum Size: 3/8 inch by 1.5 inches. 2. Legend: Load controlled, or other designation indicated. 3. Text: All capitalized unless otherwise indicated. 4. Minimum Text Height: 3/16 inch. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 05 53 - IDENTIFICATION FOR ELECTRICAL SYSTEMS CITY OF NEWPORT BEACH 26 05 53-5 5. Color: Black text on clear background. 2.03 WIRE AND CABLE MARKERS A. Markers for Conductors and Cables: Use wrap-around self-adhesive vinyl cloth, wrap-around self-adhesive vinyl self -laminating, heat -shrink sleeve, plastic sleeve, plastic clip -on, or vinyl split sleeve type markers suitable for the conductor or cable to be identified. B. Markers for Conductor and Cable Bundles: Use plastic marker tags secured by nylon cable ties. C. Legend: Power source and circuit number or other designation indicated. D. Text: Use factory pre-printed or machine -printed text, all capitalized unless otherwise indicated. E. Minimum Text Height: 1/8 inch. F. Color: Black text on white background unless otherwise indicated. 2.04 VOLTAGE MARKERS A. Markers for Conduits: Use factory pre-printed self-adhesive vinyl, self-adhesive vinyl cloth or vinyl snap -around type markers. B. Markers for Boxes and Equipment Enclosures: Use factory pre-printed self-adhesive vinyl or self-adhesive vinyl cloth type markers. C. Minimum Size: 1. Markers for Conduits: As recommended by manufacturer for conduit size to be identified. 2. Markers for Pull Boxes: 1 1/8 by 4 1/2 inches. 3. Markers for Junction Boxes: 1/2 by 2 1/4 inches. D. Legend: 1. Markers for Voltage Identification: Highest voltage present. E. Color: Black text on orange background unless otherwise indicated. 2.05 UNDERGROUND WARNING TAPE A. Materials: Use non-detectable type polyethylene tape suitable for direct burial, unless otherwise indicated. B. Non-detectable Type Tape: 6 inches wide, with minimum thickness of 4 mil. C. Legend: Type of service, continuously repeated over full length of tape. D. Color: 2.06 WARNING SIGNS AND LABELS A. Comply with ANSI Z535.2 or ANSI Z535.4 as applicable. B. Warning Signs: 1. Materials: 2. Minimum Size: 7 by 10 inches unless otherwise indicated. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 05 53 - IDENTIFICATION FOR ELECTRICAL SYSTEMS CITY OF NEWPORT BEACH 26 05 53-6 C. Warning Labels: 1. Materials: Use factory pre-printed or machine -printed self-adhesive polyester or self- adhesive vinyl labels; UV, chemical, water, heat, and abrasion resistant; produced using materials recognized to UL 969. 2. Machine -Printed Labels: Use thermal transfer process printing machines and accessories recommended by label manufacturer. 3. Minimum Size: 2 by 4 inches unless otherwise indicated. PART 3 EXECUTION 3.01 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Install identification products to be plainly visible for examination, adjustment, servicing, and maintenance. Unless otherwise indicated, locate products as follows: 1. Surface -Mounted Equipment: Enclosure front. 2. Flush -Mounted Equipment: Inside of equipment door. 3. Free -Standing Equipment: Enclosure front; also, enclosure rear for equipment with rear access. 4. Elevated Equipment: Legible from the floor or working platform. 5. Branch Devices: Adjacent to device. 6. Interior Components: Legible from the point of access. 7. Conduits: Legible from the floor. 8. Boxes: Outside face of cover. 9. Conductors and Cables: Legible from the point of access. 10. Devices: Outside face of cover. C. Install identification products centered, level, and parallel with lines of item being identified. D. Secure nameplates to exterior surfaces of enclosures using stainless steel screws and to interior surfaces using self-adhesive backing or epoxy cement. E. Install self-adhesive labels and markers to achieve maximum adhesion, with no bubbles or wrinkles and edges properly sealed. F. Install underground warning tape above buried lines with one tape per trench at 3 inches below finished grade. G. Mark all handwritten text, where permitted, to be neat and legible, with indelible high contrasting ink. 3.02 FIELD QUALITY CONTROL A. Replace self-adhesive labels and markers that exhibit bubbles, wrinkles, curling or other signs of improper adhesion. END OF SECTION CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 26 05 53 - IDENTIFICATION FOR ELECTRICAL SYSTEMS CITY OF NEWPORT BEACH 26 05 53-7 SECTION 28 10 00 ACCESS CONTROL PART 1 GENERAL 1.01 SECTION INCLUDES A. Access control system requirements. B. Access control units and software. C. Access control point peripherals, including readers. D. Accessories. 1.02 RELATED REQUIREMENTS A. Section 087100 - Door Hardware: Electrically operated door hardware, for interface with access control system. B. Section 260526 - Grounding and Bonding for Electrical Systems. C. Section 260533.13 - Conduit. D. Section 260553 - Identification for Electrical Systems: Identification products and requirements. 1.03 REFERENCE STANDARDS A. NECA 1 - Standard for Good Workmanship in Electrical Construction; 2010. B. NFPA 70 - National Electrical Code; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. C. NFPA 101 - Life Safety Code; 2015. D. UL 294 - Access Control System Units; Current Edition, Including All Revisions. 1.04 ADMINISTRATIVE REQUIREMENTS A. Coordination: 1. Coordinate the work with other installers to provide suitable door hardware as required for both access control functionality and code compliance. 2. Coordinate the placement of readers with millwork, furniture, equipment, etc. installed under other sections or by others. 3. Coordinate the work with other installers to provide power for equipment at required locations. 4. Notify Architect of any conflicts with or deviations from the contract documents. Obtain direction, before proceeding with work. 1.05 SUBMITTALS A. See Section 013000 -Administrative Requirements, for submittal procedures. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 28 10 00- ACCESS CONTROL CITY OF NEWPORT BEACH 28 1000- 1 B. Shop Drawings: Include plan views indicating locations of system components and proposed size, type, and routing of conduits and/or cables. Include elevations and details of proposed equipment arrangements. Include system interconnection schematic diagrams. Include requirements for interface with other systems. C. Product Data: Provide manufacturer's standard catalog pages and data sheets for each system component. Include ratings, configurations, standard wiring diagrams, dimensions, finishes, service condition requirements, and installed features. D. Design Data: Standby battery/UPS calculations. E. Certify that proposed system design and components meet or exceed specified requirements. F. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by product testing agency. Include instructions for storage, handling, protection, examination, preparation, installation, and operation of product. G. Manufacturer's detailed field-testing procedures. H. Field quality control test reports. I. Project Record Documents: Record actual locations of system components and installed wiring arrangements and routing. J. Operation and Maintenance Data: Include detailed information on system operation, equipment programming and setup, replacement parts, and recommended maintenance procedures and intervals. K. Warranty: Submit sample of manufacturer's warranty and documentation of final executed warranty completed in Owner's name and registered with manufacturer. L. Maintenance: Furnish Owner's maintenance manual. 1.06 QUALITY ASSURANCE A. Comply with the following: 1. NFPA 70. 2. NFPA 101 (Life Safety Code). 3. The requirements of the local authorities having jurisdiction. 4. Applicable TIA/EIA standards. B. Maintain at the project site a copy of each referenced document that prescribes execution requirements. C. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience. 1.07 DELIVERY STORAGE AND HANDLING A. Receive, inspect, handle, and store products in accordance with manufacturer's instructions. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 1�R inn CITY OF NEWPORT BEACH 281000-2 B. Store products in manufacturer's unopened packaging, keep dry and protect from damage until ready for installation. 1.08 FIELD CONDITIONS A. Maintain field conditions within manufacturer's required service conditions during installation. 1.09 WARRANTY A. See Section 017800 - Closeout Submittals, for additional warranty requirements. B. Provide minimum one year manufacturer warranty covering repair or replacement due to defective materials or workmanship. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Access Control System — S2 Security Net Box B. Access Control System - Other Acceptable Manufacturers: 1. No substitutions will be accepted 2.02 ACCESS CONTROL SYSTEM REQUIREMENTS A. Provide new access control system consisting of all required equipment, conduit, boxes, wiring, connectors, hardware, supports, accessories, software, system programming, and all other components and items of work not specifically listed but are necessary for a complete operating system that provides the functional intent indicated. Access controller shall be tied into The City of Newport Beach's existing access control system at the adjacent city hall building. Specific information of said system can be obtained by contacting the City's IT Division at (949) 644-3311 B. Interface with Other Systems: 1. Provide products compatible with other systems requiring interface with access control system. 2. Interface with electrically operated door hardware. a. Capable of locking/unlocking/releasing controlled doors. b. Capable of receiving input from integral door hardware switches. 3. Interface with fire alarm system as specified in Section 283100. a. Capable of affecting access for designated doors for selected fire alarm system events. C. Provide products listed, classified, and labeled as suitable for the purpose intended. 1. Access Control Units and Readers: Listed and labeled as complying with UL 294. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 28 10 00- ACCESS CONTROL CITY OF NEWPORT BEACH 281000-3 2.03 ACCESS CONTROL UNITS AND SOFTWARE A. Provide access control units and associated software compatible with readers to be connected. B. Access Control Unit: 1. Basis of Design: S2 Security Net Box 2. Database: a. Storage Capacity: 20,000 cardholders; unlimited access levels b. Input/Outputs: Max 500/500 3. Operating Modes Supported: a. 32 S2 Node Capacity 4. Features: a. Dedicated tamper alarm input. b. Dedicated power loss alarm input. c. Supports database and event exporting. d. Supports database backup. e. Integral backup battery system. C. Computers: I. Workstation Computers: Unless otherwise indicated, workstation computer hardware and associated peripherals not furnished by access control system manufacturer to be provided by Contractor as part of work of this section, meeting access control system equipment manufacturer's recommended requirements. 2. Servers: Unless otherwise indicated, server hardware and associated peripherals not furnished by access control system manufacturer to be provided by Contractor as part of work of this section, meeting access control system equipment manufacturer's recommended requirements. 3. Badging Peripherals: Unless otherwise indicated, badging peripherals not furnished by access control system manufacturer to be provided by Contractor as part of work of this section. D. Software: 1. Unless otherwise indicated, provide all software and licenses required for fully operational system. 2.04 ACCESS CONTROL POINT PERIPHERALS A. Provide devices compatible with control units. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 28 10 00- ACCESS CONTROL CITY OF NEWPORT BEACH 281000-4 B. Provide devices suitable for operation under the service conditions at the installed location. C. Provide readers compatible with credentials to be used. D. Reader Color: To be selected by Architect from manufacturer's available standard colors. E. Proximity Readers: 1. Utilizes 125 kHz RF communication with compatible credentials. 2. Proximity Reader: a. Basis of Design: HID MiniProx Card Reader b. Read Range: Up to 2.8 inches. H. Door Position Switches: 1. Magnetic Contacts: Encapsulated reed switch(es) and separate magnet; designed to monitor opened/closed position of doors. Existing doors shall be equipped with surface mount contact with armored cable. I. Door Locking Devices (Electric Strikes and Magnetic Locks): Provided by others. J. Request to Exit 1. Basis of Design: Bosch DS150i 2.05 ACCESSORIES A. Provide components as indicated or as required for connection of access control system to devices and other systems indicated. B. Unless otherwise indicated, credentials to be provided by Contractor. 1. Provide credentials compatible with readers and control units/software to be used. C. Unless otherwise indicated, network switches required for network connections to system components to be provided by Contractor. D. Provide cables as indicated or as required for connections between system components. 1. Data Cables for IP Network Connections: Unshielded twisted pair (UTP), minimum Category 6. E. Provide end -of -line resistors (EOLR) as required for supervision of hardwired connections. F. Provide accessory racks/cabinets as indicated or as required for equipment mounting. G. New access control equipment shall be networked with existing S2 system. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 22 in nn- nr CITY OF NEWPORT BEACH 281000-5 PART 3 EXECUTION 3.01 EXAMINATION A. Verify that field measurements are as indicated. B. Verify that ratings and configurations of system components are consistent with the indicated requirements. C. Verify the extent of work as a part of the prices bid as required to ensure the mounting surfaces are ready to receive system components. D. Verify that branch circuit wiring installation is completed, tested, and ready for connection to system. E. Verify the site conditions and the preparation work required for installation prior to submitting the bid. 3.02 INSTALLATION A. Install access control system in accordance with NECA 1 (general workmanship). B. Install products in accordance with manufacturer's instructions and the applicable governing Codes. C. Wiring Method: Unless otherwise indicated, use cables (not in conduit). 1. Use suitable listed cables in wet locations, including underground raceways. 2. Use listed plenum rated cables. 3. Install wiring in conduit for the following: a. Where required for rough -in. b. Where required by authorities having jurisdiction, or the applicable governing Codes. c. Where exposed to damage. d. Where installed outside the building. e. For exposed connections from outlet boxes to devices. 4. Conduit: Provided by contractor. 5. Conceal all cables unless specifically indicated to be exposed. 6. Use power transfer hinges for concealed connections to door hardware. 7. Do not exceed manufacturer's recommended maximum cable length between components. 8. All wirings must be installed in homeruns. No splices are permitted. D. Provide grounding and bonding in accordance with the NEC. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 28 10 00- ACCESS CONTROL CITY OF NEWPORT BEACH 281000-6 E. Install firestopping to preserve fire resistance rating of partitions and other elements, using materials and methods as required. F. Identify system wiring and components in accordance with drawings. 3.03 FIELD QUALITY CONTROL A. Prepare and start system in accordance with manufacturer's instructions. B. Program system parameters according to requirements of Owner. C. Test for proper interface with other systems. D. Correct defective work, adjust for proper operation, and retest until entire system complies with contract documents. 3.04 CLEANING A. Clean exposed surfaces to remove dirt, paint, or other foreign material and restore to match original factory finish. 3.05 CLOSEOUT ACTIVITIES A. Provide as builts as part of closeout package consisting of exact installation details. B. Demonstration: Demonstrate proper operation of system to Owner, and correct deficiencies or adjust as directed. C. Training: Train Owner's personnel on operation, adjustment, and maintenance of system. 1. Use operation and maintenance manual as training reference, supplemented with additional training materials as required. 2. Provide minimum of four hours of training. 3. Location: At project site. 3.06 PROTECTION A. Protect installed system components from subsequent construction operations. END OF SECTION CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 28 1r CITY OF NEWPORT BEACH 281000-7 SECTION 32 13 13 CONCRETE PAVING PART 1 -GENERAL 1.01 GENERAL REQUIREMENTS Division 0, Contract Requirements and Division 1, General Conditions apply to this Section. 1.02 SCOPE OF WORK SUMMARY Concrete sidewalks 1.03 REFERENCE STANDARDS A. ACI 211.1 - Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete; American Concrete Institute International; 1991 (Reapproved 2009). B. ACI 301 - Specifications for Structural Concrete; American Concrete Institute International, - 2010 (Errata 2012). C. ACI 304R - Guide for Measuring, Mixing, Transporting, and Placing Concrete; American Concrete Institute International; 2000. D. ACI 305R - Hot Weather Concreting; American Concrete Institute International; 2010. E. ACI 306R - Cold Weather Concreting; American Concrete Institute International; 2010. F. ASTM A615/A615M - Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement; 2015. Use 2004a as indicated in 2013 CBC Referenced Standards. G. ASTM C33/C33M - Standard Specification for Concrete Aggregates; 2011 a is current; use 2003 as indicated in 2013 CBC Referenced Standards. Use 2003 as indicated in 2013 CBC Referenced Standards. H. ASTM C39/C39M - Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens; 2015a. ASTM C94/C94M - Standard Specification for Ready -Mixed Concrete; 2015. 1. Use 2004a as indicated in 2013 CBC Referenced Standards. J. ASTM C150/C150M -Standard Specification for Portland Cement; 2015. Use 2004a as indicated in 2013 CBC Referenced Standards, K. ASTM C309 - Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete; 2011. L. ASTM C494/C494M - Standard Specification for Chemical Admixtures for Concrete; 2013. M. ASTM D1751 - Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types); 2004 (Reapproved 2013). N. ASTM D1752 - Standard Specification for Preformed Sponge Rubber Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving and Structural Construction; 2004a (Reapproved 2013). O. Standard Specifications for Public Works Construction, City of Orange, latest edition. 1. Standard Specifications shall be as amended and adopted by authorities having jurisdiction, including City of Orange. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 32 13 13 - CONCRETE PAVING CITY OF NEWPORT BEACH 1OF11 2. Where reference is made to Standard Details, such reference shall be to the Standard Details accompanying the Standard Specifications, as amended and adopted by the authorities having jurisdiction. 3. Wherever term "Agency" occurs in Standard Specifications, it shall be understood to mean District for purposes of the Contract. 4. Wherever term "Engineer" occurs in Standard Specifications, it shall be understood to mean Architect for purposes of the Contract. 1.04 QUALITY ASSURANCE A. Industry Standard: Perform concrete paving Work in accordance with ACI 301. B. Regulatory Requirements: Where reference is made to Standard Specifications, the following shall apply. Where reference is made to Standard Specifications, the following shall apply: a. Perform off-site Work in public rights-of-way as indicated on the Contract Drawings and in accordance with requirements of authorities having jurisdiction, including Standard Specifications for Public Works Construction, as amended and adopted those authorities. 1) For conditions not indicated otherwise on Contract Drawings, conform to Standard Details adopted by authorities having jurisdiction, including Standard Details for Public Works Construction, as amended and adopted those authorities. b. Perform on-site Work as indicated and referenced on the Contract Drawings and as specified herein. 2. Conform to Standard Specifications for Public Works Construction. 3. Conform to California Code of Regulations (CCR), Volume 2, Part 2, Chapters 18A and 19A. 4. Conform to California Building Code (CBC), Chapter 11B and ADAAG for accessibility requirements. a. Portland cement concrete paving shall be stable, firm, and slip resistant and shall comply with CBC Sections 11 B-302 and 118-403. b. Concrete paving and concrete finishes along accessible routes of travel shall be at least as slip -resistant as that described as a medium salted finish for slopes of less than 6%, and slip resistant at slopes of 6% or greater; CBC 11 B-403.2. C. Continuous surfaces, including walks and sidewalks, shall have a continuous common surface, not interrupted by steps or by abrupt changes in level exceeding 1/4 inch vertical (CBC 11 B-303.2), or beveled at 1:2 slope to a maximum height of 1/2 inch (CBC 11 B-303.3) and shall have a minimum width of 48 inches; CBC 11 B-403.5.1. 5. Comply with OSHA and Cal -OSHA requirements. 6. Surface cross slopes shall not exceed 2 percent on any accessible path of travel. C. Source Quality Control: Obtain like materials from one source throughout. D. Lines and Levels: Established by State of California licensed Surveyor or registered Civil Engineer. Costs of surveying services shall be included in the Contract Sum. E. Preinstallation Conference: Conduct conference at Project site. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 1010 , � - 2 OF 11 1. At least three weeks prior to ordering specified materials or the start of concrete work, arrange a pre -installation meeting between the Contractor, Architect, Project superintendent, concrete supplier, and concrete finisher to review finishing techniques of concrete, use of additives, application of curing compounds and coordination with other trades. 1.05 SUBMITTALS A. See Section 01 33 00 — Submittal procedures B. Mix Design: Design mixes for each concrete mix. C. Product Data: Provide data on joint filler, admixtures, and curing compound. 1. Material Certificates signed by manufacturers for each of the following: a. Cementitious materials and aggregates. b. Steel reinforcement and reinforcement accessories. c. Admixtures. d. Curing compounds. e. Joint fillers. D. Shop drawings: For pattern layout and verification. 2. Submit shop drawings for reinforcing steel and accessories in accordance with ACI standards. 3. Paving Jointing and Pour Sequence Plan - submit three full size bond prints of each paving sheet indicating the following: a. Proposed layout of contraction, construction and isolation joints. Clearly delineate the three different joint types. b. Layout of paving types as indicated on Drawing Paving Schedule. Give overall dimensions of each paving type. c. Concrete pour sequence. Indicated sequence of paving pour installation. 1.06 DELIVERY STORAGE AND HANDLING A. Delivery, Storage and Handling: Comply with requirements specified by ASTM Standards. PART 2 -PRODUCTS 2.01 PAVING ASSEMBLIES A. Comply with applicable requirements of ACI 301. B. Concrete Sidewalks: 3,000 psi 28 day concrete, thickness as indicated on Drawings, minimum 5 inches, natural grey color Portland cement. 2.02 FORM MATERIALS A. Wood form material, profiled to suit conditions. B. Joint Filler: Preformed; non -extruding bituminous type (ASTM D1751) or sponge rubber or cork (ASTM D1752). 1. Thickness: 1/2 inch. 2.03 REINFORCEMENT A. General: As indicated on Drawings and specified following. Reinforcement for portland cement concrete paving shall comply with all applicable requirements in the Standard CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 32 13 13 - CONCRETE PAVING CITY OF NEWPORT BEACH 30F 11 Specifications for Public Works Construction and Standard Details, as adopted by local authorities having jurisdiction. B. Reinforcing Steel: ASTM A615/A615M Grade 60 (420); deformed billet steel bars; unfinished finish. 1. Unless detailed otherwise on Drawings, provide number 4 reinforcing bars at 20 - inches on center, each way for the new track section. C. Tie Wires: 18 gage minimum, black annealed steel. D. Construction Joint Reinforcing: 1. Dowels: ASTM A615/A615M, Grade 60 - 60,000 psi yield strength; deformed billet steel bars; unfinished finish. 2.04 PERFORMANCE REQUIREMENTS A. Albedo reflectance of finish concrete shall be minimum 0.30. 2.05 CONCRETE MATERIALS A. Obtain cementitious materials from same source throughout. B. Cement: ASTM C150/C150M Sulfate Resistant - Type II portland type, grey color. C. Fine and Coarse Mix Aggregates: ASTM C33/C33M. D. Water: Clean, and not detrimental to concrete. E. Chemical Admixtures: ASTM C494/C494M, Type A - Water Reducing, Type B - Retarding, Type D - Water Reducing and Retarding, Type F - Water Reducing, High Range, and Type G - Water Reducing, High Range and Retarding. 1. Do not use chemicals that will result in soluble chloride ions in excess of 0.1 percent by weight of cement. 2.06 ACCESSORIES A. Liquid Curing Compound: ASTM C 309, Type 1, Class A. Comply with all applicable air pollution requirements. B. Surface Retarder: Spray applied, film forming, water based top surface retarder, calibrated for specific sized aggregate and finish requirements. 1. Acceptable Products: a. Fosroc, Inc.; Preco EAC -S, manufactured by, Georgetown, KY. b. GCP Applied Technologies; Grace Top Cast: www.graceconstruction.com c. The Euclid Chemical Company; EZ Expose: www.euclidchemical.com. d. Substitutions: See Section 01 60 00 - Product Requirements. 2. Spray applied film forming protective coating for surfaces adjacent to retarded finish surfaces. a. Basis of Design Product: Face Off as manufactured by GCP Applied Technologies, or equal. b. Acceptable Products: 1) Fosroc, Inc., manufactured by , Georgetown, KY. 2) GCP Applied Technologies; Face Off: www.graceconstruction.com 3) Substitutions: See Section 012500 —Substitution Procedures. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 32 13 13 - CONCRETE PAVING CITY OF NEWPORT BEACH 4 OF 11 C. Concrete Paving Joint Sealant: Polyurethane, self -leveling; ASTM C920, Class 25, Uses T, I, M and A; single component. 1. Color: Gray. 2. Applications: Use for: a. Joints in sidewalks and vehicular paving. 3. Products: a. Pecora Corporation; NR -201 Self -Leveling Traffic and Loop Sealant: www.pecora.com. b. Sherwin-Williams Company; Stampede 1SL Polyurethane Sealant: www.sherwin-williams.com. c. Substitutions: See Section 01 60 00 - Product Requirements. D. Soil Sterilant: As specified in Standard Specifications for Public Works Construction. Soil sterilant shall comply with all applicable environmental protection and hazardous materials laws and regulations. E. Headers and Stakes: Pressure preservative treated douglas fir, 2 x 6 inch nominal size except at curves provide laminated 1 x 6 inch. Use hot dipped galvanized nails only. F. Expansion Joint Filler: ASTM D1751, pre -molded, compressible 1/2 inch thick non -extruding bituminous type resilient filler, compatible with joint backing and sealing products. 2.07 CONCRETE MIX DESIGN A. Proportioning Normal Weight Concrete: Comply with ACI 211.1 recommendations. B. Concrete Strength: Establish required average strength for each type of concrete on the basis of field experience or trial mixtures, as specified in ACI 301. 1. For trial mixtures method, employ independent testing agency acceptable to Architect for preparing and reporting proposed mix designs. C. Admixtures: Add acceptable admixtures as recommended in ACI 211.1 and at rates recommended by manufacturer. 1. Use accelerating admixtures in cold weather or set retarding admixtures in hot weather only when approved by Architect. Do not use calcium chloride. D. Concrete Properties: 1. Compressive strength, when tested in accordance with ASTM C39/C39M at 28 days; As scheduled and per Table 201-1.1.2 of the SSPWC. 2. Water -Cement Ratio: Maximum 50 percent by weight. 3. Minimum Slump: 2 inches. 4. Maximum Slump: 4 inches 5. Aggregate size: 1" maximum (for PCC curbs, gutters and sidewalks). 3/4" maximum (for stamped concrete flatwork), adjust mix design for proper slump, superplasticizer, entrained air and fly ash based on selected stamped concrete forms and desired color finish. Submit separate mix design for color concrete areas. 6. Air Content: 3% to 5%. 2.08 MIXING A. Transit Mixers: Comply with ASTM C94/C94M. CENTRAL LIBRARY ACCESS CONTROUSECURITY IMPROVEMENTS 32 13 13 - CONCRETE PAVING CITY OF NEWPORT BEACH 50F 11 PART 3 - EXECUTION 3.01 EXAMINATION A. Verify compacted stabilized soil is acceptable and ready to support paving and imposed loads. B. Fine grading, checking, shaping, and compacting of subgrade shall be complete before start of concrete paving Work. C. Verify gradients and elevations of base are correct. D. Proof -roll prepared subbase surface below decorative concrete paving to identify soft pockets and areas of excess yielding. E. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 SUBBASE A. Prepare subbase in accordance with local community adopted version of Green Book Highways standards. B. For pavement subject to vehicular traffic, provide sub -base and aggregate base material as indicated on the Drawings. C. Aggregate base is not required under Portland cement concrete paving subject only to pedestrian traffic in normal use. 3.03 PREPARATION A. Project Conditions. - 1 . onditions:1. Water and Dust Control: Maintain control of concrete dust and water at all times. Do not allow adjacent planting areas to be contaminated. 2. Do not place pavement when base surface or ambient temperature is less than 40 degrees F or if base surface is wet or frozen. 3. Maintain environmental conditions (temperature, humidity, and ventilation) within limits recommended by manufacturer for optimum results. Do not install products under environmental conditions outside manufacturer's absolute limits. B. Moisten base to minimize absorption of water from fresh concrete. Do not place concrete on standing water. C. Notify Architect minimum 24 hours prior to commencement of concreting operations. D. Curbs and Gutters: Schedule portland cement concrete curbs and gutters to be in place and cured prior to start of adjoining asphaltic concrete and portland cement concrete paving Work. 3.04 COORDINATION WITH EXISTING CONSTRUCTION A. Connection to Existing Construction: Where new concrete is doweled to existing construction, drill holes in existing concrete, insert steel dowels and pack with non -shrinking grout. B. Preparation of Existing Concrete: Prepare previously placed concrete by cleaning with steel brush and apply bonding agent in accordance with manufacturer's instructions. 3.05 FORMING A. Place and secure forms to correct location, dimension, profile, and gradient. 1. Surfaces and Edges: Except where special finishes and tooled edges are indicated, provide all exposed finish surfaces of dense concrete with sharp arises and outside corners. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 32 13 13 - CONCRETE PAVING CITY OF NEWPORT BEACH 60F 11 2. Recesses and Openings: As indicated on Drawings or as directed. B. Concrete Formwork: 1. Construct formwork accurately and to configurations and dimensions indicated for finish concrete Work. 2. Formwork shall be substantial, mortar -tight and braced to maintain position and shape during placement of reinforcing and concrete. 3. Hold forms rigidly in place by stakes, clamps, spreaders and braces where required to ensure rigidity. 5. Formwork shall not deviate more than 1/4 inch maximum from required positions and levels. 6. Verify formwork alignment and levels as Work proceeds, promptly making adjustments and adding bracing as necessary. C. Assemble formwork to permit easy stripping and dismantling without damaging concrete. 1. Remove side forms for sidewalks not less than 12 hours after the finishing has been completed. D. Place joint filler vertical in position, in straight lines. Secure to formwork during concrete placement. 3.06 REINFORCEMENT A. Place reinforcement at mid -height of slabs -on -grade or as located per structural drawings. B. Reinforcement Placement, General: Locate reinforcement as indicated on Drawings or in Standard Specifications, whichever is more stringent. 1. Locate reinforcement to provide required cover by concrete. If not otherwise indicated on Drawings or in Standard Specifications, provide concrete cover in compliance with ACI 318, Table 3.3.2.3. 2. Place, support and secure reinforcement against displacement. C. Reinforcement Spacing: Space reinforcement as indicated on Drawings or in Standard Specifications, whichever is more stringent. If not indicated, maintain clear spacing of two times bar diameter but not less than 1-1/2 inch nor less than 1-1/3 times maximum size aggregate. D. Coordination: Locate reinforcement to accommodate embedded products and formed openings and recesses. E. Reinforcement Supports: Provide load bearing pads under supports or provide precast concrete block bar supports. F. Interrupt reinforcement at contraction and expansion joints. G. Place dowels to achieve pavement alignment as detailed. 1. Secure tie dowels in place before depositing concrete. Provide No. 4 bars, 18 inch long at 20 inches O.C. for securing dowels where no other reinforcement is provided. 3.07 COLD AND HOT WEATHER CONCRETING A. Follow recommendations of ACI 305R when concreting during hot weather. B. Follow recommendations of ACI 306R when concreting during cold weather. C. Do not place concrete when base surface temperature is less than 40 degrees F, or surface is wet or frozen. CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS 32 13 13 - CONCRETE PAVING CITY OF NEWPORT BEACH 7 OF 11 3.08 PLACING CONCRETE A. Mixing: If batch plant is within travel time not exceeding maximum limits, transit mix concrete in accordance with ASTM C94. If travel time exceeds limits, provide alternative means for mixing and submit for review and approval. B. Place concrete in accordance with ACI 304R. C. Do not place concrete when base surface is wet. D. Ensure reinforcement, inserts, embedded parts, formed joints are not disturbed during concrete placement. E. Place concrete continuously over the full width of the panel and between predetermined construction joints. Do not break or interrupt successive pours such that cold joints occur. F. Use internal vibration to consolidate concrete around reinforcing per industry guidelines. G. Place concrete to pattern indicated. H. Apply surface retarder only to surfaces indicated in accordance with manufacturer's instructions. 3.09 JOINTS A. Align curb, gutter, and sidewalk joints. B. Place 1/2 inch wide expansion joints as indicated on Drawings (if not indicated provide at 20 foot intervals) and to separate paving from vertical surfaces and other components and in pattern indicated. 1. Place in all concrete walks, other exterior flatwork and concrete curbs and gutters. 2. If expansion joints are not indicated, comply with standard details and specifications of authorities having jurisdiction, including Standard Details for Public Works Construction and Standard Specification for Public Works Construction, as applicable. 3. Place expansion control filler to correct elevation and profile. Form joints with joint filler extending from bottom of pavement to within 1/2 inch of finished surface. 4. Secure to resist movement by wet concrete. 5. Coordinate locations to align expansion joints in adjoining concrete walks, curbs, gutters and other exterior flatwork. 6. Provide expansion joints also at beginning and end of all curved segments. 7. Provide expansion joints also at intersections of concrete curbs and gutters and building footing. 8. Provide expansion joints also at intersections of concrete paving and building footing. 9. Lay out expansion joint locations to occur where possible at penetrations such as handrail posts and columns. 10. Place expansion control filler to correct elevation and profile. C. Provide scored joints: 1. As indicated on Drawings. If not indicated, locate joints in compliance with Standard Details and as indicated below. 2. Evenly spaced at maximum 5 feet intervals for vehicular paving and 5 feet for pedestrian paving —'/2" radius tooled joint to a depth of one -inch for the PCC track. 3. Between sidewalks and curbs. CENTRAL LIBRARY ACCESS CONTROUSECURITY IMPROVEMENTS 32 13 13 - CONCRETE PAVING CITY OF NEWPORT BEACH 8 OF 11 4. Between curbs and pavement. 5. Lay out control joint locations to occur at penetrations such as handrail posts and columns and where shown on Drawings. 6. Refer to Architectural, Landscape and Civil Drawings for additional information and joint locations. D. Provide keyed joints as indicated. E. Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond -rimmed blades. Cut 3/16 -inch- (5 -mm-) wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before developing random contraction cracks. 1. Perform jointing with a new diamond tip circular saw. 2. Joint Width: Per Drawings. Do not exceed 3/16 -inch in width. 3. Depth of sawcuts: 1/4th depth of slab. 4. Decorative Sawcut Joints: Per Drawings. 5. Sawcut joints in a straight line with no overcutting. F. Edging: After initial floating, tool edges of paving, gutters, curbs, and joints in concrete with an edging tool to a 1/4 -inch (6 -mm) radius. Repeat tooling of edges after applying surface finishes. Eliminate edging tool marks on concrete surfaces. G. Use a hand tool to sawcut up to vertical edges such as walls, steps, curbs and columns. No cutting into vertical surfaces will be allowed 3.10 FINISHING A. Concrete Paving Finish: ACI 301, two-step trowel finish, followed after surface has achieved initial set by flooding of surface and light rubbing with bristle brush so that concrete fines are exposed slightly. 1. Finish surface less than 6 percent shall receive medium broom finish resembling medium grit sandpaper. CBC 11 B-403 and 11 B-302.1. 2. Finish surface greater than 6 percent shall receive heavy broom finish. CBC 11 B-403 and 11B-302.1. 3. Surfaces shall have static coefficients of friction of 1.3 to 1.6 (dry) and 1.2 to 1.4 (wet) when field tested in accordance with ASTM C1028. B. Specific Finishes: 1. Paving Surface Retarder: a. Retarder Exposure Depth/Name: 1) Light Sandblast Finish C. Curing and Sealing: 1. Place curing compound on exposed concrete surfaces immediately after finishing. Apply in accordance with manufacturer's instructions. 2. Integrally Colored Concrete: Apply curing compound for integrally colored concrete according to manufacturer's instructions using manufacturer's recommended application techniques. Apply curing and sealing compound at consistent time for each pour to maintain close color consistency. a. Curing compound shall be same color as the colored concrete and supplied by same manufacturer of the colored admixture. CENTRAL LIBRARY ACCESS CONTROUSECURITY IMPROVEMENTS CITY OF NEWPORT BEACH 32 13 13 -CONCRETE PAVING 9 OF 11 3. Precautions shall be taken in hot weather to prevent plastic cracking resulting from excessively rapid drying at surface as described in CIP 5 Plastic Shrinkage Cracking published by the National Ready Mixed Concrete Association. 4. Do not cover concrete with plastic sheeting. 3.11 TOLERANCES A. ACI 301, Class B, except paving in public rights-of-way shall comply with the Standard Specifications. B. Maximum Variation of Surface Flatness: 1/4 inch in 10 ft. C. Maximum Variation From True Position: 1/4 inch. 3.12 FIELD QUALITY CONTROL A. An independent testing agency will perform field quality control tests, as specified in Section 01 40 00 - Quality Requirements. 1. Provide free access to concrete operations at project site and cooperate with appointed firm. 2. Submit proposed mix design of each class of concrete to inspection and testing firm for review prior to commencement of concrete operations. 3. Tests of concrete and concrete materials may be performed at any time to ensure conformance with specified requirements. B. Compressive Strength Tests: ASTM C 39/C 39M. For each test, mold and cure three concrete test cylinders. Obtain test samples for every 75 cu yd or less of each class of concrete placed each day. 1. Take one additional test cylinder during cold weather concreting, cured on job site under same conditions as concrete it represents. 2. Perform one slump test for each set of test cylinders taken. C. Maintain records of placed concrete items. Record date, location of pour, quantity, air temperature, and test samples taken. 3.14 REPAIRS AND PROTECTION A. Immediately after placement, protect pavement from premature drying, excessive hot or cold temperatures, and mechanical injury. B. Do not permit pedestrian traffic over pavement until 75 percent design strength of concrete has been achieved. C. Remove and replace decorative concrete paving that is broken or damaged or does not comply with requirements in this Section. Remove work in complete sections from joint to joint unless otherwise approved by Architect. D. Protect decorative concrete paving from damage. Exclude traffic from paving for at least 14 days after placement. When construction traffic is permitted, maintain paving as clean as possible by removing surface stains and spillage of materials as they occur. E. Maintain decorative concrete paving free of stains, discoloration, dirt, and other foreign material. Sweep paving not more than two days before date scheduled for Substantial Completion inspections. END OF SECTION CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPR0\iFhAPK1Tc 10 OF 11 THIS PAGE IS INTENTIONALLY BLANK CENTRAL LIBRARY ACCESS CONTROL/SECURITY IMPROVEMENTS CITY OF NEWPORT BEACH 32 13 13 -CONCRETE PAVING 11 OF 11 _��ft�Vzelncy sAURY1, n Assuredl'ut www.suretvl.com Toll Free 1-877-654-2327 Fax 1-916-737-5737 CONTINUATION CERTIFICATE In consideration of premium charged, Platte River Insurance Company hereby continues in force BOND No. PR2711902 Dated 5/04/2020 in the amount of $36,720.00 Dollars on behalf of RD SYSTEMS, INC. , as Principal, in favor of City of Newport Beach for the period beginning May 4, 2021 and ending May 4. 2022 subject to all terms and conditions of said bond; PROVIDED that the liability of Platte River Insurance Company shall not exceed in the aggregated amount above written, whether the loss shall have occurred during the term of said bond or during any continuation or continuations thereof , or partly during said term and partly during any continuation or continuations thereof. SIGNED AND SEALED THIS July 9, 2021 Platte River Insurance Company By: �- Susan Fournier, Attorney- ct 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 Sacramento ) On before me, Katherine DuPont, Notary Public (insert name and title of the officer) personally appeared Susan Fournier who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. KATHERINEDONT WITNESS my hand and official seal. a 2 COMM. #2206140 Notary Public - California p z Sacramento County d„N My Comm. Expires July 20, 2021 Signature a (Seal) L- PLATTE RIVER INSURANCE COMPANY PR2711902 POWER OF ATTORNEY Bond Number KNOW ALL MEN BY THESE PRESENTS, That the PLATTE RIVER INSURANCE COMPANY, a corporation of the State of Nebraska, having its principal offices in the City of Middleton, Wisconsin, does make, constitute and appoint T. PAGE, RYAN TASH; SUSAN FOURNIER --------------------------------------------------- its true and lawful Attorney(s)-in-fact, to make, execute, seal and deliver for and on its behalf, as surety, and as its act and deed, any and all bonds, undertakings and contracts of suretyship, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED: $20,000,000.00 -------------------------------------------- This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PLATTE RIVER INSURANCE COMPANY at a meeting duly called and held on the 8th day of January, 2002. "RESOLVED, that the President, Executive Vice President, Vice President, Secretary or Treasurer, acting individually or otherwise, be and they hereby are granted the power and authorization to appoint by a Power of Attorney for the purposes only of executing and attesting bonds and undertakings, and other writings obligatory in the nature thereof, one or more resident vice-presidents, assistant secretaries and attorney(s)-in-fact, each appointee to have the powers and duties usual to such offices to the business of this company; the signature of such officers and seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company, and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking or other writing obligatory in the nature thereof to which it is attached. Any such appointment may be revoked, for cause, or without cause, by any of said officers, at any time." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in - Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner — Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. IN WITNESS WHEREOF, the PLATTE RIVER INSURANCE COMPANY has caused these presents to be signed by its officer undersigned and its corporate seal to be hereto affixed duly attested, this I st day of January, 2020. Attest: /1 ` x������ttNu�nitrltrrr PLATTE RIVER INSURANCE COMPANY ZZ Ran J. Byrnes Senior Vice President, John L. Sennett, Jr. Chief Financial Officer and Treasurer '. SEAL Chief Executive Officer and President 'p At Suzanne M. Broadbent Assistant Secretary STATE OF WISCONSIN COUNTY OF DANE I S. S.: On the I st day of January, 2020 before me personally came John L. Sennett, Jr., to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is Chief Executive Officer and President of PLATTE RIVER INSURANCE COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. ,,,s���,�r�,,,,� o•:y'D J. Rt David J. Regele STATE OF WISCONSIN Notary Public, Dane Co., WI °�F(NtSC My Commission Is Permanent COUNTY OF DANE S.S.: ���7q��t1� 1, the undersigned, duly elected to the office stated below, now the incumbent in PLATTE RIVER INSURANCE COMPANY, a Nebraska Corporation, authorized to make this certificate, DO HEREBY CERTIFY that the foregoing attached Power of Attorney remains in fill force and has not been revoked; and furthermore, that the Resolution of the Board of Directors, set forth in the Power of Attorney is now in force. Signed and sealed at the City of Middleton, State of Wisconsin this 9th day of �,«��unwiniu r� SEAL.' July 20 21 a Andrew B. Diaz-Matos Senior Vice President, General Counsel and Secretary THIS DOCUMENT HAS BEEN GENERATED FOR A SPECIFIC BOND. IF YOU HAVE ANY QUESTIONS CONCERNING THE AUTHENTICITY OF THIS DOCUMENT CALL 800-475-4450. PR-ePOA-M (Rev. 01-2020) City of Newport Beach t�F'W PART Insurance Compliance PO Box 100085 - FV "<«tea"" Duluth, GA 30096 May 24, 2021 R.D. Systems, Inc. 3041 Edinger Ave. Tustin, CA 92780 Reference Number: FV00000054 This Account has moved from non-compliant to COMPLIANT status and currently in compliance for certificate of insurance requirements. As of the date above, your insurance meets City of Newport Beach insurance requirements. We appreciate your efforts and those of your insurance agent in working with our insurance representatives. Please call us at (951) 766-2285 if you have any questions. Sincerely, City of Newport Beach Compliant Notice [CA1]