Loading...
HomeMy WebLinkAboutC-7906-1 - Mariners Branch Library Remodel - Victor Jorgensen Community RoomCITY 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 22nd day of June, 2021, at which time such bids shall be opened and read for MARINERS BRANCH LIBRARY REMODEL VICTOR JORGENSEN COMMUNITY ROOM Contract No. 7906-1 $85,000 Engineer's Estimate Approved James M. Houlihan uty PWD/City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: http://www.planetbids.com/portal/portal.cfm?CompanylD=22078 MANDATORY PRE-BID SITE WALK: A mandatory job walk will be conducted for this project on June 10, 2021 at 10 AM, at the Victor Jorgensen Community Room located at 1300 Irvine Avenue, Newport Beach, CA. 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: "B" For further information, call Patrick Arciniega, Project Manager at (949) 644-3347 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: httPL_//newportbeachca.gov/government/open-transparent/online-services/bids-rfps- vendor -registration 516 W SHAW AVE.SUITE 200 FRESNO, CA USA 93704 NEXT STAGE GROUP Phone. +1(559) 221-4935 Fax: +1(559) 221-2660 Engineering acid Technalogi� WWWNEXTSTAGEGROUP CONI CUSTOMER City of Newport Beach PROJECT TITLE Mariners Branch Library Remodel (Victor Jorgensen Community Room) DOCUMENT TITLE Bid Proposal for Mariners Branch Library Remodel Al, Architectural Engineering Project Management � ,�u iI►t1 S Project Engineering Electrical Engineering W Pfd ' C -A J I .74 \4 I o K''% Project Bid: 7906-1 City of Newport Beach MARINERS BRANCH LIBRARY REMODEL VICTOR JORGENSEN COMMUNITY ROOM Contract No. 7906-1 TABLE OF CONTENTS NOTICE INVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS...................................................................................... 3 BIDDER'S BOND............................................................................................................ 6 DESIGNATION OF SUBCONTRACTOR(S)................................................................... 9 TECHNICAL ABILITY AND EXPERIENCE REFERENCES ............................................ 9 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD .................................................... 15 ACKNOWLEDGEMENT OF ADDENDA....................................................................... 18 INFORMATION REQUIRED OF BIDDER..................................................................... 19 NOTICE TO SUCCESSFUL BIDDER........................................................................... 21 CONTRACT.................................................................................................................. 22 LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A FAITHFUL PERFORMANCE BOND........................................................... Exhibit B INSURANCE REQUIREMENTS.................................................................Exhibit C PROPOSAL.............................................................................................................. PR -1 SPECIALPROVISIONS............................................................................................ SP -1 F& City of Newport Beach MARINERS BRANCH LIBRARY REMODEL VICTOR JORGENSEN COMMUNITY ROOM Contract No. 7906-1 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed, uploaded and received by the City Clerk via PlanetBids in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office in Sealed Envelope) DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor information to be submitted via PlanetBids) CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any; Contractor shall confirm via PlanetBids) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ACKNOWLEDGEMENT (Line Items to be completed via PlanetBids) The City Clerk's Office will open and read the bid results from PlanetBids immediately following the Bid Opening Date (Bid Due Date.) The Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date (Bid Due Date). Members of the public who would like to attend this reading may go to Bay E, 2nd Floor of the Civic Center (Located at 100 Civic Center Dr.) 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. Original copies must be submitted to the City Clerk's Office. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 3. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. Original, sealed copies must be submitted to the City Clerk's Office by the Bid Opening Date (Bid Due Date.) The title of the project, Contract Number and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 4. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 3 5. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 6. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 7. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 11. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 12. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on behalf of itself or a subcontractor that lacks privity of contract with the City but has requested that contractor proceed on its behalf, sent by registered mail or certified mail return receipt requested for a time extension, payment by the City for money or damages arising from work done by, or on behalf of, the contractor and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled, or for payment of an amount that is disputed by the City, the following is a summary of the claims resolution process to be applied: A. The City shall review the claim and, within 45 days, shall provide a written statement identifying the portions of the claim that are disputed and undisputed. This time period may 4 be extended by mutual agreement. The claimant shall furnish all reasonable documentation to support the claim. If the City needs approval from its City Council to provide the written statement and the City Council does not meet within the prescribed time period, the City shall have up to 3 days following the next regular meeting of the City Council to provide the written statement. Payment of the undisputed portion of the claim shall be made within 60 days after the City issues its written statement. B. If the claimant disputes the City's written statement or if the City does not issue a written statement in the prescribed time period, the claimant may demand in writing an informal meet and confer conference, which shall be scheduled within 30 days of receipt of claimant's demand. C. Within 10 business days of the meet and confer conference, if a dispute remains, the City shall provide a written statement identifying the portion of the claim that remains in dispute and the undisputed portion. The City shall pay any remaining amount of the undisputed portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding mediation or similar nonbinding process, with the City and claimant sharing the costs equally and agreeing to a mediator within 10 business days. If the parties cannot timely agree on a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate the remaining disputed portion. If mediation is unsuccessful, any remaining disputed portion shall be addressed using procedures outside of Public Contract Code section 9204. D. Failure by the City to meet the time requirements herein shall result in the claim being rejected in its entirety and shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. The signature below represents that the above has been reviewed. 1033104 Class B Contractor's License No. & Classification 1000054000 June 30, 2022 DIR Registration Number & Expiration Date Next Stage Group Bidder 5 Operations Director Authorized Signature/Title June 21, 2021 Date City of Newport Beach MARINERS BRANCH LIBRARY REMODEL VICTOR JORGENSEN COMMUNITY ROOM Contract No. 7906-1 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Ten Percent of Total Amount Bid Dollars ($ _10% of Bid ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of PROJECT TITLE, Contract No. 7906-1 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 18th day of June , 2021. NEXT STAGE CONSTRUCTION dba NEXTSTAGE GROUP L Name of Contractor (Principal) Authorized Signature/Title Old Republic Suretv Comoanv i �/ Name of Surety Authorized Agent Signature P.O. BOX 1635, MILWAUKEE, WI 53201 John T. Page, Attorney -in -Fact Address of Surety Print Name and Title (262)797-2640 Telephone (Notary acknowledgment of Principal & Surety must be attached) A ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of )Ss. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Thumbprint of Signer 0 Capacity(ies) claimed by Signer(s): Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: F Check here if no thumbprint or fingerprint is available. 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 `�" 2uy before me, personally appeared .John T. Page S. Smith, Notary Public (insert name and title of the officer) 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. Signature , k' (Seal) S. SMITH c COMM. #2285964 z �l_{i�� Notary Public - California ;0z Z. _-"cacramenlo Counly My Comm. expires Apr. 22, 2023 * * * OLD REPUBLIC" SURETY COMPANY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY. a Wisconsin stock insurance cot poration. does make, constitute and appoint: Jonn T Page. Ryan L Tash, Susan Fournier. Katherine Dupont of Rancho Cordova. CA its true and lawful Attorney(s)-in-Fact, with full power and authority for and on behalf of the company as surety, to execute and deliver and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognizances or other written obligations in the nature thereof. (other than bait bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, asbestos abatement contract bonds, waste management bonds, hazardous waste remediation bonds or black lung bonds), as follows: ALL WRITTEN INSTRUMENTS and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys -in -Fact, pursuant to these presents, are ratified and confirmed. This appointment is made under and by authority of the board of directors at a special meeting held on February 18, 1982. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18,1982. RESOLVED that, the president. any vice-president or assistant vice president, in conjunction with the secretary or any assistant secretary, may appoint attorneys -in -fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the company to execute and deliver and affix the seal of the company to bonds, undertakings, recognizances, and suretyship obligations of all kindsand said officers may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company (i) when signed by the president, any vice president or assistant vice president. and attested and sealed (if a seal be required) by any secretary or assistant secretary: or (ii) when signed by the president. any vice president or assistant vice president. secretary or assistant secretary, and countersigned and sealed (if a seal be required) by a duly authorized attorney-in-fact or agent: or (iii) when duly executed and sealed (if a seal be required) by one or snore attorneys -in -fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the company to such person or persons. RESOLVED FURTHER that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond. undertaking, recognizance. or other suretyship obligations of the company: and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer. and its corporate seal to be affixed this 26th day of March 2020 OLD REPUBLIC SURETY COMPANY C / SEAL >0 2: �, s,.,.aot Secreta - President STATE OF WISCONSIN, COUNTY OF WAUKESHA - SS On this 26th day of March 2020 personally came before me. Alan Pavlic and Karen J Haffner to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say: that they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. —r q�lir//)t�.J�/K` .', paBL�G i• 1 � • IV/� v, rlulary PuI;Lr. My Commission Expires: September 28, 2022 CERTIFICATE (Expiration of notary's commission does not invalidate this instrument) I, the undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY. a 411isconsin corporation. CERTIFY that the foregoing and attached Power of Attorney remairs in full force axi i es not been revoked: and furthermore, that the Resolutions of the board of directors set forth in the Power of Attorney, are now in force. o Signed , 700081 SEAL ar,J sealed at the City of Rancho Cordova. CA this day ofXW GRSC 22262 i3-6! ., - - "" `^'•; AssuredPartners of CA Ins Sery ice•' �w^i��� �'` � I Y City of Newport Beach MARINERS BRANCH LIBRARY REMODEL VICTOR JORGENSEN COMMUNITY ROOM Contract No. 7906-1 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name Next Stage Group FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $150,000, provide the following information: No. 1 Project Name/Number Restroom Remodel / 3714 Project Description Remodel 3 Seperate Public Restrooms Approximate Construction Dates: From Agency Name City of Fresno 4/2020 To: 6/2021 Contact Person Jay Ratliff Telephone (559621-5628 Original Contract Amount $ 385k Final Contract Amount $ 385,000.00 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. NA 10 No. 2 Project Name/Number City Hall Ceiling Replacement, 19-53 Project Description Ceiling Remodel Approximate Construction Dates: From Agency Name City of National City 12/2019 To: 4/2020 Contact Person Luca Zappiello Telephone (61�-336-4360 Original Contract Amount $ 427k Final Contract Amount $ 427,000.00 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. NA No. 3 Project Name/Number ADA Improvements at Various Park Restrooms 20-021 CA Project Description ADA Park Improvements Approximate Construction Dates: From Agency Name City of Corona 11/2019 To: 4/2020 Contact Person Tracy Martin Telephone (95�-817-5880 Original Contract Amount $ 150k Final Contract Amount $ 150,000.00 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. NA 11 No. 4 Project Name/Number NA Project Description NA Approximate Construction Dates: From NA Agency Name NA Contact Person NA Telephone ( ) NA Original Contract Amount $ NA Final Contract Amount $ NA If final amount is different from original, please explain (change orders, extra work, etc.) NA To: 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. NA No. 5 Project Name/Number NA Project Description NA Approximate Construction Dates: From NA To: NA Agency Name NA Contact Person NA Telephone ( ) NA Original Contract Amount $ NA Final Contract Amount $ NA If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. NA 12 No. 6 Project Name/Number NA Project Description NA Approximate Construction Dates: From NA To: NA Agency Name NA Contact Person NA Telephone ( ) NA Original Contract Amount $ NA Final Contract Amount $ NA 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. NA Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. Next Stage Group Operations Director Bidder Authorized Signature/Title 13 City of Newport Beach MARINERS BRANCH LIBRARY REMODEL VICTOR JORGENSEN COMMUNITY ROOM Contract No. 7906-1 NON -COLLUSION AFFIDAVIT State of California ) ss. County of Sacramento ) Christopher Whiterock being first duly sworn, deposes and says that he or she is Operations Director of Next Stage Group the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. Next Stage Group ( Operations Director Bidder Authorized Signature/Title Subscribed and sworn to (or affirmed) before me on this 18th day of June , 2021 by S. Smith, Notary Public , proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. S. SMITH Nota Public COMM. #2285964 z Notary Notary Public . California Z" Sacramento County [SEAL] � „ ,. ,,/,� Comm. Expires Apr. 22 2023T My Commission Expires: Apr, 22, 2023 14 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 Sacramento County of On �L `6 J 2LM— before me, S. Smith, Notary Public (insert name and title of the officer) personally appeared Christopher Whiterock 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 PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature S. SMITH o �`T COMM. #2285964 z Notary Public - California u z y Sacramento County o My Comm. Expires Apr. 22, 2023 i (Seal) City of Newport Beach MARINERS BRANCH LIBRARY REMODEL VICTOR JORGENSEN COMMUNITY ROOM Contract No. 7906-1 DESIGNATION OF SURETIES Bidder's name Next Stage Group 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): Katherine DuPont, Surety1, 3225 Monier Circle Suite 100, Rancho Cordova, CA 95742 Phone 916-737-5726 15 City of Newport Beach MARINERS BRANCH LIBRARY REMODEL VICTOR JORGENSEN COMMUNITY ROOM Contract No. 7906-1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name Next Stage Group Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 16 Current Record Record Record Record Record Year of for for for for for Record 2020 2019 2018 2017 2016 Total 2021 No. of contracts 6 4 5 4 1 0 20 Total dollar Amount of Contracts (in 627,000 1.2 Million 2.0 Milli011 1.5 Million 1.8 Millio 0 7,127,00 Thousands of $) No. of fatalities 0 0 0 0 0 0 0 No. of lost Workday Cases 0 0 0 0 0 0 0 No. of lost workday cases involving permanent 0 0 0 0 0 0 0 transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 16 Legal Business Name of Bidder Next Stage Group Business Address: 516 W Shaw Ave, Suite 200, Fresno, CA 93704 Business Tel. No.: 559-221-4935 State Contractor's License No. and Classification: 1033104 and Class B Title Sr. Project Manager / LLP. The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder, Date, 18/21 Title Sr Manager Signature of bidder,&co� Date 06/18/21 Title Sr Manager Signature of bidder ,,/ %u L-&4cd- Gf&4,31c,19 Date 06/18/21 Title Operations Director 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 ATTACHED] 17 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California Sacramento County of On ,'6 i before me, S. Smith, Notary Public (insert name and title of the officer) personally appeared Christopher Whiterock, Jason Decena & Riccardo Travalini 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 PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature sir S. SMITH COMM. #2285964 z tis Notary Public - California �O Z o Sacramento County aM Comm. Expires Apr. 22 2023 (Seal) City of Newport Beach MARINERS BRANCH LIBRARY REMODEL VICTOR JORGENSEN COMMUNITY ROOM Contract No. 7906-1 ACKNOWLEDGEMENT OF ADDENDA Bidder's name Next Stage Group The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Signature No.1 June 15 2021 in Page 1 of 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 621/ FO ADDENDUM NO. 1 MARINERS BRANCH LIBRARY REMODEL VICTOR JORGENSEN COMMUNITY ROOM PROJECT NO. 21 F02 CONTRACT NO 7906-1 DATE: iP )5 )2,02-1 BY: ;,-:-:12 t I e ty PWD/City Engineer TO: ALL PLANHOLDERS PT The following changes, additions, deletions, or clarifications shall be made to the Contract Documents — all other conditions shall remain the same. A. SPECIAL PROVISIONS: 1. Delete last sentence under 6-1.1 Construction Schedule. 2. Replace first paragraph under 6-7 TIME OF COMPLETION, 6-7.1 General with the following: The Contractor shall complete all work under the Contract within 25 consecutive working days after the date on the Notice to Proceed. Up to 45 consecutive working days before the Notice to Proceed shall be granted for procuring and delivering the products required for the project with a Notice to Procure. No work shall be done on the site until all long lead products have been secured; at this time, the Engineer shall issue a Notice to Proceed. 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. B. PLANS/CLARIFICATIONS/RFI RESPONSES: 1. Plumbing plans and fixture schedule are to be submitted by the Contractor for City approval prior to procurement. 2. There is no Fire Protection work required on this project. 3. Door Hardware Schedule is to be submitted by the Contractor for City approval prior to procurement. 4. For the cabinets, use Specification Section 06 4100-3, 2.01 MATERIALS A. Custom Casework: 1. Trespa and 2.02 COLOR SCHEDULE A. Hard Rock Maple. 5. There is no asbestos present. Page 2 of 2 6. Bid to set tile on existing slab. 7. (N) Hood duct is not required. 8. Contractor to supply: Range, Microwave, and Refrigerator. 9. Per Construction Note 02 4100.H (Sheet A2.1) shelf to be removed from pass through opening and made flush with existing wall. Bidders must sign this Addendum No. 1 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. Next Stage Group Bidder's Name (Please Print) June 15, 2021 Date CA-e-�' Operations Director Authorized Signature & Title Attachments: - None City of Newport Beach MARINERS BRANCH LIBRARY REMODEL VICTOR JORGENSEN COMMUNITY ROOM Contract No. 7906-1 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: Next Stage Group Business Address: 516 W Shaw Ave. Ste. 200, Fresno CA 93704 Telephone and Fax Number: 559-221-4935 and 559-221-2660 California State Contractor's License No. and Class: 1033104 and Class B (REQUIRED AT TIME OF AWARD) Original Date Issued: 11/20/2017 Expiration Date: 11/20/2021 List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: Joe Munoz (Ellis) Sr. Project Manager / LLP. 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 Abel Orozco LLP. 516 W Shaw Ave. Ste. 200, Fresno CA 93704 559-221-4935 Jason Decena LLP. 516 W Shaw Ave. Ste. 200, Fresno CA 93704 559-221-4935 Joe Munoz (Ellis) LLP. 516 W Shaw Ave. Ste. 200, Fresno CA 93704 559-221-4935 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: NA All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: Next Stage Group, DBA Next Stage Construction 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; NA Briefly summarize the parties' claims and defenses; NA Have you ever had a contract terminated by the owner/agency? If so, explain. No, NA 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 com fiance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes No 20 Are any claims or actions unresolved or outstanding? Yes No If yes to any of the above, explain. (Attach additional sheets, if necessary) NA Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. Joe Munoz (Ellis) (Print name of Owner or President of Corporation/Company) Next Stage Group0&a, (� Sr. Project Manager Bidder uthorized Signature/Title Sr. Project Manager Title June 18, 2021 Date On June 18th 2021 before me, Susan Smith , Notary Public, personally appeared Joe Ellis , 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 nd official seal. Susan Smith (SEAL) Notary Public in and-ferqeid-Efate My Commission Expires: Apr. 22, 2023 21 e�? S. SMITH COMM. #2285964 z Notary Public . California ;u Z w Sacramento County My Comm. Expires Apr. 22 2023 P City of Newport Beach MARINERS BRANCH LIBRARY REMODEL VICTOR JORGENSEN COMMUNITY ROOM Contract No. 7906-1 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 22 MARINER'S BRANCH LIBRARY REMODEL — VICTOR JORGENSEN COMMUNITY ROOM CONTRACT NO. 7906-1 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 24th day of August, 2021 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and Next Stage Engineering LLP, a California limited liability partnership ("Contractor"), whose address is 516 W. Shaw Ave. Suite 200, Fresno, California 93704, 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: demolishing an existing door, upper cabinets, countertop and base cabinet, sink, cooktop, roll up door, shelf and flooring; salvaging a refrigerator; extending an upper cabinet face frame; staining an upper cabinet, drawer bank, and base cabinet; installing adjustable shelving, and vertical dividers; removing base cabinet at sink; installing ceramic tile; patch, repair, and paint surfaces; installing paper towel dispenser; reinstalling the existing refrigerator; installing a new range and cooktop and new combination microwave and hood vent; installing simulated stone countertops; installing a sink, door and window; modifying electrical outlets and switches above countertops to accommodate new backsplash; install recessed receptacles for new electric range and combination microwave and hood; install new garbage disposal; install under -cabinet lighting fixtures; and all other incidental items to be completed in place as required by the Plans and Specifications (the "Project" or "Work"). C. Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A), Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 7906-1, Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"), all of which are incorporated herein by reference. The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. 2. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project. All of the Work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 3. COMPENSATION 3.1 As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Seventy Four Thousand Seven Hundred Fifty Dollars ($74,750.00). 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 Joe Ellis 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. Next Stage Engineering LLP Page 2 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. 6. NOTICE OF CLAIMS 6.1 Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for 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 Next Stage Engineering LLP Page 3 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Joe Ellis Next Stage Engineering LLP 516 W Shaw Avenue, Suite 200 Fresno, CA 93704 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. Next Stage Engineering LLP Page 4 10. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Contractor on the Project. 11. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Contract, the services to be provided under this Contract shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Contractor. 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 Next Stage Engineering LLP Page 5 Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project 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 Next Stage Engineering LLP Page 6 of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) 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. Next Stage Engineering LLP Page 7 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Contract and any other attachments attached hereto, the terms of this Contract shall govern. 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. Next Stage Engineering LLP Page 8 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, 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] Next Stage Engineering LLP 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 ATTORKY'4 OFFICE Date: �-/91/z> Bron C.pt $ • l�.y+ ity Att ney ATTEST: nn Date: '1, d4i4AMNI� BrownLeilani 1. City Clerk ,u NLL'FoRv% CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Dav bb Director of Public Works CONTRACTOR: Next Stage Engineering LLP, a California limited liability partnership Date: Signed in Counterpart LIM Joe Ellis Managing Partner [END OF SIGNATURES] Attachments: ibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements Next Stage Engineering LLP 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 ATTORNF/YS,OFFICE Date- 4�ron C. . '-L rp -7 kq - 21 z/ City Attern ATTEST: Date: 0 Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Dave Webb Director of Public Works CONTRACTOR: Next Stage Engineering LLP, a California limited liability partnership Date: rLOA 6z 21 By: Joe Ellis Managing Partner [END OF SIGNATURES] Attachments: Exhibit A Labor and Materials Payment Bond Exhibit 6 Faithful Performance Bond Exhibit C — Insurance Requirements Next Stage Engineering LLP Page 10 Executed in Duplicate EXHIBIT A LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to Next Stage Engineering LLP, hereinafter designated as the "Principal," a contract for demolishing an existing door, upper cabinets, countertop and base cabinet, sink, cooktop, roll up door, shelf and flooring; salvaging a refrigerator; extending an upper cabinet face frame, staining an upper cabinet, drawer bank, and base cabinet; installing adjustable shelving, and vertical dividers, removing base cabinet at sink; installing ceramic tile; patch, repair, and paint surfaces; installing paper towel dispenser; reinstalling the existing refrigerator; installing a new range and cooktop and new combination microwave and hood vent; installing simulated stone countertops; installing a sink, door and window; modifying electrical outlets and switches above countertops to accommodate new backsplash; install recessed receptacles for new electric range and combination microwave and hood; install new garbage disposal; install under -cabinet lighting fixtures; and all other incidental items to be completed in place as required by the Plans and Specifications 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. V,IHEREAS, 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. NO'v'J, THEREFORE, We the undersigned Principal, and, Old Republic SLrety 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 Seventj Four Thousand Seven Hundred Fifty Dollars ($74,760.00) lawful money of the, United States of America, said sum being equal to 100% of the estimated amount payable la - 'f the City of Newport Beach under the terms of the Contract; for which payment weli and �Uuly to be made, we bind ourselves, our heirs, executors and administrators, SUC`,eSsof , U, as"S!qns, Jointly and severally, firmly by these present. T }::: COND11]01,41 OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's suibcGntracto.rs, fail to pay for any materials, provisions, or other supplies, Implement's or rnachinery used in, upon, for, or about the performance of the Work contrar-te(J' to lbe done, or for any other work or labor thereon of any kind, or for amounts du�:-, ,rade i the Unemployment Insurance Code with respect to such work or labor, or for any amcunts > squired to be deducted, withheld and paid over to the Employment Developi,rca' Department from the wages of employees of the Principal and SLJbCr-nt,,ac-,-),-s PUMLN-Wt to Section 13020 of the Unemployment Insurance Code with Next Stage, Engineering LLP Page A-1 respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the SLIM specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. 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 Frincipal and Surety, on the 26th day of August , 2021 . Next Stage Engineering UP Name of Contractor (Principal) Old ReFablic Si -ety Company Name of Surety P.O. BOX 1635, MILWAUKEE, WI 53201 Address of Surety (262)797-2640 Telephone -_- APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date----- 4 ate:__ q 02� By - -- /� �^,a n C C. I I � (,i,GW q ,2D ` "I ty Attor y Authorized Igna re/Title A orized Agent Signature John T. Page, Attorney-in-lVact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Next Stage Engineering LLP Page A-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of )SS. On 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) istare subscribed to the within instrument and acknowledged to me that he/sheithey executed the same in his/her/their authorized capacity(ies), and that by his/herttheir signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WiTNESS my hand and official seal. Signature (seal) ACKNOWLEDGMENT W—n-o-ta-r-ypu—Nic or other officer completing this certificate verifies only the identity of the individual who Fjigned the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State ,,)f 'California County of )SS. On --20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hisiheritheir authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the parson's), or the entity upon behalf of which the person(s) acted, executed the Instrument. I cerbiy under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. VVI'TNESS my hand and official seal. (seal) Next Stag© Engineering LLP 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 On g before me, _ rSA , iVl� 1 q pn L — insert name and title o the officer) � personally appeared cJ;e- GL -1 S 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 m .,. COMM. #2214437 Z Z Notary Public • Calilo,aia a MY Comm. Sacramento Counly Expires Sep. !6, 2�2t 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 Sacramento On p ai2(&A- before me, personally appeared John T. Page Ryan Tash, Notary Public (insert name and title of the officer) 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 Z Sacramento County 1 ^�" My Comm. Expires Sep, 16, 2021 Signature (Seal) *. Sk Sir Sk POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: Tinat OLD REPUBLIC SURETY COMPANY, a Wisconsin stock insurance corporation, does make, constitute and appoint: John T Page, Ryan L. Tash: Susan Fournier. Katherine Dupont of Rancho Cordova, CA its true and lawful Attorney(s)-in-Fact, with full power arid authority for and on behalf of the company as surety, to execute and deliver and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognizances or other written obligations in the nature thereof, (other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note guaranty bonds, self-insurance ;workers compensation bonds guaranteeing payment of benefits, asbestos abatement contract bonds, waste management bonds, h.72a,ulcus .:,-.te 'emediofir,,n bonds orblack lung bonds), as follows: ALL WRITTEN INSTRUMENTS and to bind OLD REPUBLIC SURE! -Y COMPANY thereby, arid all of the acts of said Attorneys -in -Fact, pursuant to these presents, are ratified and confirmed. This appointment is made under aria by authority of the board of directors at a special meeting held on February 18, 1982. This Power of Attorney is signed and sealed by facsimile Linder and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18,1982. RESOLVED that, the president any vice-president or assistant vice president, in conjunction with the secretary or any assistant secretary, may appoint attorneys -in -fact or agents with authcrity as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the company to execute and deliver and sffix ti-::= sea! of the company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may remove any such atter, ev-in-fact -r :pent and revoke any Power of Attorney previously granted to such person. RESOLVED FURT 0 ., i; -tat iy Dord, unsertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company (i) when signed by the Pres dent. any vice president or assistant vice president; and attested and sealed (if a seal be required) by any secretary or assistant secretary: or (ii) when signed by the president. any vice president or assistant vice president, secretary or assistant secretary, and countersigned and sealed (if a seal be required; by a dO�, :it.tf.hcnzed attorney -gin -fact or agent; or (iii) when duly executed and ; :ed -;o (it a seal be required) by one or more attorneys -in -fact or agents pursuant to and within the limits of the authority evidenced by the Power of ,A,aoney issued by the company to such person or persons. RESOLVED FURiHL:=? that ti;. s.yna;rut; or any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof out, : i trig the xecution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the company; and such signature and seai rii-e; r _. ; �n<:5 i.av _t:: same force and effect as though manually affixed. IN WITNESS 4'dH RE;L G .. -'I- dEii.1C SURETY COMPANY has caused these presents to be signed by its proper officer, and its corporate seal to be affixed this _,.._ 2651th say of _ March 2020 - SEAL > P 2� 901 t S }F! i � 3 STATE OF WiSCONSliy, C --)UN TY ':)F VVAUKESHA - SS OLD REPUBLIC SURETY COMPANY 104. President On this 26th w da,; f 2020 , personally came before me, Alan Pavlie and Kai!' me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the aboae a 'rune^a, and ;hey each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say: that they are the said officers- of the cot o; anion aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as sash urficer . -rere duty affb:ed and subscribed to the said instrument by the authority of the board of directors of said corporation. t Notary Public My Commission Expires: September 28, 2022 CERTIFICATE (Expiration of notary's commission does not invalidate this instrument) 1, the ur,deraiened as,s�siant s". cretai } o` tie ,DLD REPUBLIC SURE rY COMPANY. a Wisconsin corporation, CERTIFY that the foregoing and attached Power of ,Attorne'; na:�;eina it 2a;; ?`crc ar:d has not been revoked; and furthermore, that the Resolutions of the board of directors set forth in the Power of Attorney, are rr-zw ir: ci Ce- i<JN 26th August 21 7`l 0081 a SEA .� ig^ed a:.a seated a: the City of Rancho Cordova, CA this day of 44 ORSC 22262 (3-06) — �t Secreta AssuredPartners of CSA ;ns 27G v Premium is for contract term and is subject to adjustment based on final contract price. EXHIBIT B Executed in Duplicate. CiTY OF NEWPORT BEACH BOND NO. GFB5953612 ' •• 1 :slrr The premium charges on this Bond is $ 2,243.00 , being at the rate of $ 30.00 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to Next Stage Engineering LLP, hereinafter designated as the "Principal," a contract for demolishing an existing door, upper cabinets, countertop and base cabinet, sink, cooktop, roll up door, shelf and flooring; salvaging a refrigerator; extending an upper cabinet face frame; staining an upper cabinet, drawer bank, and base cabinet; installing adjustable shelving, and vertical dividers; removing base cabinet at sink; installing ceramic tile; patch, repair, and paint surfaces; installing paper towel dispenser; reinstalling the existing refrigerator; installing a new range and cooktop and new combination microwave and hood vent; installing simulated stone countertops; installing a sink, door and window; modifying electrical outlets and switches above countertops to accommodate new backsplash; install recessed receptacles for new electric range and combination microwave and rood; install new garbage disposal; install under -cabinet lighting fixtures; ariu all other incidental items to be completed in place as required by the Plans and Specifications in the City of Newport Beach, in strict conformity with the Contract on file with the office of the CiN Clerk of the City of Newport Beach, which is incorporated herein by this f e,'CTei'�ici. V'VHEREAS, Principal has executed or is about to execute the Contract and the terns tl Hereof retuire the furnishing of a Bond for the faithful performance of the Contract. NOW, TH-l"REFORE, we, the Principal, and Qld Republic Surety Company duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Slrrety" ), are held and firmly bound unto the City of Newport Beach, in the sum of Seventy l=our Thousand Seven Hundred Fifty Dollars ($74,750.00) 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 payrne -t well and truly to be made, we bind ourselves, our heirs, executors and acanrinis -ators, vu,ccessors, or assigns, jointly and severally, firmly by these present. THE CONDITION O1= THIS OBLIGATION IS SUCH, that if the Principal, or the Principa!'= heirs, executors, administrators, successors, or assigns, fail to abide by, and we'll. ,ind truly keep and perform any or all the Work, covenants, conditions, and agre.�_�,Y, :nts in the Contract Documents and any alteration thereof made as therein prc`�i icr on its pact, to be kept and performed at the time and in the manner therein spccifiec , ant: ire all respects according to its true intent and meaning, or fails to indemnify, defend, and s:avc ha mIess the City of Newport Beach, its officers, employees and agents, as thr+;i, stipulated, then, Surety will faithfully perform the same, in an amount not Next Stace Engineering LLP Page B-1 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. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terns 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"WIT NI SS WHEREOF, this instrument has been duly executed by the Principal and Surety above mimed, on the 26th day of August ,2021 Next Stage Engineering LLP Name o; Contractor (Principal) Old Republic Surety Company Name of Surety P.O. BOX 1635, MILWAUKEE, WI 53201 Address of Surety (262) 797-2.640 Telephone APPROVED AS TO FORM: CITY ATTOR E'Y''�OFF€CE //�l'Date. / -�\ A�fon C. H rp / U R , u.i �-t/y \�i?`ity _,ttomeyl/ Authorized S' natu e/Title orized Agent Signature John T. Page, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF i-31ONTRACTOR AND SURETY MUST BE ATTACHED Hent Stage Engineering LLP Page B-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of )SS. On 20 before me, , Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) 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 riot the truthfulness, accuracy, or validity of that document. State of California County of _ ._ )SS. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/tiheir authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument, certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Wi'FNESS my hand and official seal. Sig'lature (seal) Next Stage Engineering LIP 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 O� oi.�l�0�-i before me, R Yait ')-^- A 0 NO t a,,x pu (insert name and title of the officer) personally appeared To C. ea;_( 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 helshe/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 -- I COMM. #2214437 y cc `m Notary Public • Caliroriia A Z Sacramento County M Comm. Ey fres Sep. 16.221 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 Sacramento On dg6llg I before me, personally appeared .John T. Page Ryan Tash, Notary Public (insert name and title of the officer) 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 m hand and official seal. RYAN TASK y COMM. #2214437 z Notary Public • California o ZSacramento County �— My Comm. Expires Sep, 16, 2021 Signature `� `� (Seal) ,tr •, �r OLD REPUBI.A.C" SUIREIN COMPANY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock insurance corporation, does make, constitute and appoint: John T Page, Ryan L. Tash, Susan Fournier, Katherine Dupont of Rancho Cordova, CA its true and lawful Attorneys) -in -Fact. with full power and authority for and on behalf of the company as surety, to execute and deliver and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognizances or other written obligations in the nature thereof, (other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, asbestos abatement contract bonds, waste management bonds: hazardous waste remediation bonds or black lung bonds), as follows: ALL WRITTEN INSTRUMENTS and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys -in -Fact, pursuant to these presents, are ratified and confirmed. This appointment is made under and by authority of the board of directors at a special meeting held on February 18, 1982. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18,1982_. RESOLVED that; the presiden', any vice-president or assistant vice president, in conjunction with the secretary or any assistant secretary, may appoint attorneys -in -fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the company to execute and deliver and affix t! -:e seal of the company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER that any gond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company (i) when signed by the president. any vice president or assistant vice president, and attested and sealed (if a seal be required) by any secretary or assistant secretary: or (ii) when signed by the president, any vice president cr assistant vice president, secretary or assistant secretary, and countersigned and sealed (if a seal be required', b« a du'y rutl.-- ;+ ad atforne>­in-fact or agent; or (iii) when duly execute! and S•s@ie+ (if a seal be required) by one or more attorneys -in -fact or agents pursuant to and within the limits of the authority evidenced by tate Povvei 0I Attorney issued by the company to such person or persons. RESOLVED FUPTHE.R that tl-:;- si ;nature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the e>:ecuiicr and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the company; and such signature and semi whan so cst:d st-aii na+:e tf:e same force and effect as though manually affixed. IN WITNESS k;+`HERF.JF. n:..- REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer, and its corporate seal to be affixed this.2tttt.__ may of _ _ March 2020 ;JO�vO su11 it- OLD REPUBLIC SURETY COMPANY SEE AhiE O - LP AL > _. z President STATE OF WISCONSIN, COUN f Cr V AUKESHA - SS On this 26th _.u- day of _ ,_._. . _ March 2020_, personally came before me, Alan Paylic and __ Karen .1 Haffner . to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above instrumer:? and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say: that they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as suer: officer:: sere duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. '&a- o.Notary Public My Commission Expires: September 28 2022 CERTIFICATE (Expiration of notary's commission does not invalidate this instrument) I, the undersign:d. assistar:t se.;retaiy cf the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation, CERTIFY that the foregoing and attached Power of Ario,r:ey ei :afr s:. ir, full ;.,..; and has not been revoked, and furthermore, that the Resolutions of the board of directors set forth in the Power of Attorney. are row in force. 70 C081 ORS,_' 222C? (3-06� S1 - ASSuredPartners Of CA ins Serv1 2 26th Signed and sealed at the City of Rancho Cordova, CA this _E(Jd{/ay of *Secft.b August 21 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 Next Stage Engineering LLP 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. D. Builder's Risk Insurance. Contractor shall maintain Builders Risk insurance or an installation floater as directed by City, covering damages to the Work for "all risk" or special causes of loss form with limits equal to 100% of the completed value of the Contract, with coverage to continue until final acceptance of the Work by City. At the discretion of City, the requirement for such coverage may include additional protection for Earthquake and/or Flood. City shall be included as an insured on such policy, and Contractor shall provide City with a copy of the policy. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to 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 Next Stage Engineering LLP Page C-2 required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least fifteen (15) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Contractor shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days' advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of Next Stage Engineering LLP Page C-3 non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self -insure its obligations to City. If Contractor's existing coverage includes a self-insured retention, the self-insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self-insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. Next Stage Engineering LLP Page C-4 J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. K. Maintenance of General Liability Coverage. Contractor agrees to maintain commercial general liability coverage for a period of ten (10) years after completion of the Project or to obtain coverage for completed operations liability for an equivalent period. Next Stage Engineering LLP Page C-5 City of Newport Beach MARINERS BRANCH LIBRARY REMODEL VICTOR JORGENSEN COMMUNITY ROOM Contract No. 7906-1 PROPOSAL (Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids. Contractor shall sign the below acknowledgement) To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 Councilmembers: The undersigned declares that the Contractor 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. 7906-1 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: June 21, 2021 Date 559-221-4935 and 559-221-2660 Bidder's Telephone and Fax Numbers 1033104 and Class B Next Stage Group Bidder G(%` ecl Operations Director Bidder's Authorized Signature and Title 516 W Shaw Ave, Suite 200 Fresno,CA 93704 Bidder's License No(s). Bidder's Address and Classification (s) 1000054000 DIR Registration Number Bidder's email address: Sales@nsetg.com KM i Electronic Vendor Name Next Stage Engineering Address 516 W Shaw Ave Suite 200 Bid Responsive Fresno, California 93704 Bid Status United States Respondee Sales Respondee Title Sales Team Phone 559-221-4935 Email sales@nsetg.com Vendor Type CADIR License # 1033104 CAD I R 1000054000 Bid Format Electronic Submitted 06/22/2021 9:04 AM (PDT) Delivery Method Bid Responsive Bid Status Submitted Confirmation # 258383 File Title File Name File Type BID SUBMITTAL C-7906-1 Next Stage Group.pdf BID SUBMITTAL C-7906-1 Next Stage Group.pdf General Attachment BID SUBMITTAL C-7906-1 Bond -Only Next Stage Group.pdf BID SUBMITTAL C-7906-1 Bond -Only Next Stage Group.pdf Bid Bond No Subcontractors Discount Terms No Discount Item " Item Code Type Item Description UONI QTY Unit Price Line Tctal Response Comment Section 1 37J 750.00 1 Construct Interior Renovation Luno Sum 1 369.250.00 569.250.00 Yes 2 Changed Field Conditions Allowance 1 35 OOU.00 55.000.00 Yes 3 A,Built Plans Lump Sun t 5500.00 3500.00 Yes Section Title Section 1 Grand Total Line Total 574.750.00 S74.750.00 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX »\ FOR �i`� hi1L N\p SPECIAL PROVISIONS CALIFOai MARINERS BRANCH LIBRARY REMODEL VINCENT JORGENSEN COMMUNITY ROOM PROJECT NO. 21 F02 CONTRACT NO. 7906-1 PART 1 - GENERAL PROVISIONS 1 SECTION 0 - EXISTING PROJECT CONDITIONS 1 0-1 JOB SITE VISIT 1 SECTION 1— TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1 1-2 1 -FRMS AND DEFINITIONS 1 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2 2-1 AWARD AND EXECUTION OF THE CONTRACT 2 2-5 PLANS AND SPECIFICATIONS 2 2-5.2 Precedence of Contract Documents 2 2-6 WORK TO BE DONE 2 SECTION 3 - CHANGES IN WORK 2 33 EXTRA WORK 2 3-3.2 Payment 2 3-3.2.3 Markup 2 SECTION 4 - CONTROL OF MATERIALS 3 4 1 MATERIALS AND WORKMANSHIP 3 4-1.3 Inspection Requirements 3 4-1.3.1 General 3 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 3 6-1 CONSTRUCTION SCHEDULE= AND COMMENCEMENT- OF WORK 3 6- 1.1 Construction Schedule 4 6-7 -1-IME OF COMPLETION 4 6 7.1 General 4 6-8 COMPLE110N, ACCEPTANCE, AND WARRANTY 5 6-9 LIQUIDAIED DAMAGES 5 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 6 7 1 1 HE CONTRACT-OR'S EQUIPMENT AND FACILIITIES 6 7-1.2 I emporary Utility Services 6 7 5 PERMITS 6 7 7 COOPERATION AND COLLATERAL WORK 6 7-8 WORK SITE MAINTENANCE 6 7-8.4 Storage of Equipment and Materials 6 7-8.4.2 Storage in Public Streets 7-8.6 Water Pollution Control 7-8.6.2 Best Management Practices (BMPs) 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS 7-9.2 Care While Working Inside Buildings 7-10 SAFETY 7-10.1 Traffic and Access 7-10.3 Parking Lot, Detours and Barricades 7-10.4 Safety 7-10.4.1 Work Site Safety SECTION 9 - MEASUREMENT AND PAYMENT 9-2 LUMP SUM WORK 9-3 PAYMENT 9-3.1 General 9-3.2 Partial and Final Payment. 8 10 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS MARINERS BRANCH LIBRARY REMODEL VINCENT JORGENSEN COMMUNITY ROOM PROJECT NO. 21F02 CONTRACT NO. 7906-1 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. B -5294-S); (3) Building Permit(s); (4) the City's Design Criteria and Standard Drawings for Public Works Construction, (2021 Edition); (5) Standard Specifications for Public Works Construction (2015 Edition) including supplements. The City's Design Criteria and Standard Drawings for Public Works Construction are available at the following website: http://www.newportbeachca.gov/government/departments/public-works/resources Copies of the Standard Specifications for Public Works Construction may be purchased online at www.bnibooks.com/products/standard-specifications-public-works-construction or call 888-BNI BOOK (888-264-2665). The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 0 — EXISTING PROJECT CONDITIONS 0-1 JOB SITE VISIT Contractors must attend the mandatory pre-bid meeting at Vincent Jorgensen Community Room on June 10, 2021 at 10 AM. SECTION 1 — TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1-2 TERMS AND DEFINITIONS Add the following definition: Page 1 of 10 City — City of Newport Beach SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT At the time of the award and until completion of work, the Contractor shall possess a Class B licenses. 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 demolishing an existing door, upper cabinets, countertop and base cabinet, sink, cooktop, roll up door, shelf and flooring; salvaging a refrigerator; extending an upper cabinet face frame; staining an upper cabinet, drawer bank, and base cabinet; installing adjustable shelving and vertical dividers; removing base cabinet at sink; installing ceramic tile; patch, repair and paint surfaces; installing paper towel dispenser; reinstalling the existing refrigerator; installing a new range and cooktop and new combination microwave and hood vent; installing simulated stone countertops; installing a sink, door and window; modifying electrical outlets and switches above countertops to accommodate new backsplash; install recessed receptacles for new electric range and combination microwave and hood; install new garbage disposal; install under -cabinet lighting fixtures; and all other incidental items to be completed in place as required by the Plans and Specifications. SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup 3-3.2.3.1 Work by the Contractor Delete this section and replace with the following: The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profit: Page 2 of 10 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 and shall constitute the markup for all overhead and profit. An additional markup of five (5) percent of the total subcontracted cost may be added by the Contractor. To the sum of the costs and markups provided in this subsection, one (1) percent may be added as compensation for bonding. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer with full information as to the progress of the work in its various parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK Page 3 of 10 6-1.1 Construction Schedule No work shall begin until a Notice to Proceed has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a baseline schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. The Engineer will review the baseline schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved baseline schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the baseline schedule and has demonstrated the ability to maintain the schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. 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. It is desired that this project be constructed between June 13, 2021 and August 23, 2021. 6-7 TIME OF COMPLETION 6-7.1 General The Contractor shall complete all work under the Contract within 25 consecutive working days after the date on the Notice to Proceed. 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 9:00 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. The following days are designated City holidays and are non -working days: 1. January 1St (New Year's Day) Page 4 of 10 2. Third Monday in January (Martin Luther King Day) 3. Third Monday in February (President's Day) 4. Last Monday in May (Memorial Day) 5. July 4th (Independence Day) 6. First Monday in September (Labor Day) 7. November 11th (Veterans Day) 8. Fourth Thursday and Friday in November (Thanksgiving and Friday after) 9. December 24th, (Christmas Eve) 10. December 25th (Christmas) 11. December 26th thru 30th (City Office Closure) 12. December 31 st (New Year's Eve) If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY Prior to acceptance of work, the Contractor shall submit a full size set of plans to the Engineer. Retention payment and bonds will not be released until the as -built plans are reviewed and approved by the Engineer. A set of approved plans and specifications shall be on the job site at all times. The Contractor shall maintain as -built drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress payment is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the as -built plans. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. 6-9 LIQUIDATED DAMAGES For each consecutive calendar day after the time specified in Section 6-7.1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $1,000.00. Execution of the Contract shall constitute agreement by the City and Contractor that the above liquidated damages per calendar day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations. Page 5 of 10 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services Add to this Section, "The Contractor may use the onsite water and power at no charge. However, any abuse of such privileges will cause the contractor to lose its access to the City's utilities as well as having to provide its own water and power source for all of the remaining work." 7-5 PERMITS Replace this section with "The project is deemed `permit -ready' by the City's Building Department (Plan Check No. 1827-2019). The contractor shall obtain the necessary building permit(s) prior to the pre -construction meeting and fees will be waived. Project is not complete until Building Permit is finaled. 7-7 COOPERATION AND COLLATERAL WORK Add to this Section, "In the event that the Contractor needs to turn off the water supply to the building in order to conduct its work, the Contractor shall notify the Engineer at least two (2) business days in advance of the need for the shutdown so that the appropriate arrangements can be timely made." 7-8 WORK SITE MAINTENANCE 7-8.4 Storage of Equipment and Materials 7-8.4.2 Storage in Public Streets Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction. 7-8.6 Water Pollution Control 7-8.6.2 Best Management Practices (BMPs) The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: Page 6 of 10 a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate administrative citation per Section 14.36.030 of the City's Municipal Code. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS 7-9.2 Care While Working Inside Buildings Add this Section to read, "While working in the Building, the Contractor shall be solely and continually responsible for the condition of the walking surfaces that are used by its workers. The Contractor shall immediately remove and dispose of any and all errant/fallen debris, liquids, and other contaminants onto the tiles, stones, pavers, carpeting, etc. flooring and make such surfaces safe for use by all ages with varying degrees of physical and reaction abilities. In the event that the Contractor was unable to timely perform such remedial tasks, the City will deploy its forces to make the area safe and will back charge the Contractor for the actual cost of such work plus 50%, all to be deducted from the sums due the Contractor. It is strongly recommended that the Contractor clearly designate a construction path of travel and deploy safety measures for such areas so as to minimize mishaps and conflicts with the library patrons." In addition, the Contractor will restore anything damaged with the same in kind materials. 7-10 SAFETY 7-10.1 Traffic and Access Add to this Section: The Contractor shall provide traffic control and access in accordance with Section 7-10 of the Standard Specification and the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. Page 7 of 10 7-10.3 Parking Lot, Detours and Barricades Add to this Section, "The parking lot is heavily used daily. The Contractor shall at all times stage, store, and screen its equipment, tools and supplies in a manner that will not interfere with the parking lot users. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction." 7-10.4 Safety 7-10.4.1 Work Site Safety The Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during performance of the work. The Contractor shall fully comply with all state, federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. SECTION 9 - MEASUREMENT AND PAYMENT 9-2 LUMP SUM WORK Contractor shall submit a detailed schedule of value for all lump sum bid items to the Engineer within 15 days after award of contract. 9-3 PAYMENT 9-3.1 General Revise paragraph two to read: The unit and lump sum bid prices for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Construct Interior Renovation: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for providing bonds, insurance and financing, preparing and updating construction schedules as requested by the Engineer, attending construction progress meetings as needed (assume 3), and Page 8 of 10 all other related work as required by the Contract Documents. This bid item shall also include work to demobilize from the project site including but not limited to site cleanup, and providing any required documentation as noted in these Special Provisions. Including but not limited to: a. Mobilization and Demobilization: Mobilization, demobilization, site cleanup, providing any required documentation noted in these Special Provisions, and providing bonds, insurance and all other related work as required by the Contract Documents. b. Removals: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing of existing door, upper cabinets, countertop and base cabinet, sink, cooktop, roll up door, shelf and flooring and all other work items as required to complete the work in place. c. Salvage Refrigerator and Install Appliances: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for salvaging and reinstalling the existing refrigerator and installing the new range and cooktop and new combination microwave and hood vent and garbage disposal and paper towel dispenser. This includes all the electrical work required to install these appliances with all necessary electrical components, connecting all electrical wiring, and all other work items as required to complete the work in place. This bid item also includes installing a new door and window. d. New Construction: Construct all improvements shown on the Plans and the Architectural Technical Specifications. e. 5 -year Parts and Labor Extended Warranty on Appliances: All of the appliances listed on the Plans and in the Specifications shall be delivered with a factory issued 5 -Year Parts and Labor Extended Warranty, with the City of Newport Beach as the warranty holder. The cost of such warranties shall have been made a part of the bid. Item No. 2 Changed Field Conditions: Work under this item shall include those items encountered in the field that were not included in the Contract Documents. All work to be charged against this bid item can be intimated by either the Contractor or the Engineer but must be approved by the Engineer prior to starting work. The cost of any work started or completed without prior authorization from the Engineer shall be borne by the Contractor. The stipulated unit price listed on the Proposal by the City is the maximum allowance value for the total of individual tasks completed. If no work is completed under this bid item, no compensation shall be made to the Contractor. Page 9 of 10 Item No. 3 Provide As -Built Plans: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of $500.00 is determined for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -built drawings. 9-3.2 Partial and Final Payment. From each progress payment, five (5) percent will be retained by the City, and the remainder less the amount of all previous payments will be paid. Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code. The Contractor shall fully comply with the following Architect's Technical Specifications for the Construction of the Vincent Jorgensen Community Room Remodel which augments, but is not referenced to in the above sections of the Standard Specifications for Public Works Construction. Page 10 of 10 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL SECTION 01 1000 SUMMARY PART 1GENERAL 1.01 PROJECT APRIL 2021 A. Project Name: Mariners Branch Library Remodel - Vincent Jorgensen Community Room B. Owner's Name: City of Newport Beach C. The Project consists of the demolition and improvement of existing kitchen including new cabinets, finishes, lighting, and equipment. Additional work includes removal of existing floor tile and replacing with new flooring and painting. Also, a new sink, door and window are being installed and electrical outlets and switches need to be modified. 1.02 CONTRACT DESCRIPTION A. Contract Type: A single prime contract based on a Stipulated Price as described in the General Conditions of the Contract. 1.03 OWNER OCCUPANCY A. Owner intends to occupy the Project upon Substantial Completion. B. Cooperate with Owner to minimize conflict and to facilitate Owner's operations. C. Schedule the Work to accommodate Owner occupancy. PART 2 PRODUCTS — NOT USED PART 3 EXECUTION — NOT USED END OF SECTION SUMMARY 011000-1 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL SECTION 01 2000 PRICE AND PAYMENT PART 1 GENERAL 1.01 SECTION INCLUDES APRIL 2021 A. Procedures for preparation and submittal of applications for progress payments. B. Documentation of changes in Contract Price and Contract Time. C. Change procedures. D. Procedures for preparation and submittal of application for final payment. 1.02 SCHEDULE OF VALUES A. Electronic media printout including equivalent information will be considered in lieu of standard form specified: submit sample to Architect for approval. B. Forms filled out by hand will not be accepted. C. Submit Schedule of Values in duplicate within 15 days after date of Owner -Contractor Agreement. D. Include separately from each line item; a direct proportional amount of Contractor's overhead and profit. E. Revise schedule to list approved Change Orders, with each Application For Payment. 1.03 APPLICATIONS FOR PROGRESS PAYMENTS A. Payment Period: Submit at intervals stipulated in the Agreement. B. Electronic media printout including equivalent information will be considered in lieu of standard form specified; submit sample to Architect for approval. C. Forms filled out by hand will not be accepted. D. Execute certification by signature of authorized officer. E. List each authorized Change Order as a separate line item, listing Change Order number and dollar amount as for an original item of Work. F. Submit three copies of each Application for Payment. G. When Architect requires substantiating information, submit data justifying dollar amounts in question. Provide one copy of data with cover letter for each copy of submittal. Show application number and date, and line item by number and description. PRICE AND PAYMENT PROCEDURES 01 2000-1 APRIL 2021 1.04 MODIFICATION PROCEDURES CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL A. For minor changes not involving an adjustment to the Contract Price or Contract Time, Architect will issue instructions directly to Contractor. B. For other required changes. Architect will issue a document signed by Owner instructing Contractor to proceed with the change, for subsequent inclusion in a Change Order. 1. The document will describe the required changes and will designate method of determining any change in Contract Price or Contract Time. 2. Promptly execute the change. C. For changes for which advance pricing is desired, Architect will issue a document that includes a detailed description of a proposed change with supplementary or revised drawings and specifications, a change in Contract Time for executing the change with a stipulation of any overtime work required and the period of time during which the requested price will be considered valid. Contractor shall prepare and submit a fixed price quotation within five (5) days. D. Contractor may propose a change by submitting a request for change to Architect, describing the proposed change and its full effect on the Work; with a statement describing the reason for the change, and the effect on the Contract Price and Contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. Document any requested substitutions in accordance with Section 01 6000. E. Computation of Change in Contract Amount: As specified in the Agreement and Conditions of the Contract. F. Substantiation of Costs: Provide full information required for evaluation. 1. Provide the following data: a. Overhead and profit. b. Justification for any change in Contract Time. C. Credit for deletions from Contract, similarly documented. 2. Support each claim for additional costs with additional information: a. Origin and date of claim. b. Dates and times work was performed, and by whom. C. Invoices and receipts for products, equipment, and subcontracts; similarly documented. 3. For Time and Material work, submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. G. Execution of Change Orders: Architect will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. H. Promptly revise progress schedules to reflect any change in Contract Time, revise sub - schedules to adjust times for other items of work affected by the change, and resubmit. 01 2000-2 PRICE AND PAYMENT PROCEDURES CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL 1.05 APPLICATION FOR FINAL PAYMENT APRIL 2021 A. Application for Final Payment will not be considered until the following have been accomplished: 1. All closeout procedures specified in Section 01 7000. 2. Waiver or release of lien rights for all contractors supplying work or products to the project. PART 2 PRODUCTS — NOT USED PART 3 EXECUTION — NOT USED END OF SECTION PRICE AND PAYMENT PROCEDURES 01 2000-3 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL SECTION 01 3000 ADMINISTRATIVE REQUIREMENTS PART 1GENERAL 1.01 SECTION INCLUDES A. Preconstruction meeting. B. Progress meetings. C. Submittals for review, information, and project closeout. D. Submittal Procedures. 1.02 RELATED REQUIREMENTS APRIL 2021 A. Section 01 3216 - Construction Progress Schedule: Form, content, and administration of schedules. B. Section 01 7000 - Execution and Closeout Requirements: Additional coordination requirements. C. Section 01 7800 - Closeout Submittals: Project record documents. 1.03 PROJECT COORDINATION A. Project Coordinator: Construction Manager. B. Cooperate with the Project Coordinator in allocation of mobilization areas of site; for field offices and sheds, for construction access, traffic; and parking facilities. C. During construction, coordinate use of site and facilities through the Project Coordinator, D. Comply with Project Coordinator's procedures for intra -project communications; submittals; reports and records, schedules, coordination drawings, and recommendations; and resolution of ambiguities and conflicts. E. Comply with instructions of the Project Coordinator for use of temporary utilities and construction facilities. F. Coordinate field engineering and layout work under instructions of the Project Coordinator. ADMINISTRATIVE REQUIREMENTS 01 3000-1 APRIL 2021 CITY OF NEWPORT BEACH MARINERS BRANCH LIBARY REMODEL G. Make the following types of submittals to Architect through the Project Coordinator: 1. Requests for interpretation. 2. Requests for substitution. 3. Shop drawings, product data, and samples. 4. Test and inspection reports. 5. Manufacturer's instructions and field reports. 6. Applications for payment and change order requests. 7. Progress schedules. 8. Coordination drawings. 9. Closeout submittals. PART 2 PRODUCTS — NOT USED PART 3 EXECUTION 3.01 PRECONSTRUCTION MEETING A. Owner will schedule a meeting after Notice of Award. B. Attendance Required: 1, Owner 2. Architect/Engineer 3. Contractor C. Agenda: 1. Execution of Owner -Contractor Agreement. 2. Submission of executed bonds and insurance certificates. 3. Distribution of Contract Documents. 4. Submission of list of Subcontractors, list of Products, schedule of values, and progress schedule. 5. Designation of personnel representing the parties to Contract, Owner and Architect. 6. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders, and Contract closeout procedures. 7. Scheduling. 8. Scheduling activities of special testing and inspections. 9. Coordinate field engineering and layout work under instructions of the Project Coordinator. D. Record minutes and distribute copies within two days after meeting to participants, with two copies to Architect, Engineer, Owner, participants, and those affected by decisions made. 3.02 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at maximum monthly intervals. B. Attendance Required: Job superintendent, major Subcontractors and suppliers, Owner, Architect, as appropriate to agenda topics for each meeting. 01 3000-2 ADMINISTRATIVE REQUIREMENTS CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL APRIL 2021 C. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems that impede, or will impede, planned progress. 5. Review of submittals schedule and status of submittals. 6. Maintenance of progress schedule. 7. Corrective measures to regain projected schedules. 8. Planned progress during succeeding work period. 9. Maintenance of quality and work standards. 10. Effect of proposed changes on progress schedule and coordination. 11. Other business relating to Work. D. Record minutes and distribute copies within two days after meeting to participants, with two copies to Architect, Owner, participants, and those affected by decisions made. 3.03 SUBMITTALS FOR REVIEW A. When the following are specified in individual sections, submit them for review: 1. Product data. 2. Shop drawings. 3. Samples for selection. 4. Samples for verification. B. Submit to Architect for review for the limited purpose of checking for conformance with information given and the design concept expressed in the contract documents. C. Samples will be reviewed only for aesthetic, color, or finish selection. D. After review, provide copies and distribute in accordance with SUBMITTAL PROCEDURES article below and for record documents purposes described in Section 01 7800 - CLOSEOUT SUBMITTALS. 3.04 SUBMITTALS FOR INFORMATION A. When the following are specified in individual sections, submit them for information: 1. Design data. 2. Certificates. 3. Test reports. 4. Inspection reports. 5. Manufacturer's instructions. 6. Manufacturer's field reports. 7. Other types indicated. Submit for Architect's knowledge as contract administrator or for Owner. No action will betaken. ADMINISTRATIVE REQUIREMENTS 01 3000-3 APRIL 2021 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL 3.05 SUBMITTALS FOR PROJECT CLOSEOUT A. When the following are specified in individual sections, submit them at project closeout: 1. Project record documents. 2. Operation and maintenance data. 3. Warranties. 4. Bonds. 5. Other types as indicated. B. Submit for Owner's benefit during and after project completion. 3.06 NUMBER OF COPIES FOR SUBMITTAL A. Documents for Review 1. Small Size Sheets, Not Larger Than 8-1/2 x 11 inches (215 x 280 mm): Submit the number of copies that Contractor requires, plus two copies that will be retained by Architect. B. Documents for Information: Submit two copies. C. Documents for Project Closeout: Make one reproduction of submittal originally reviewed. Submit one extra of submittals for information. D. Samples: Submit the number specified in individual specification sections; one of which will be retained by Architect. 1. After review, produce duplicates. 2. Retained samples will not be returned to Contractor unless specifically so stated. 3.07 SUBMITTAL PROCEDURES A. Transmit each submittal with approved form. B. Sequentially number the transmittal form. Revise submittals with original number and a sequential alphabetic suffix. C. Identify Project, Contractor, Subcontractor or supplier; pertinent drawing and detail number, and specification section number, as appropriate on each copy. D. Apply Contractor's stamp, signed or initialed certifying that review, approval, verification of Products required, field dimensions, adjacent construction Work, and coordination of information is in accordance with the requirements of the Work and Contract Documents. E. Schedule submittals to expedite the Project, and coordinate submission of related items. F. For each submittal for review, allow 15 days excluding delivery time to and from the Contractor. G. Identify variations from Contract Documents and Product or system limitations that may be detrimental to successful performance of the completed Work. H. Provide space for Contractor and Architect review stamps. END OF SECTION 01 3000-4 ADMINISTRATIVE REQUIREMENTS CITY OF NEWPORT BEACH APRIL 2021 MARINERS BRANCH LIBRARY REMODEL SECTION 01 3216 CONSTRUCTION PROGRESS SCHEDULE PART 1 GENERAL 1.01 SECTION INCLUDES A. Construction progress schedule, bar chart type. 1.02 SUBMITTALS A. Within 10 days after date of Agreement, submit preliminary schedule defining planned operations for the first 60 days of Work, with a general outline for remainder of Work. B. If preliminary schedule requires revision after review, submit revised schedule within 10 days. C. Within 20 days after review of preliminary schedule, submit draft of proposed complete schedule for review. 1. Include written certification that major contractors have reviewed and accepted proposed schedule. D. Within 10 days after joint review, submit complete schedule. E. Submit updated schedule with each Application for Payment. F. Submit the number of opaque reproductions that Contractor requires, plus two copies that will be retained by Architect. 1.03 SCHEDULE FORMAT A. Listings: In chronological order according to the start date for each activity. Identify each activity with the applicable specification section number. B. Scale and Spacing: To allow for notations and revisions. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 CONTENT A. Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction. B. Identify each item by specification section number. C. Show accumulated percentage of completion of each item; and total percentage of Work completed, as of the first day of each month. D. Provide legend for symbols and abbreviations used. CONSTRUCTION PROGRESS SCHEDULE 013216-1 APRIL 2021 3.02 BAR CHARTS CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL A. Include a separate bar for each major portion of Work or operation. B. Identify the first work day of each week. 3.03 UPDATING SCHEDULE A. Maintain schedules to record actual start and finish dates of completed activities. B. Indicate progress of each activity to date of revision, with projected completion date of each activity. C. Annotate diagrams to graphically depict current status of Work. D. Identify activities modified since previous submittal, major changes in Work, and other identifiable changes. E. Indicate changes required to maintain Date of Substantial Completion. F. Submit reports required to support recommended changes. 3.04 DISTRIBUTION OF SCHEDULE A. Distribute copies of updated schedules to Contractor's project site file, to Subcontractors, suppliers, Architect, Owner, and other concerned parties. B. Instruct recipients to promptly report, in writing, problems anticipated by projections shown in schedules. END OF SECTION 013216-2 CONSTRUCTION PROGRESS SCHEDULE CITY OF NEWPORT BEACH APRIL 2021 MARINERS BRANCH LIBRARY REMODEL SECTION 01 4000 QUALITY REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A. References and standards. B. Mock-ups. C. Control of installation. D. Testing and inspection services. E. Manufacturers' field services. 1.02 RELATED REQUIREMENTS A. Section 01 3000 -Administrative Requirements: Submittal procedures. B. Section 01 6000 - Product Requirements: Requirements for material and product quality. 1.03 REFERENCES AND STANDARDS A. For products and workmanship specified by reference to a document or documents not included in the Project Manual, also referred to as reference standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes. B. Conform to reference standard of date of issue current on date of Contract Documents, except where a specific date is established by applicable code. C. Obtain copies of standards where required by product specification sections. D. Maintain copy at project site during submittals, planning, and progress of the specific work, until Substantial Completion. E. Should specified reference standards conflict with Contract Documents, request clarification from Architect before proceeding. F. Neither the contractual relationships, duties, or responsibilities of the parties in Contract nor those of Architect shall be altered from the Contract Documents by mention or inference otherwise in any reference document. 1.04 TESTING AND INSPECTION AGENCIES A. Owner will employ and pay for services of an independent testing agency to perform specified testing and inspection. B. Employment of agency in no way relieves Contractor of obligation to perform Work in accordance with requirements of Contract Documents. QUALITY REQUIREMENTS 014000-1 APRIL 2021 PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 CONTROL OF INSTALLATION CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Architect before proceeding. D. Comply with specified standards as minimum quality for the Work except where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Have Work performed by persons qualified to produce required and specified quality. F. Verify that field measurements are as indicated on shop drawings or as instructed by the manufacturer. G. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, and disfigurement. 3.02 MOCK-UPS A. Tests will be performed under provisions identified in this section and identified in the respective product specification sections. B. Assemble and erect specified items with specified attachment and anchorage devices, flashings, seals, and finishes. C. Accepted mock-ups shall be a comparison standard for the remaining Work. D. Where mock-up has been accepted by Architect and is specified in product specification sections to be removed, remove mock-up and clear area when directed to do so. 3.03 TESTING AND INSPECTION A. See individual specification sections for testing required. 01 4000-2 QUALITY REQUIREMENTS CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL APRIL 2021 B. Testing Agency Duties: 1. Test samples of mixes submitted by Contractor. 2. Provide qualified personnel at site. Cooperate with Architect and Contractor in performance of services. 3. Perform specified sampling and testing of products in accordance with specified standards. 4. Ascertain compliance of materials and mixes with requirements of Contract Documents. 5. Promptly notify Architect and Contractor of observed irregularities or non- conformance of Work or products. 6. Perform additional tests and inspections required by Architect. 7. Submit reports of all tests/inspections specified. C. Limits on Testing/Inspection Agency Authority: 1. Agency may not release, revoke, alter, or enlarge on requirements of Contract Documents. 2. Agency may not approve or accept any portion of the Work. 3. Agency may not assume any duties of Contractor. 4. Agency has no authority to stop the Work. D. Contractor Responsibilities: 1. Deliver to agency at designated location, adequate samples of materials proposed to be used that require testing, along with proposed mix designs. 2. Cooperate with laboratory personnel, and provide access to the Work and to manufacturers' facilities. 3. Provide incidental labor and facilities: a. To provide access to Work to be tested/inspected. b. To obtain and handle samples at the site or at source of Products to be tested/inspected. C. To facilitate tests/inspections. d. To provide storage and curing of test samples. 4. Notify Architect and laboratory 24 hours prior to expected time for operations requiring testing/inspection services. 5. Employ services of an independent qualified testing laboratory and pay for additional samples, tests, and inspections required by Contractor beyond specified requirements. 6. Arrange with Owner's agency and pay for additional samples, tests, and inspections required by Contractor beyond specified requirements. E. Re -testing required because of non-conformance to specified requirements shall be performed by the same agency on instructions by Architect. F. Re -testing required because of non-conformance to specified requirements shall be paid for by Contractor. 3.04 MANUFACTURERS' FIELD SERVICES A. When specified in individual specification sections, require material or product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment, test, adjust and balance of equipment as applicable, and to initiate instructions when necessary. QUALITY REQUIREMENTS 014000-3 APRIL 2021 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL B. Report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers' written instructions. 3.05 DEFECT ASSESSMENT A. Replace Work or portions of the Work not conforming to specified requirements. B. If, in the opinion of Architect, it is not practical to remove and replace the Work, Architect will direct an appropriate remedy or adjust payment. END OF SECTION 01 4000-4 QUALITY REQUIREMENTS CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL SECTION 01 6000 PRODUCT REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A. General product requirements. B. Re -use of existing products. C. Transportation, handling, storage and protection. APRIL 2021 D. Product option requirements. E. Substitution limitations and procedures. F. Procedures for Owner -supplied products. G. Maintenance materials, including extra materials, spare parts, tools, and software. 1.02 RELATED REQUIREMENTS A. Section 01 4000 - Quality Requirements: Product quality monitoring. 1.03 SUBMITTALS A. Product Data Submittals: Submit manufacturer's standard published data. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information specific to this Project. B. Shop Drawing Submittals: Prepared specifically for this Project; indicate utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. C. Sample Submittals: Illustrate functional and aesthetic characteristics of the product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. 1. For selection from standard finishes, submit samples of the full range of the manufacturer's standard colors, textures, and patterns. PART 2 PRODUCTS 2.01 EXISTING PRODUCTS A. Do not use materials and equipment removed from existing premises unless specifically required or permitted by the Contract Documents. B. Unforeseen historic items encountered remain the property of the Owner; notify Owner promptly upon discovery; protect, remove, handle, and store as directed by Owner. PRODUCT REQUIREMENTS 016000-1 APRIL 2021 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL C. Existing materials and equipment indicated to be removed, but not to be re -used, relocated, reinstalled, delivered to the Owner, or otherwise indicated as to remain the property of the Owner, become the property of the Contractor; remove from site. 2.02 NEW PRODUCTS A. Provide new products unless specifically required or permitted by the Contract Documents. B. Do not use products having any of the following characteristics: 1. Made using or containing CFC's or HCFC's. 2.03 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Use any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Use a product of one of the manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named. 2.04 MAINTENANCE MATERIALS A. Furnish extra materials, spare parts, tools, and software of types and in quantities specified in individual specification sections. B. Deliver to Project site; obtain receipt prior to final payment. PART 3 EXECUTION 3.01 SUBSTITUTION PROCEDURES A. Instructions to Bidders specify time restrictions for submitting requests for substitutions during the bidding period. Comply with requirements specified in this section. 1. The burden of proof as to the equality of any material, process or article shall rest with the Contractor, and the Contractor shall submit all data substantiating a request for an 'or equal' substitution item as provided in Section 3400 of the Public Contract Code. B. Substitutions will not be considered when a product becomes unavailable through no fault of the Contractor. C. Document each request with complete data substantiating compliance of proposed substitution with Contract Documents. 01 6000-2 PRODUCT REQUIREMENTS CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL APRIL 2021 D. A request for substitution constitutes a representation that the submitter: 1. Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product. 2. Will provide the same warranty for the substitution as for the specified product. 3. Will coordinate installation and make changes to other Work that may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension that may subsequently become apparent. 5. Will reimburse Owner and Architect for review or redesign services associated with re -approval by authorities. E. Substitution Submittal Procedure: 1. Submit three copies of request for substitution for consideration. Limit each request to one proposed substitution. 2. Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence. Burden of proof is on proposer. 3. The Architect will notify Contractor in writing of decision to accept or reject request. 3.02 OWNER -SUPPLIED PRODUCTS A. Owner's Responsibilities: 1. Arrange for and deliver Owner reviewed shop drawings, product data, and samples, to Contractor. 2. Arrange and pay for product delivery to site. 3. On delivery, inspect products jointly with Contractor. 4. Submit claims for transportation damage and replace damaged, defective, or deficient items. 5. Arrange for manufacturers' warranties, inspections, and service. Contractor's Responsibilities: 1. Review Owner reviewed shop drawings, product data, and samples. 2. Receive and unload products at site; inspect for completeness or damage jointly with Owner. 3. Handle, store, install and finish products. 4. Repair or replace items damaged after receipt. 3.03 TRANSPORTATION AND HANDLING A. Coordinate schedule of product delivery to designated prepared areas in order to minimize site storage time and potential damage to stored materials. B. Transport and handle products in accordance with manufacturer's instructions. C. Transport materials in covered trucks to prevent contamination of product and littering of surrounding areas. D. Promptly inspect shipments to ensure that products comply with requirements, quantities are correct, and products are undamaged. E. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. PRODUCT REQUIREMENTS 016000-3 APRIL 2021 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL F. Arrange for the return of packing materials, such as wood pallets, where economically feasible. 3.04 STORAGE AND PROTECTION A. Designate receiving/storage areas for incoming products so that they are delivered according to installation schedule and placed convenient to work area in order to minimize waste due to excessive materials handling and misapplication. B. Store and protect products in accordance with manufacturers' instructions. C. Store with seals and labels intact and legible. D. Store sensitive products in weather tight, climate controlled, enclosures in an environment favorable to product. E. For exterior storage of fabricated products, place on sloped supports above ground. F. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to prevent condensation and degradation of products. G. Prevent contact with material that may cause corrosion, discoloration, or staining. H. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. I. Arrange storage of products to permit access for inspection. Periodically inspect to verify products are undamaged and are maintained in acceptable condition. END OF SECTION 01 6000-4 PRODUCT REQUIREMENTS CITY OF NEWPORT BEACH APRIL 2021 MARINERS BRANCH LIBRARY REMODEL SECTION 01 7000 EXECUTION AND CLOSEOUT REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A. Examination, preparation, and general installation procedures. B. Pre -installation meetings. C. Cutting and patching. D. Surveying for laying out the work. E. Cleaning and protection. F. Starting of systems and equipment. G. Demonstration and instruction of Owner personnel. H. Closeout procedures, except payment procedures. I. General requirements for maintenance service. 1.02 RELATED REQUIREMENTS A. Section 01 3000 -Administrative Requirements: Submittals procedures. B. Section 01 4000 - Quality Requirements: Testing and inspection procedures. C. Section 01 5100 - Temporary Utilities: Temporary heating, cooling, and ventilating facilities. D. Section 01 5713 - Temporary Erosion and Sedimentation Control: Additional erosion and sedimentation control requirements. E. Section 01 7800 - Closeout Submittals: Project record documents, operation and maintenance data, warranties and bonds. 1.03 SUBMITTAL REQUIREMENTS A. See Section 01 3000 - Administrative Requirements, for submittal procedures. B. Survey work: Submit name, address, and telephone number of Surveyor before starting survey work. 1. On request, submit documentation verifying accuracy of survey work. 2. Submit a copy of site drawing signed by the Land Surveyor, that the elevations and locations of the work are in conformance with Contract Documents. 3. Submit surveys and survey logs for the project record. EXECUTION AND CLOSEOUT REQUIREMENTS 017000-1 APRIL 2021 C N CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL Cutting and Patching: Submit written request in advance of cutting or alteration that affects: 1. Structural integrity of any element of Project. 2. Integrity of weather exposed or moisture resistant element. 3. Efficiency, maintenance, or safety of any operational element. 4. Visual qualities of sight exposed elements. 5. Work of Owner or separate Contractor. Project Record Documents: Accurately record actual locations of capped and active utilities. 1.04 QUALIFICATIONS A. For survey work, employ a land surveyor registered in the State in which the Project is located and acceptable to Architect. Submit evidence of Surveyor's Errors and Omissions insurance coverage in the form of an Insurance Certificate. B. For field engineering, employ a professional engineer of the discipline required for specific service on Project, licensed in the State in which the Project is located. 1.05 PROJECT CONDITIONS A. Use of explosives is not permitted. B. Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain pumping equipment. C. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. D. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors, or gases. E. Dust Control: Execute work by methods to minimize raising dust from construction operations. Provide positive means to prevent air -borne dust from dispersing into atmosphere and over adjacent property. F. Erosion and Sediment Control: Plan and execute work by methods to control surface drainage from cuts and fills, from borrow and waste disposal areas. Prevent erosion and sedimentation. G. Pest and Rodent Control: Provide methods, means, and facilities to prevent pests and insects from damaging the work. H. Rodent Control: Provide methods, means, and facilities to prevent rodents from accessing or invading premises. I. Pollution Control: Provide methods, means, and facilities to prevent contamination of soil, water, and atmosphere from discharge of noxious, toxic substances, and pollutants produced by construction operations. Comply with federal, state, and local regulations. 01 7000-2 EXECUTION AND CLOSEOUT REQUIREMENTS CITY OF NEWPORT BEACH APRIL 2021 MARINERS BRANCH LIBRARY REMODEL 1.06 COORDINATION A. See Section 01 1000 for occupancy -related requirements. B. Coordinate scheduling, submittals, and work of the various sections of the Project Manual to ensure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. C. Notify affected utility companies and comply with their requirements. D. Verify that utility requirements and characteristics of new operating equipment are compatible with building utilities. Coordinate work of various sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment. E. Coordinate space requirements, supports, and installation of mechanical and electrical work that are indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit, as closely as practicable; place runs parallel with lines of building. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. F. In finished areas except as otherwise indicated, conceal pipes, ducts, and wiring within the construction. Coordinate locations of fixtures and outlets with finish elements. G. Coordinate completion and clean-up of work of separate sections. H. After Owner occupancy of premises, coordinate access to site for correction of defective work and work not in accordance with Contract Documents, to minimize disruption of Owner's activities. PART 2 PRODUCTS 2.01 PATCHING MATERIALS A. New Materials: As specified in product sections; match existing products and work for patching and extending work. B. Type and Quality of Existing Products: Determine by inspecting and testing products where necessary, referring to existing work as a standard. C. Product Substitution: For any proposed change in materials, submit request for substitution described in Section 01 6000. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent work. Start of work means acceptance of existing conditions. B. Verify that existing substrate is capable of structural support or attachment of new work being applied or attached. EXECUTION AND CLOSEOUT REQUIREMENTS 01 7000-3 APRIL 2021 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL C. Examine and verify specific conditions described in individual specification sections. D. Take field measurements before confirming product orders or beginning fabrication, to minimize waste due to over -ordering or misfabrication. E. Verify that utility services are available, of the correct characteristics, and in the correct locations. F. Prior to Cutting: Examine existing conditions prior to commencing work, including elements subject to damage or movement during cutting and patching. After uncovering existing work, assess conditions affecting performance of work. Beginning of cutting or patching means acceptance of existing conditions. 3.02 PREPARATION A. Clean substrate surfaces prior to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. 3.03 PREINSTALLATION MEETINGS A. When required in individual specification sections, convene a preinstallation meeting at the site prior to commencing work of the section. B. Require attendance of parties directly affecting, or affected by, work of the specific section. C. Notify Architect four days in advance of meeting date. D. Prepare agenda and preside at meeting: 1. Review conditions of examination, preparation and installation procedures. 2. Review coordination with related work. E. Record minutes and distribute copies within two days after meeting to participants, with two copies to Architect, Owner, participants, and those affected by decisions made. 3.04 LAYING OUT THE WORK A. Verify locations of survey control points prior to starting work. B. Promptly notify Architect of any discrepancies discovered. C. Protect survey control points prior to starting site work; preserve permanent reference points during construction. D. Promptly report to Architect the loss or destruction of any reference point or relocation required because of changes in grades or other reasons. E. Replace dislocated survey control points based on original survey control. Make no changes without prior written notice to Architect. 01 7000-4 EXECUTION AND CLOSEOUT REQUIREMENTS CITY OF NEWPORT BEACH APRIL 2021 MARINERS BRANCH LIBRARY REMODEL F. Utilize recognized engineering survey practices. G. Establish elevations, lines and levels. Locate and lay out by instrumentation and similar appropriate means: 1. Site improvements including pavements; stakes for grading, fill and topsoil placement; utility locations, slopes, and invert elevations. 2. Grid or axis for structures. 3. Building foundation, column locations, and ground floor elevations, and. H. Periodically verify layouts by same means. I. Maintain a complete and accurate log of control and survey work as it progresses. 3.05 GENERAL INSTALLATION REQUIREMENTS A. Install products as specified in individual sections, in accordance with manufacturer's instructions and recommendations, and so as to avoid waste due to necessity for replacement. B. Make vertical elements plumb and horizontal elements level, unless otherwise indicated. C. Install equipment and fittings plumb and level, neatly aligned with adjacent vertical and horizontal lines, unless otherwise indicated. D. Make consistent texture on surfaces, with seamless transitions, unless otherwise indicated. E. Make neat transitions between different surfaces, maintaining texture and appearance. 3.06 CUTTING AND PATCHING A. Whenever possible, execute the work by methods that avoid cutting or patching. B. Perform whatever cutting and patching is necessary to: 1. Complete the work. 2. Fit products together to integrate with other work. 3. Provide openings for penetration of mechanical, electrical, and other services. 4. Match work that has been cut to adjacent work. 5. Repair areas adjacent to cuts to required condition. 6. Repair new work damaged by subsequent work. 7. Remove samples of installed work for testing when requested. 8. Remove and replace defective and non -conforming work. C. Execute work by methods that avoid damage to other work and that will provide appropriate surfaces to receive patching and finishing. In existing work, minimize damage and restore to original condition. D. Employ original installer to perform cutting for weather exposed and moisture resistant elements, and sight exposed surfaces. EXECUTION AND CLOSEOUT REQUIREMENTS 01 7000-5 APRIL 2021 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL E. Cut rigid materials using masonry saw or core drill. Pneumatic tools not allowed without prior approval. F. Restore work with new products in accordance with requirements of Contract Documents. G. Fit work air tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. H. At penetrations of fire rated walls, partitions, ceiling, or floor construction, completely seal voids with fire rated material in accordance with Section 07 8400, to full thickness of the penetrated element. Patching: 1. Finish patched surfaces to match finish that existed prior to patching. On continuous surfaces, refinish to nearest intersection or natural break. For an assembly, refinish entire unit. 2. Match color, texture, and appearance. 3. Repair patched surfaces that are damaged, lifted, discolored, or showing other imperfections due to patching work. If defects are due to condition of substrate, repair substrate prior to repairing finish. 3.07 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces, prior to enclosing the space. C. Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to eliminate dust. D. Collect and remove waste materials, debris, and trash/rubbish from site periodically and dispose off-site; do not burn or bury. 3.08 PROTECTION OF INSTALLED WORK A. Protect installed work from damage by construction operations. B. Provide special protection where specified in individual specification sections. C. Provide temporary and removable protection for installed products. Control activity in immediate work area to prevent damage. D. Provide protective coverings at walls, projections, jambs, sills, and soffits of openings. E. Protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials. F. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. 01 7000-6 EXECUTION AND CLOSEOUT REQUIREMENTS CITY OF NEWPORT BEACH APRIL 2021 MARINERS BRANCH LIBRARY REMODEL G. Remove protective coverings when no longer needed; reuse or recycle plastic coverings if possible. 3.09 SYSTEM STARTUP A. Coordinate schedule for start-up of various equipment and systems. B. Verify that each piece of equipment or system has been checked for proper lubrication, drive rotation, belt tension, control sequence, and for conditions that may cause damage. C. Verify tests, meter readings, and specified electrical characteristics agree with those required by the equipment or system manufacturer. D. Verify that wiring and support components for equipment are complete and tested. E. Execute start-up under supervision of applicable Contractor personnel and manufacturer's representative in accordance with manufacturers' instructions. F. Submit a written report that equipment or system has been properly installed and is functioning correctly. 3.10 DEMONSTRATION AND INSTRUCTION A. See Section 01 7900 - Demonstration and Training. 3.11 ADJUSTING A. Adjust operating products and equipment to ensure smooth and unhindered operation. 3.12 FINAL CLEANING A. Execute final cleaning prior to Substantial Completion. B. Use cleaning materials that are nonhazardous. C. Clean interior and exterior glass, surfaces exposed to view; remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces, D. Clean equipment and fixtures to a sanitary condition with cleaning materials appropriate to the surface and material being cleaned. E. Clean filters of operating equipment. F. Clean debris from roofs, gutters, downspouts, and drainage systems. G. Clean site; sweep paved areas, rake clean landscaped surfaces. H. Remove waste, surplus materials, trash/rubbish, and construction facilities from the site; dispose of in legal manner; do not burn or bury. EXECUTION AND CLOSEOUT REQUIREMENTS 01 7000-7 APRIL 2021 3.13 CLOSEOUT PROCEDURES CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL A. Make submittals that are required by governing or other authorities. 1. Provide copies to Owner. B. Notify Architect when work is considered ready for Substantial Completion. 1. Substantial Completion is defined as the time the project is ready to be used for its intended purpose. C. Submit written certification that Contract Documents have been reviewed, work has been inspected, and that work is complete in accordance with Contract Documents and ready for Architect's review. D. Owner will occupy all of the building as specified in Section 01 1000. E. Correct items of work listed in executed Certificates of Substantial Completion and comply with requirements for access to Owner -occupied areas. F. Notify Architect when work is considered finally complete. G. Complete items of work determined by Architect's final inspection. 3.14 MAINTENANCE A. Provide service and maintenance of components indicated in specification sections. B. Maintenance Period: As indicated in specification sections or, if not indicated, not less than one year from the Date of Substantial Completion or the length of the specified warranty, whichever is longer. C. Examine system components at a frequency consistent with reliable operation. Clean, adjust, and lubricate as required. D. Include systematic examination, adjustment, and lubrication of components. Repair or replace parts whenever required. Use parts produced by the manufacturer of the original component. E. Maintenance service shall not be assigned or transferred to any agent or subcontractor without prior written consent of the Owner. END OF SECTION 01 7000-8 EXECUTION AND CLOSEOUT REQUIREMENTS CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL SECTION 01 7800 CLOSEOUT SUBMITTALS PART 1 GENERAL 1.01 SECTION INCLUDES A. Project Record Documents. B. Operation and Maintenance Data. C. Warranties and bonds. 1.02 RELATED REQUIREMENTS APRIL 2021 A. Section 01 3000 -Administrative Requirements: Submittals procedures, shop drawings, product data, and samples. B. Section 01 7000 - Execution and Closeout Requirements: Contract closeout procedures. C. Individual Product Sections: Specific requirements for operation and maintenance data. D. Individual Product Sections: Warranties required for specific products or Work. 1.03 SUBMITTALS A. Project Record Documents: Submit documents to Architect with claim for final Application for Payment. B. Operation and Maintenance Data: 1. Submit two copies of preliminary draft or proposed formats and outlines of contents before start of Work. Architect will review draft and return one copy with comments. 2. For equipment, or component parts of equipment put into service during construction and operated by Owner, submit completed documents within ten days after acceptance. 3. Submit one copy of completed documents 15 days prior to final inspection. This copy will be reviewed and returned after final inspection, with Architect comments. Revise content of all document sets as required prior to final submission. 4. Submit two sets of revised final documents in final form within 10 days after final inspection. C. Warranties and Bonds: 1. For equipment or component parts of equipment put into service during construction with Owner's permission, submit documents within 10 days after acceptance. 2. Make other submittals within 10 days after Date of Substantial Completion, prior to final Application for Payment. 3. For items of Work for which acceptance is delayed beyond Date of Substantial Completion, submit within 10 days after acceptance, listing the date of acceptance as the beginning of the warranty period. CLOSEOUT SUBMITTALS 017800-1 APRIL 2021 PART 2 PRODUCTS — NOT USED PART 3 EXECUTION 3.01 PROJECT RECORD DOCUMENTS CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL A. Maintain on site one set of the following record documents; record actual revisions to the Work: 1. Drawings. 2. Addenda. 3. Change Orders and other modifications to the Contract. 4. Reviewed shop drawings, product data, and samples. B. Ensure entries are complete and accurate, enabling future reference by Owner. C. Store record documents separate from documents used for construction.1.Construction sets submitted as record documents will not be accepted. D. Record information concurrent with construction progress. E. Record Drawings and Shop Drawings: Legibly mark each item to record actual construction including: 1. Field changes of dimension and detail. 2. Details not on original Contract drawings. 3.02 OPERATION AND MAINTENANCE DATA A. For Each Product or System: List names, addresses and telephone numbers of Subcontractors and suppliers, including local source of supplies and replacement parts. B. Product Data: Mark each sheet to clearly identify specific products and component parts, and data applicable to installation. Delete inapplicable information. C. Drawings: Supplement product data to illustrate relations of component parts of equipment and systems, to show control and flow diagrams. Do not use Project Record Documents as maintenance drawings. D. Typed Text: As required to supplement product data. Provide logical sequence of instructions for each procedure, incorporating manufacturer's instructions. 3.03 OPERATION AND MAINTENANCE DATA FOR MATERIALS AND FINISHES A. For Each Product, Applied Material, and Finish: B. Instructions for Care and Maintenance: Manufacturer's recommendations for cleaning agents and methods, precautions against detrimental cleaning agents and methods, and recommended schedule for cleaning and maintenance. 01 7800-2 CLOSEOUT SUBMITTALS CITY OF NEWPORT BEACH APRIL 2021 MARINERS BRANCH LIBRARY REMODEL 3.04 OPERATION AND MAINTENANCE DATA FOR EQUIPMENT AND SYSTEMS A. For Each Item of Equipment and Each System: 1. Description of unit or system, and component parts. 2. Identify function, normal operating characteristics, and limiting conditions. 3. Include performance curves, with engineering data and tests. 4. Complete nomenclature and model number of replaceable parts. B. Operating Procedures: Include start-up, break-in, and routine normal operating instructions and sequences. Include regulation, control, stopping, shut -down, and emergency instructions. Include summer, winter, and any special operating instructions. C. Maintenance Requirements: Include routine procedures and guide for preventative maintenance and trouble shooting; disassembly, repair, and reassembly instructions; and alignment, adjusting, balancing, and checking instructions. D. Provide servicing and lubrication schedule, and list of lubricants required. E. Include manufacturer's printed operation and maintenance instructions. F. Include sequence of operation by controls manufacturer. G. Provide original manufacturer's parts list, illustrations, assembly drawings, and diagrams required for maintenance. H. Additional Requirements: As specified in individual product specification sections. 3.05 OPERATION AND MAINTENANCE MANUALS A. Prepare instructions and data by personnel experienced in maintenance and operation of described products. B. Prepare data in the form of an instructional manual. C. Binders: Commercial quality, 8-1/2 by 11 inch (216 by 280 mm) three D side ring binders with durable plastic covers; 2 inch (50 mm) maximum ring size. When multiple binders are used, correlate data into related consistent groupings. D. Cover: Identify each binder with typed or printed title OPERATION AND MAINTENANCE INSTRUCTIONS; identify title of Project; identify subject matter of contents. E. Provide tabbed dividers for each separate product and system, with typed description of product and major component parts of equipment. F. Drawings: Provide with reinforced punched binder tab. Bind in with text; fold larger drawings to size of text pages. G. Arrange content by systems under section numbers and sequence of Table of Contents of this Project Manual. CLOSEOUT SUBMITTALS 017800-3 APRIL 2021 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL H. Contents: Prepare a Table of Contents for each volume, with each product or system description identified, in three parts as follows: 1. Part 1: Directory, listing names, addresses, and telephone numbers of Architect, Contractor, Subcontractors, and major equipment suppliers. 2. Part 2: Operation and maintenance instructions, arranged by system and subdivided by specification section. For each category, identify names, addresses, and telephone numbers of Subcontractors and suppliers. Identify the following: a. Significant design criteria. b. List of equipment. C. Parts list for each component. d. Operating instructions. e. Maintenance instructions for equipment and systems. f. Maintenance instructions for special finishes, including recommended cleaning methods and materials, and special precautions identifying detrimental agents. 3. Part 3: Project documents and certificates, including the following: a. Shop drawings and product data. Table of Contents: Provide title of Project; names, addresses, and telephone numbers of Architect, Consultants, and Contractor with name of responsible parties; schedule of products and systems, indexed to content of the volume. 3.06 WARRANTIES AND BONDS A. Obtain warranties and bonds, executed in duplicate by responsible Subcontractors, suppliers, and manufacturers, within 10 days after completion of the applicable item of work. Except for items put into use with Owner's permission, leave date of beginning of time of warranty until the Date of Substantial completion is determined. B. Verify that documents are in proper form, contain full information, and are notarized. C. Co -execute submittals when required. D. Retain warranties and bonds until time specified for submittal. E. Manual: Bind in commercial quality 8-1/2 by 11 inch (216 by 279 mm) three D side ring binders with durable plastic covers. F. Cover: Identify each binder with typed or printed title WARRANTIES AND BONDS, with title of Project; name, address and telephone number of Contractor and equipment supplier; and name of responsible company principal. G. Table of Contents: Neatly typed, in the sequence of the Table of Contents of the Project Manual, with each item identified with the number and title of the specification section in which specified, and the name of product or work item. H. Separate each warranty or bond with index tab sheets keyed to the Table of Contents listing. Provide full information, using separate typed sheets as necessary. List Subcontractor, supplier, and manufacturer, with name, address, and telephone number of responsible principal. END OF SECTION 01 7800-4 CLOSEOUT SUBMITTALS CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL SECTION 02 4100 DEMOLITION APRIL 2021 PART GENERAL 1.01 SECTION INCLUDES A. Selective demolition of building elements for alteration purposes. 1.02 RELATED REQUIREMENTS A. Section 01 7000 - Execution and Closeout Requirements: Project conditions: protection of bench marks, survey control points, and existing construction to remain.. reinstallation of removed products; temporary bracing and shoring. 1.03 REFERENCE STANDARDS A. NFPA 241 - Standard for Safeguarding Construction, Alteration, and Demolition Operations: 2013. 1.04 SUBMITTALS A. See Section 01 3000 - Administrative Requirements, for submittal procedures. B. Demolition Plan: Submit demolition plan as specified by OSHA and local authorities. 1. Include a summary of safety procedures. C. Project Record Documents: Accurately record actual locations of capped and active utilities and subsurface construction. 1.05 QUALITY ASSURANCE A. Demolition Firm Qualifications: Company specializing in the type of work required. 1. Minimum of three years of documented experience. PART 2 PRODUCTS — NOT USED PART 3 EXECUTION A. Remove portions of existing buildings and existing site structures/items as indicated in the Drawings and as required for a complete project: B. Remove mechanical, plumbing, and electrical items as specified on the respective drawing sheets. C. Remove concrete slabs on grade as indicated on drawings. D. Fill excavations, open pits, and holes in ground areas generated as result of removals, using specified fill, compact fill to 95% relative compaction. DEMOLITION 024100-1 APRIL 2021 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL 3.02 GENERAL PROCEDURES AND PROJECT CONDITIONS A. Comply with applicable codes and regulations for demolition operations and safety of adjacent structures and the public. 1. Obtain required permits. 2. Take precautions to prevent catastrophic or uncontrolled collapse of structures to be removed; do not allow worker or public access within range of potential collapse of unstable structures. 3. Provide, erect, and maintain temporary barriers and security devices. 4. Conduct operations to minimize effects on and interference with adjacent structures and occupants. 5. Do not close or obstruct roadways or sidewalks without permit. 6. Conduct operations to minimize obstruction of public and private entrances and exits; do not obstruct required exits at any time; protect persons using entrances and exits from removal operations. 7. Obtain written permission from owners of adjacent properties when demolition equipment will traverse, infringe upon or limit access to their property. B. Do not begin removal until receipt of notification to proceed from Owner. C. Protect existing structures and other elements that are not to be removed. 1. Provide bracing and shoring. 2. Prevent movement or settlement of adjacent structures. 3. Stop work immediately if adjacent structures appear to be in danger. D. Minimize production of dust due to demolition operations; do not use water if that will result in ice, flooding, sedimentation of public waterways or storm sewers, or other pollution. E. If hazardous materials are discovered during removal operations, stop work and notify Architect and Owner; hazardous materials include regulated asbestos containing materials, lead, PCB's,and mercury. F. Perform demolition in a manner that maximizes salvage and recycling of materials. 1. Dismantle existing construction and separate materials. 2. Set aside reusable, recyclable, and salvageable materials; store and deliver to collection point or point of reuse. G. Partial Removal of Paving and Curbs: Neatly saw cut at right angle to surface. 3.03 EXISTING UTILITIES A. Coordinate work with utility companies; notify before starting work and comply with their requirements; obtain required permits. B. Protect existing utilities to remain from damage. C. Do not disrupt public utilities without permit from authority having jurisdiction. D. Do not close, shut off, or disrupt existing life safety systems that are in use without at least 7 days prior written notification to Owner. E. Do not close, shut off, or disrupt existing utility branches or take -offs that are in use without at least 3 days prior written notification to Owner. 024100-2 DEMOLITION CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL APRIL 2021 F. Locate and mark utilities to remain; mark using highly visible tags or flags, with identification of utility type; protect from damage due to subsequent construction, using substantial barricades if necessary. G. Remove exposed piping, valves, meters, equipment, supports, and foundations of disconnected and abandoned utilities. H. Prepare building demolition areas by disconnecting and capping utilities outside the demolition zone; identify and mark utilities to be subsequently reconnected.. in same manner as other utilities to remain. 3.04 SELECTIVE DEMOLITION FOR ALTERATIONS A. Drawings showing existing construction and utilities are based on casual field observation and existing record documents only. 1. Verify that construction and utility arrangements are as shown. 2. Report discrepancies to Architect before disturbing existing installation. 3. Beginning of demolition work constitutes acceptance of existing conditions that would be apparent upon examination prior to starting demolition. B. Remove existing work as indicated and as required to accomplish new work. 1. Remove items indicated on drawings. C. Services (Including but not limited to HVAC, Plumbing, Fire Protection, Electrical, and Telecommunications): Remove existing systems and equipment as indicated. 1. Maintain existing active systems that are to remain in operation, maintain access to equipment and operational components. 2. Where existing active systems serve occupied facilities but are to be replaced with new services, maintain existing systems in service until new systems are complete and ready for service. 3. Verify that abandoned services serve only abandoned facilities before removal. 4. Remove abandoned pipe, ducts, conduits, and equipment, including those above accessible ceilings; remove back to source of supply where possible, otherwise cap stub and tag with identification. D. Protect existing work to remain. 1. Prevent movement of structure; provide shoring and bracing if necessary. 2. Perform cutting to accomplish removals neatly and as specified for cutting new work. 3. Repair adjacent construction and finishes damaged during removal work. 4. Patch as specified for patching new work. 3.05 DEBRIS AND WASTE REMOVAL A. Remove debris, junk, and trash from site. B. Leave site in clean condition, ready for subsequent work. C. Clean up spillage and wind-blown debris from public and private lands. END OF SECTION DEMOLITION 024100-3 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL SECTION 06 4100 ARCHITECTURAL CASEWORK PART 1 GENERAL 1.01 SECTION INCLUDES A. Custom casework fabricated from solid phenolic materials. B. Hardware associated with casework. 1.02 REFERENCES A. Woodwork Institute of California, Manual of Millwork, 11th Edition. 1.03 SUBMITTALS APRIL 2021 A. See Section 01 3000 - Administrative Requirements, for submittal procedures. B. Product Data: Provide material specifications, manufacturer's installation and maintenance instructions. C. Shop Drawings: Indicate: 1. Attachment details. 2. Dimensions, component sizes, fabrication details and coordination requirement of adjacent work. 3. List materials, sizes, sections, elevations, construction details, assembly and installation in locations indicated on the Drawings, hardware, noting all modifications to the specified W.I.C. construction types and grades as may be detailed or hereinafter specified. 4. Indicated grounds, backing, blocking, steel supports, utility penetration, mechanical items, electrical work including under counter light fixture and other items required for casework installations. Coordinate with other trades and submit any information pertinent to the woodwork. 5 Identify all finishes and their locations. D. Samples: Submit three samples, 4 x 4 inch in size, illustrating finish and colors selected. 1. Each sample chip shall bear the manufacturer's name, color, pattern or texture designation. 1.04 QUALITY ASSURANCE A. Work Quality: All casework, shelving and countertops to be manufactured and installed by skilled craft persons in compliance with W.I.C. (Woodwork Institute of California) construction types and grades hereinafter specified and detailed on the Drawings and on the reviewed Shop Drawings. All such work to be accurately fabricated, fitted, joined and expertly finished in accordance with measurements taken on the job -site. 1. Manufacturer must provide evidence demonstrating that they are a member of WIC and they can issue WIC certified compliance certificate or they have arranged for inspection by a WIC Inspector. ARCHITECTURAL CASEWORK 064100-1 APRIL 2021 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL B. Defective Work: All work, not true to line, not in satisfactory operating condition, improperly installed, damaged or marred will not be accepted. Remedy, remove or replace defective work as directed by the Architect subject to his approval at no cost to the City. C. Standards: All applicable Sections of the "Manual of Millwork" and current supplements published by the Woodwork Institute of California (W.I.C.) for the construction types and grades hereinafter specified. All modifications to such standards shown on the Contract Drawings and reviewed Shop Drawings or specified shall govern. D. Qualification of Manufacturer and Installers: Product shall be produced by manufacturers regularly engaged in the manufacture of similar items and with a history of successful production acceptable to the City. Use adequate numbers of skilled workers who are thoroughly trained and experienced in the necessary crafts and completely familiar with the specified requirements and methods needed for proper performance of the work of this Section. E. Certification: Before delivery to the job -site, Manufacturer shall issue a W.I.C. "Certified Compliance Certificate" indicating that casework to be furnished for this project will fully meet all specified requirements of W.I.C. grades. 1. All work shall bear the W.I.C. Certified Compliance Label. F. All phenolic products are to be provided by a single manufacturer. G. Materials to carry the Greenguard label. 1.05 DELIVERY, STORAGE, AND PROTECTION A. Protection: 1. Material to be stored at the job site in a safe dry place with all labels intact and legible at time of installation. 2. Unload and store manufactured casework units and countertops in place where they would be protected from direct sunlight, excessive heat, rain and moisture and damage before installation. 3. Store flat on level surface in clean, dry, well ventilated area protected from sunlight. 4. Use all means to protect materials before, during, and after installation. Do not allow products to become wet or damp. B. Identification - All casework units and countertops delivered to the job -site for installation shall be properly identified as to where they are to be located in the structure. C. Replacements — In the event of damage, including water intrusion, immediately make all repairs and replacements necessary to the approval of the Architect and at no additional cost to the Owner. 1.06 WARRANTY A. See Section 01 7800 - Closeout Submittals, for additional warranty requirements. B. Solid phenolic casework materials to be warranted against delaminating for ten (10) years. The factory authorized cabinet fabricator, product installer and material manufacturer must sign the Warranty documents and submit a copy to the Contractor. 064100-2 ARCHITECTURAL CASEWORK CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL APRIL 2021 C. Other materials and work quality covered in this section shall carry a one (1) year warranty from date of Substantial Completion. PART 2 PRODUCTS 2.01 MATERIALS A. Custom Casework: 1. Manufacturer: Trespa; www.timberproducts.com 2. Substitutions: See Section 01 6000 — Product Requirements. B. Solid phenolic materials to contain 15% (by weight) post industrial waste. C. Solid phenolic materials to contain 70% rapidly renewable cellulose or wood fibers. D. All wood based materials to use no urea -formaldehyde to meet Indoor Air Quality. E. General: In compliance with Sections of the W.I.C. Manual applicable to the Custom Grade, Type I, Style A casework construction as specified and noted on the Contract Documents. F. Total applied load (or weight) uniformity dispersed on an individual shelf shall not exceed 200lbs on any one shelf. Load capacity, 50 lbs. per square foot for book shelving, shall be applied. G. Cabinet Finish Hardware: 1. Hardware shall be furnished and installed as required to provide a complete casework installation. 2. Interior shelving of cabinets to be manufacturers" standard black melamine cabinet liner as approved by the Architect. 2.02 COLOR SCHEDULE A. Hard Rock Maple 1. Upper and lower cabinetry and all faces that can normally be seen. 2.03 HARDWARE A. Hardware manufacturers shall be as listed below, or shall be equivalent products by Stanley, Corbin, or equal. B. Miscellaneous hardware including, but not limited to the following: spikes, bolts, screws, lags, shields, straps, angles, cleats and other related items for fabrication and installation. C. Hinges: Blum 125, self-closing, steel arm, and nickel -plated #71T5550. D. Drawer Guides: Hettich #5632, %" extension 100 Ib. rated. E. Pulls: Sugatsune/Lamp, #UTZ-130, integral, satin nickel. F. Shelf Pins: Sugatsune/Lamp #SS -323, ivory. ARCHITECTURAL CASEWORK 064100-3 APRIL 2021 2.04 CONSTRUCTION MATERIALS CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL A. Construction and design to develop maximum strength and rigidity in each sectional unit. Each sectional unit to be completely fabricated ready for placement in the casework and equipment assembly. Each cabinet to be a complete integral rigid unit within itself to permit relocation at any subsequent time. B. The cabinet shall incorporate full overlay design in which posts and rails are concealed behind the doors and drawer heads. The door and drawer heads shall create a .125" horizontal reveal. There shall be a .0625" vertical reveal at the edge of each cabinet creating a .125" vertical reveal at the end of each cabinet when two cabinets are set in place next to each other. C. Base cabinets to be constructed to achieve an industry standard height of 30" to 36" including the countertop, and 24" deep. Refer to the Drawings for heights. D. Each cabinet to be assembled incorporating mortise and tendon construction or 32mm dowel construction. Vertical and horizontal members shall be keyed and then phenol seal bonded and mechanically fastened. Exposed edges on cabinet components, doors and drawer heads to be sanded and polished to a satin smooth finish. Underside of toe space shall be enclosed. E. Component Thickness Schedule: 1. Cabinet sides and bottoms: 0.5" (12.7mm) 2. Door and drawer heads: 0.5" (12.7mm) 3. Horizontal rail supports: 0.5" (12.7mm) 4. Cabinet backs: 0.25' (3.18mm) 5. Wall cabinet backs: 0.25' (3.18mm) 6. Cabinet shelves: 0.5" (12.7mm) 7. Work surfaces: 0.75' (19mm) Casework: 1. Each cabinet shall consist of drawers or doors or a combination thereof as shown in drawings. 2. Each cabinet to be provided with an adjustable shelf. For shelves without doors, shelf clips to engage shelf in such a way as to avoid slippage and movement of shelf. 3. Each base cabinet shall have 6" (101.6mm) high by 3" (76.2mm) deep toe space members, unless otherwise noted on drawings. 4. Drawers shall have full box construction and be fabricated of 1/2" thick solid composite phenolic resin material. Drawer bottoms shall be matching 1/4" material. Drawer fronts shall be attached to drawer box using duel directional adjustment hardware. G. Wall and floor storage cabinets and cases shall match in design and construction. H. Cap exposed edges with material or same finish and pattern at countertops. I. Exposed shelving is to be finished to match cabinet face. J. Provide scribe trim as required to provide a complete close off. K. Finish all exposed surfaces with panel to match. 064100-4 ARCHITECTURAL CASEWORK CITY OF NEWPORT BEACH APRIL 2021 MARINERS BRANCH LIBRARY REMODEL L. Upper cabinets to be 15" deep unless otherwise noted. 2.05 SOURCE QUALITY CONTROL A. Panels shall be of material specifically designed for laboratory work surfaces. Fabricated work surfaces shall comply with all current codes and regulations. Tops and shelves shall have uniform thickness and flatness for 10 -foot span. B. Panels to be UL registered and labeled for quality consistency. C. Chemical Resistance: Evaluation of chemical resistance is based on SEFA's (Scientific Equipment and Fixture and Association) standard list of 49 chemicals/concentrations, their required methods of testing and their minimum acceptable results as a means of establishing a minimum acceptable level of performance for all exposed and semi - exposed surfaces. D. Panels to have a screw pull-out strength minimums per following chart (lbs): Screw #6 #8 #10 #12 V 5/16" 3/8" 7/16" %' depth (panels) %4' 120 150 170 200 230 5/16" 160 190 210 240 280 350 3/8" 190 220 260 290 340 420 510 '/2" 250 300 340 390 450 560 680 790 900 5/8" 310 370 430 490 560 710 850 990 1,100 %11 510 590 680 850 1,000 1,200 1,400 E. Uniform load to cause no more than1/4" deflection at center of the span: Thickness 12"x24" 12"x36" 12"x48" 24"x36" (panels): %' 35 10 5 20 5/16" 85 25 10 50 3/8" 170 50 20 100 '/2" 370 110 45 220 5/8" 690 210 85 410 %11 1,400 400 170 800 1" 2,600 780 330 1,500 Performance Requirements: a. Modulus of Elasticity: 1,500,000 psi, minimum. b. Shear Strength: 2,000 psi, minimum. C. Compressive Strength: 24,000 psi, minimum. d. Weight: 93 lbs. per cubic foot, maximum. e. Flame Spread (ASTM E-84): Class 1A (25) for 5/8" and thicker. 1) Class 1 B (30) for 1/2". 2) Class 1 B (50) for %" through 3/8". 3) Non -porous surface and edges. 4) Will not support micro -organic growth. 5) Water absorption: 3% maximum. G. Decorative papers impregnated with melamine resin on faces with a clear protective overcoat, and integrally compression molded with a core consisting of solid phenolic impregnated kraft paper. ARCHITECTURAL CASEWORK 064100-5 APRIL 2021 2.02 OTHER MATERIALS CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL A. All other materials, anchorages and accessories not specifically described but required for a complete and proper installation of solid phenolic custom casework, as recommended by the manufacturer, subject to the approval of the Architect. PART 3 EXECUTION 3.01 SURFACE CONDITIONS A. Inspection 1. Prior to installation of the work of this section, carefully inspect the installed work of all other trades and verify that all such work is complete to the point where this installation may properly commence. 2. Verify that solid phenolic custom casework may be installed in accordance with the approved design, all pertinent codes and regulations, and the referenced standards. 3. Verify that substrate surfaces are smooth within a maximum variation of 1/8" in 10 feet and are ready to receive work. B. Discrepancies 1. In the event of discrepancy, immediately notify the Architect. 2. Do not proceed with installation in areas of discrepancy until all such discrepancies have been fully resolved. 3.02 GENERAL FABRICATION A. General: 1. Work of this Section shall be fabricated in strict accordance with WIC Custom Grade, Type 1, Style A Casework Construction and details indicated on the Contract Drawings and reviewed Shop Drawings. 2. Shop fabricate casework units and countertops as complete sections of adequate size to permit easy handling, access to installation areas for assembly or required for setting in place and installing of closing pieces or components. 3. Make holes and/or cutouts necessary for mechanical and/or electrical work to be incorporated into the casework units and countertops as detailed or specified. 4. Exposed or filled fasteners through exposed solid phenolic surfaces are not allowed. 5. A color matched waterproof caulk shall be used at all square butt joints including splashes and return ends. 6. Caulking shall not exceed 1/16 inch. 7. Sink cut outs must be sealed with a water resistant sealer before sink rim is installed. B. Casework: 1. Construction and design to develop maximum strength and rigidity in casework. Each unit to be completely fabricated ready for placement. Each unit to be a complete integral rigid unit within itself to permit relocation at any subsequent time. 2. Shop fabricate as complete units of adequate size to permit easy handling, access to installation areas for assembly or required setting in place and installing of countertops and closing pieces. 3. Semi -exposed casework interior to be white. 064100-6 ARCHITECTURAL CASEWORK CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL APRIL 2021 4. Casework hardware to be installed by the casework manufacturer in accordance with reviewed Shop Drawings. 5. All upper and base casework to be open at corners to provide space for storage use. 3.03 INSTALLATION A. General: All in accordance with reviewed Shop Drawings and Contract Drawings, to be installed by casework manufacturer or by an experienced person under the casework manufacturer's supervision. B. Preparation Work: All grounds, backing, blocking, furring and other anchorages required for casework installation which become an integral part of a floor, wall, partitions shall be in place ready to receive the casework and countertops. Notify Inspector for inspection prior to wall closure and casework installation. C. Site Condition: Casework and countertop manufacturer or installer shall examine the areas and conditions under which work of this Section will be installed. 1. Correct conditions detrimental to timely and proper installation of casework and countertops. 2. Do not proceed until detrimental conditions have been corrected at no added cost to the City. 3. Start of casework and countertop installation shall imply Contractor's acceptance of job conditions. D. Casework Installation: 1. All casework units delivered to the job -site shall bear W.I.C. grade stamp verifying compliance with specified W.I.C. Construction types and grades. 2. Assembly: Joint, glue, nail or screw together casework in accordance with best practice of casework. Anchor casework to wood framing, blocking, masonry and/or concrete as detailed. Countersink and plug screw anchors as detailed. All fasteners to be concealed. 3. Install casework units in rooms noted on the Contract Drawings, in plumb, square and in aligned position with walls. E. All base cabinet shall be fastened to stud walls with minimum 4 - #14x3", phillip truss head, type 17 hard, zinc plated, self -taping, full thread screws concrete or masonry walls with minimum 4-1/4"x3", slotted hex washer head, masonry/concrete screw head. Cleaning and Adjustment: See Subsection 1.3D hereinbefore specified in this Section. 3.04 INSTALLATION OF CABINET HARDWARE A. Fit hardware according to the manufacturer's instructions. B. Install hinges and drawer guides according to the recommendations of the manufacturer. Drawer pulls shall be centered on the drawers unless otherwise indicated. C. Installer of finish hardware shall advise Contractor of final protection and maintain conditions necessary to ensure that work will be without damage or deterioration at time of acceptance. ARCHITECTURAL CASEWORK 064100-7 APRIL 2021 3.05 COMPLIANCE CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL A. Performance of Work: The City reserves the right to request and pay for an inspection by a W.I.C. representative to determine that work of this Section has been performed in accordance with the specified standards. B. Non -Conforming Work: If the W.I.C. representative determines that work of this Section does not comply, Contractor shall immediately remove non -conforming items and replace them with complying items at no added cost to the City and reimburse the City for the cost of the inspection. 3.06 CLEANING A. Upon completion of the work, remove surplus materials, rubbish and debris resulting from the solid phenolic custom casework installation. Leave areas in neat, clean, and orderly condition. B. Repair or replace any damaged work. C. Use manufacturer -recommended cleaning agents. D. Contractor to leave all cutouts for Owner. END OF SECTION 064100-8 ARCHITECTURAL CASEWORK CITY OF NEWPORT BEACH APRIL 2021 MARINERS BRANCH LIBRARY REMODEL SECTION 06 6510 SOLID SURFACE FABRICATIONS PART 1GENERAL 1.01 SECTION INCLUDES A. Lavatory countertops and integral sinks where noted. 1.02 RELATED REQUIREMENTS A. Section 07 9005 — Joint Sealers. 1.03 SUBMITTALS A. See Section 01 3000 - Administrative Requirements, for submittal procedures. B. Product Data: Provide material specifications and maintenance instructions. C. Shop Drawings: Indicate shapes, sizes, and attachment details to other portions of the work. D. Samples: Submit three color samples, 3x3 inch in size, illustrating specified colors and finishes specified herein. 1.04 QUALITY ASSURANCE A. Manufacturers Qualifications: Company specializing in manufacturing products specified in this section with not less than three years of documented. B. Installer Qualifications: Company specializing in performing the work of this section with minimum three years experience. C. Adhesives and sealants used to install solid surface materials are to carry the Greenguard label. PART 2 PRODUCTS 2.01 SOLID SURFACE POLYMER PRODUCTS A. All solid surface polymer products are based on the products of Corian as a standard of quality. 1. Substitutions: See Section 01 6000 — Product requirements. B. Countertops: 1. Countertops are to be of 1/z" sheets with waterfall edge details. At `wet' area locations provide no drip edge as indicated on the Drawings. Provide complete at all countertops with a 4 inch caved integral splash. 2. Sink to be White SOLID SURFACE FABRICATIONS 066510-1 APRIL 2021 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL C. Color and Finish Schedule: 1. Mariners Branch Library: a. Kitchen: Color: White Onyx to match floor & wall tiles D. Accessories: 1. Joint Adhesive. Manufacturer's standard two-part adhesive kit to create inconspicuous, non -porous joints. 2.02 FABRICATION OF SOLID POLYMER PRODUCTS A. Factory fabricate components to greatest extent practicable to sizes and shapes indicated, in accordance with approved shop drawings. B. Form joints between components using manufacturer's standard joint adhesive, without conspicuous joints. C. Provide factory cutouts for plumbing fittings and bath accessories as indicated on the Drawings. D. Cut and finish component edges with clean sharp returns. Rout radii and contours to template. Repair or reject defective or inaccurate work. E. Thermoforming: Comply with product data from manufacturer of Corian. 1. Construct molds of plywood in 'male/female' sections. Construct molds matching component shapes. 2. Form pieces to shape prior to seaming and joining. 3. Cut pieces to finish dimensions. Sand edges, remove nicks and scratches. 4. Heat entire component of Corian. Material shall be uniform between 275-325 degrees F during forming. 5. Prevent blistering, whitening, and cracking of Corian during forming. F. Coved Backsplashes: Field fabricate 1/2" radius cove at intersection of counters and backsplashes. Form backsplashes using '/z" Corian. 2.03 OTHER MATERIALS A. All other materials.: anchorages.. and accessories, not specifically described but required for a complete and proper installation of solid surface polymer assemblies. as recommended by the manufacturer.. subject to the approval of the Architect. PART 3 EXECUTION 3.01 EXAMINATION A. Inspection: 1. Prior to all work of this Section, carefully inspect the installed work of all other trades and verify that all such work is complete to the point where this installation may properly commence. 066510-2 SOLID SURFACE FABRICATIONS CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL APRIL 2021 Verify that lavatory counter may be installed in accordance with the approved design, all pertinent codes and regulations and the referenced standards. Verify that substrate surfaces are smooth within a maximum variation of 1/8 inch per 10 feet and are ready to receive work. B. Discrepancies: 1. In the event of discrepancy, immediately notify the Architect. 2. Do not proceed with installation in areas of discrepancy until all such discrepancies have been fully resolved. 3.02 INSTALLATION A. Install in accordance with manufacturer's instructions.. B. Install components plumb and level, scribed to adjacent finishes, in accordance with approved shop drawings and product installation data. C. Form field joints using manufacturer's recommended adhesive, with joints inconspicuous in finished work. Keep components and hands clean when making joints. D. Provide coved backsplashes and coved side -splashes as indicated on the Drawings. Adhere to countertops using manufacturer's standard color -matched silicone sealant. E. Keep components and hand clean during installation. Remove adhesives, sealants, and other stains. Make plumbing connections to sinks in accordance with Division 22 — Plumbing. END OF SECTION SOLID SURFACE FABRICATIONS 066510-3 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL SECTION 07 9005 JOINT SEALERS APRIL 2021 PART 1 GENERAL 1.01 SECTION INCLUDES A. Sealants and joint backing. 1.02 REFERENCE STANDARDS A. ASTM C 834 - Standard Specification for Latex Sealants; 2005. B. ASTM C 920 - Standard Specification for Elastomeric Joint Sealants; 2005. C. ASTM C 1193 - Standard Guide for Use of Joint Sealants; 2009. D. SCAQMD 1168 - South Coast Air Quality Management District Rule No.1168; current edition; www.aqmd.gov. 1.03 SUBMITTALS A. See Section 01 3000 - Administrative Requirements, for submittal procedures. B. Product Data: Provide data indicating sealant chemical characteristics. 1.04 FIELD CONDITIONS A. Maintain temperature and humidity recommended by the sealant manufacturer during and after installation. 1.05 WARRANTY A. See Section 01 7800 - Closeout Submittals, for additional warranty requirements. B. Correct defective work within a five year period after Date of Substantial Completion. C. Warranty: Include coverage for installed sealants and accessories which fail to achieve airtight seal, exhibit loss of adhesion or cohesion, or do not cure. PART 2 PRODUCTS 2.01 SEALANTS A. Sealants and Primers - General: Provide only products having lower volatile organic compound (VOC) content than required by South Coast Air Quality Management District Rule No. 1168. JOINT SEALERS 079005-1 APRIL 2021 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL B. General Purpose Exterior Sealant: Acrylic, solvent release curing; ASTM C 920, Grade NS, Class 12-1/2, Uses M, G, and A; single or multi- component. 1. Color: To be selected by Architect from manufacturer's standard range. 2. Applications: Use for: a. Control, expansion, and soft joints in masonry. b. Joints between concrete and other materials. C. Joints between metal frames and other materials. d. Other exterior joints for which no other sealant is indicated. C. General Purpose Interior Sealant: Acrylic emulsion latex; ASTM C 834, Type OP, Grade NF single component, paintable. 1. Color: To be selected by Architect from manufacturer's standard range. 2. Applications: Use for: a. Interior wall and ceiling control joints. b. Joints between door and window frames and wall surfaces. C. Other interior joints for which no other type of sealant is indicated. D. Interior Floor Joint Sealant: Polyurethane, self -leveling; ASTM C 920, Grade P, Class 25, Uses T, M and A; single component. 1. Color: To be selected by Architect from manufacturer's standard range. 2. Applications: Use for: a. Expansion joints in floors. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that substrate surfaces are ready to receive work. B. Verify that joint backing and release tapes are compatible with sealant. 3.02 PREPARATION A. Remove loose materials and foreign matter that could impair adhesion of sealant. B. Clean and prime joints in accordance with manufacturer's instructions. C. Perform preparation in accordance with manufacturer's instructions and ASTM C 1193. D. Protect elements surrounding the work of this section from damage or disfigurement. 3.03 INSTALLATION A. Perform work in accordance with sealant manufacturer's requirements for preparation of surfaces and material installation instructions. B. Perform installation in accordance with ASTM C 1193. C. Measure joint dimensions and size joint backers to achieve width -to -depth ratio, neck dimension, and surface bond area as recommended by manufacturer, except where specific dimensions are indicated. D. Install bond breaker where joint backing is not used. 079005-2 JOINT SEALERS CITY OF NEWPORT BEACH APRIL 2021 MARINERS BRANCH LIBRARY REMODEL E. Install sealant free of air pockets, foreign embedded matter, ridges, and sags. F. Apply sealant within recommended application temperature ranges. Consult manufacturer when sealant cannot be applied within these temperature ranges. G. Tool joints concave. 3.04 CLEANING A. Clean adjacent soiled surfaces. 3.05 PROTECTION A. Protect sealants until cured. END OF SECTION JOINT SEALERS 079005-3 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL SECTION 09 3000 CERAMIC TILE PART 1 GENERAL 1.01 SECTION INCLUDES A. Tile for wall and floor applications. B. Stone thresholds. C. Ceramic trim. 1.02 RELATED REQUIREMENTS A. Section 07 9005 - Joint Sealers. 1.03 REFERENCE STANDARDS APRIL 2021 A. ANSI A108 Series/A118 Series/A136.1 - American National Standard Specifications for the Installation of Ceramic Tile (Compendium); 2005. 1. ANSI A108.1a -American National Standard Specifications for Installation of Ceramic Tile in the Wet -Set Method, with Portland Cement Mortar; 2005. 2. ANSI A108.1 b - American National Standard Specifications for Installation of Ceramic Tile on a Cured Portland Cement Mortar Setting Bed with Dry -Set or Latex Portland Cement Mortar; 1999 (R2005). 3. ANSI A108.1 c - Specifications for Contractors Option: Installation of Ceramic Tile in the Wet -Set Method with Portland Cement Mortar or Installation of Ceramic Tile on a Cured Portland Cement Mortar Bed with Dry -Set or Latex Portland Cement Mortar; 1999 (R2005). 4. ANSI A108.4 -American National Standard Specifications for Installation of Ceramic Tile with Organic Adhesives or Water Cleanable Tile -Setting Epoxy Adhesive; 1999 (R2005). 5. ANSI A108.5 - American National Standard Specifications for Installation of Ceramic Tile with Dry -Set Portland Cement Mortar or Latex -Portland Cement Mortar; 1999 (R2005). 6. ANSI A108.6 -American National Standard Specifications for Installation of Ceramic Tile with Chemical Resistant, Water Cleanable Tile -Setting and - Grouting Epoxy; 1999 (R2005). 7. ANSI A108.8 -American National Standard Specifications for Installation of Ceramic Tile with Chemical Resistant Furan Resin Mortar and Grout; 1999 (R2005). 8. ANSI A108.9 - American National Standard Specifications for Installation of Ceramic Tile with Modified Epoxy Emulsion Mortar/Grout; 1999 (R2005). 9. ANSI A108.10 - American National Standard Specifications for Installation of Grout in Tilework; 1999 (R2005). 10. ANSI A108.11 - American National Standard for Interior Installation of Cementitious Backer Units; 1999 (R2005). 11. ANSI A108.13 - American National Standard for Installation of Load Bearing, Bonded, Waterproof Membranes for Thin -Set Ceramic Tile and Dimension Stone; 2005. 12. ANSI A118.1 - American National Standard Specifications for Dry -Set Portland Cement Mortar; 1999 (R2005). CERAMIC TILE 093000-1 APRIL 2021 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL 13. ANSI A118.4 - American National Standard Specifications for Latex -Portland Cement Mortar; 1999 (132005). 14. ANSI A118.6 - American National Standard Specifications for Standard Cement Grouts for Tile Installation; 1999 (R2005). 15. ANSI A118.7 - American National Standard Specifications for Polymer Modified Cement Grouts for Tile Installation; 1999 (R2005). 16. ANSI A118.9 - American National Standard Specifications for Test Methods and Specifications for Cementitious Backer Units; 1999 (R2005). 17. ANSI A137.1 - American National Standard Specifications for Ceramic Tile; 2008. B. TCA (HB) - Handbook for Ceramic Tile Installation; Tile Council of North America, Inc.; 2007/2008. 1.04 SUBMITTALS A. See Section 01 3000 - Administrative Requirements, for submittal procedures. B. Product Data: Provide manufacturers' data sheets on tile, mortar, grout, and accessories. Include instructions for using grouts and adhesives. C. Shop Drawings: Indicate perimeter conditions, junctions with dissimilar materials, control and expansion joints, thresholds, ceramic accessories, and setting details. D. Maintenance Materials: Furnish the following for Owner's use in maintenance of project. 1. See Section 01 6000 - Product Requirements, for additional provisions. 2. Extra Tile: 5 percent percent of each size, color, and surface finish combination. 1.05 QUALITY ASSURANCE A. Maintain one copy of TCA Handbook and ANSI A108 Series/A118 Series on site. B. Manufacturer Qualifications: Company specializing in manufacturing the types of products specified in this section, with minimum 5 years of documented experience. C. Installer Qualifications: Company specializing in performing tile installation, with minimum of 5 years of documented experience. 1.06 DELIVERY, STORAGE, AND HANDLING A. Protect adhesives from freezing or overheating in accordance with manufacturer's instructions. 1.07 FIELD CONDITIONS A. Do not install adhesives in an unventilated environment. B. Maintain ambient and substrate temperature of 50 degrees F (10 degrees C) during installation of mortar materials. 093000-2 CERAMIC TILE CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL PART 2 PRODUCTS 2.01 TILE A. Manufacturers: All products by the same manufacturer. 1. Dal -Tile Corporation: www.daltile.com. 2. Substitutions: See Section 01 6000 - Product Requirements. B. Tile Finish Schedule 1. Kitchen Floor and Backsplash Accent Tile: a. Size: 12" x 24" b. Finish texture: Satin c. Color: Calacatta C. Base Tile: Bullnose P43F9 and as follows: 1. Size and Shape: 3 inch x 24 inch. 2. Thickness: 5/8 inch. 3. Colors: To match floor tile. 2.02 TRIM AND ACCESSORIES APRIL 2021 A. Ceramic Trim: Matching bullnose, surface bullnose, double bullnose, cove base, and cove ceramic shapes in sizes coordinated with field tile. 1. Manufacturer: Same as for tile. B. Thresholds: Marble, white or gray to match floor, and base tile, honed finish; 2 inches (50 mm) wide by full width of wall or frame opening; 1/2 inch (12 mm) thick; beveled one long edge with radiused corners on top side; without holes, cracks, or open seams. 1. Applications: Provide at the following locations: a. At doorways where indicated. 2.03 MORTAR MATERIALS A. Manufacturers: 1. Mapei. 2. Substitutions: See Section 01 6000 - Product Requirements. B. Mortar Bed Materials: Portland cement, sand, and water. C. Mortar Bond Coat Materials: 1. Dry -Set Portland Cement type: ANSI A118.1. 2. Latex -Portland Cement type: ANSI A118.4. CERAMIC TILE 093000-3 APRIL 2021 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL 2.04 GROUT MATERIALS A. Manufacturers 1. Mapei. 2. Substitutions: See Section 01 6000 - Product Requirements. B. Standard Grout: Any type specified in ANSI A118.6 or A118.7. 1. Colors at walls and wainscot: To be selected by Architect. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that sub -floor surfaces are smooth and flat within the tolerances specified for that type of work and are ready to receive tile. B. Verify that wall surfaces are smooth and flat within the tolerances specified for that type of work, are dust -free, and are ready to receive tile. C. Verify that sub -floor surfaces are dust -free and free of substances that could impair bonding of setting materials to sub -floor surfaces. D. Verify that concrete sub -floor surfaces are ready for tile installation by testing for moisture emission rate and alkalinity; obtain instructions if test results are not within limits recommended by tile manufacturer and setting materials manufacturer. 3.02 PREPARATION A. Protect surrounding work from damage. B. Vacuum clean surfaces and damp clean. C. Seal substrate surface cracks with filler. Level existing substrate surfaces to acceptable flatness tolerances. 3.03 INSTALLATION — GENERAL A. Install tile, thresholds, and stair treads and grout in accordance with applicable requirements of ANSI A108.1 through A108.13, manufacturer's instructions, and TCA Handbook recommendations. B. Lay the to pattern indicated. Do not interrupt tile pattern through openings. C. Cut and fit tile to penetrations through tile, leaving sealant joint space. Form corners and bases neatly. Align floor joints. D. Place tile joints uniform in width, subject to variance in tolerance allowed in tile size. Make joints watertight, without voids, cracks, excess mortar, or excess grout. E. Form internal angles square and external angles bullnosed. F. Install thresholds where indicated. 093000-4 CERAMIC TILE CITY OF NEWPORT BEACH APRIL 2021 MARINERS BRANCH LIBRARY REMODEL G. Sound tile after setting. Replace hollow sounding units. H. Keep expansion joints free of adhesive or grout. Apply sealant to joints. I. Allow tile to set for a minimum of 48 hours prior to grouting. J. Grout tile joints. Use standard grout unless otherwise indicated. K. Apply sealant to junction of tile and dissimilar materials and junction of dissimilar planes. 3.04 INSTALLATION -WALL TILE A. Over interior concrete and masonry install in accordance with TCA Handbook Method W202, thin -set with dry -set or latex-portland cement bond coat. 3.05 CLEANING A. Clean tile and grout surfaces. 3.06 PROTECTION A. Do not permit traffic over finished floor surface for 4 days after installation. END OF SECTION CERAMIC TILE 093000-5 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL SECTION 09 9000 PAINTINGS AND COATINGS PART 1 GENERAL 1.01 SECTION INCLUDES A. Surface preparation. APRIL 2021 B. Field application of paints, stains, varnishes, and other coatings. C. Scope: Finish all interior and exterior surfaces exposed to view, unless fully factory - finished and unless otherwise indicated, including the following: D. Do Not Paint or Finish the Following Items: 1. Items fully factory -finished unless specifically so indicated; materials and products having factory -applied primers are not considered factory finished. 2. Items indicated to receive other finishes. 3. Items indicated to remain unfinished. 4. Fire rating labels, equipment serial number and capacity labels, and operating parts of equipment. 5. Floors, unless specifically so indicated. 6. Glass. 7. Concealed pipes, ducts, and conduits. 1.02 REFERENCE STANDARDS A. 40 CFR 59, Subpart D - National Volatile Organic Compound Emission Standards for Architectural Coatings: U.S. Environmental Protection Agency; current edition. B. ASTM D 3359 - Standard Test Methods for Measuring Adhesion by Tape Test: 2009. C. ASTM D 4442 - Standard Test Methods for Direct Moisture Content Measurement of Wood and Wood -Base Materials: 2007. D. GreenSeal GS -11 - Paints; 1993.E.SSPC (PM1) - Good Painting Practice: SSPC Painting Manual, Vol. 1: Society for Protective Coatings: Fourth Edition, 1.03 SUBMITTALS A. See Section 01 3000 - Administrative Requirements, for submittal procedures. B. Product Data: Provide data on all finishing products. including VOC content. C. Samples: Submit three drawdown samples of selected colors for review. D. Certification: By manufacturer that all paints and coatings comply with VOC limits specified. E. Certification: By manufacturer that all paints and coatings do not contain any of the prohibited chemicals specified: GreenSeal GS -11 certification is not required but if provided shall constitute acceptable certification. PAINTINGS AND COATINGS 099000-1 APRIL 2021 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL Maintenance Data: Submit data on cleaning, touch-up, and repair of painted and coated surfaces. G. Maintenance Materials: Furnish the following for Owner's use in maintenance of project. 1. See Section 01 6000 - Product Requirements, for additional provisions. 2. Extra Paint and Coatings: 1 gallon (4 L) of each color; store where directed. 3. Label each container with color in addition to the manufacturer's label. 1.04 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the products specified, with minimum three years documented experience. B. Applicator Qualifications: Company specializing in performing the type of work specified approved by manufacturer. 1.05 DELIVERY, STORAGE, AND HANDLING A. Deliver products to site in sealed and labeled containers; inspect to verify acceptability. B. Container Label: Include manufacturer's name, type of paint, brand name, lot number, brand code, coverage, surface preparation, drying time, cleanup requirements, color designation, and instructions for mixing and reducing. C. Paint Materials: Store at minimum ambient temperature of 45 degrees F (7 degrees C) and a maximum of 90 degrees F (32 degrees C), in ventilated area, and as required by manufacturer's instructions. 1.06 FIELD CONDITIONS A. Do not apply materials when surface and ambient temperatures are outside the temperature ranges required by the paint product manufacturer. B. Follow manufacturer's recommended procedures for producing best results, including testing of substrates, moisture in substrates, and humidity and temperature limitations. C. Do not apply exterior coatings during rain or snow, or when relative humidity is outside the humidity ranges required by the paint product manufacturer. D. Minimum Application Temperatures for Latex Paints: 45 degrees F (7 degrees C) for interiors; 50 degrees F (10 degrees C) for exterior; unless required otherwise by manufacturer's instructions. E. Minimum Application Temperature for Varnish Finishes: 65 degrees F (18 degrees C) for interior or exterior, unless required otherwise by manufacturer's instructions. F. Provide lighting level of 80 ft candles (860 Ix) measured mid -height at substrate surface. 099000-2 PAINTINGS AND COATINGS CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL 1.07 EXTRA MATERIALS APRIL 2021 A. See Section 01 6000 - Product Requirements, for additional provisions. B. Supply 1 gallon (4 L) of each color: store where directed. C. Label each container with color in addition to the manufacturer's label. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Provide all paint and coating products used in any individual system from the same manufacturer: no exceptions. B. Paints: PPG Architectural Finishes: www.ppgpaints.com. C. Substitutions: See Section 01 6000 - Product Requirements. 2.02 PAINTS AND COATINGS — GENERAL A. Paints and Coatings: Ready mixed, unless intended to be a field -catalyzed coating. 1. Provide paints and coatings of a soft paste consistency, capable of being readily and uniformly dispersed to a homogeneous coating, with good flow and brushing properties, and capable of drying or curing free of streaks or sags. 2. Provide materials that are compatible with one another and the substrates indicated under conditions of service and application, as demonstrated by manufacturer based on testing and field experience. 3. Supply each coating material in quantity required to complete entire project's work from a single production run. 4. Do not reduce, thin, or dilute coatings or add materials to coatings unless such procedure is specifically described in manufacturer's product instructions. B. Primers: Where the manufacturer offers options on primers for a particular substrate, use primer categorized as "best" by the manufacturer. C. Volatile Organic Compound (VOC) Content: 1. Provide coatings that comply with the most stringent requirements specified in the following: a. 40 CFR 59, Subpart D --National Volatile Organic Compound Emission Standards for Architectural Coatings. b. Architectural coatings VOC limits of 2. Determination of VOC Content: Testing and calculation in accordance with 40 CFR 59; Subpart D (EPA Method 24), exclusive of colorants added to a tint base and water added at project site; or other method acceptable to authorities having jurisdiction. PAINTINGS AND COATINGS 099000-3 APRIL 2021 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL D. Colors: To be selected from manufacturer's full range of available colors. 1. Selection to be made by Architect after award of contract. 2. Color Schedules a. The Architect will prepare a color schedule with samples for guidance in painting after color selection from samples submitted. b. The Architect may select, allocate, and vary colors on different surfaces throughout the work, subject to the following: 1) Interior Work: A maximum of six (6) different pigmented colors will be used, with variations for trim and wall surfaces and wainscots. 3. Paints at Wet Areas a. In toilet rooms and contiguous areas, add an approved fungicide to paints. b. For oil based paints, use 1 % phenylmercuric or 4% tetrachlorophenol. C. For water emulsion and glue size surfaces, use 4% sodium tetrachlorophenate. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that surfaces are ready to receive work as instructed by the product manufacturer. B. Examine surfaces scheduled to be finished prior to commencement of work. Report any condition that may potentially affect proper application. C. If substrate preparation is the responsibility of another installer, notify Architect of unsatisfactory preparation before proceeding. D. Test shop -applied primer for compatibility with subsequent cover materials. E. Measure moisture content of surfaces using an electronic moisture meter. Do not apply finishes unless moisture content of surfaces are below the following maximums: 1. Gypsum Wallboard: 12 percent. 2. Plaster and Stucco: 12 percent. 3. Masonry, Concrete, and Concrete Unit Masonry: 12 percent. 4. Exterior Wood: 15 percent, measured in accordance with ASTM D 4442. 3.02 PREPARATION A. Clean surfaces thoroughly and correct defects prior to coating application. B. Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for the substrate under the project conditions. C. Remove or repair existing coatings that exhibit surface defects. D. Remove surface appurtenances, including electrical plates, hardware, light fixture trim, escutcheons, and fittings, prior to preparing surfaces or finishing. E. Seal surfaces that might cause bleed through or staining of topcoat. F. Remove mildew from impervious surfaces by scrubbing with solution of tetra -sodium phosphate and bleach. Rinse with clean water and allow surface to dry. 099000-4 PAINTINGS AND COATINGS CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL APRIL 2021 G. Concrete and Unit Masonry Surfaces to be Painted: Remove dirt, loose mortar, scale; salt or alkali powder, and other foreign matter. Remove oil and grease with a solution of tri -sodium phosphate; rinse well and allow to dry. Remove stains caused by weathering of corroding metals with a solution of sodium metasilicate after thoroughly wetting with water. Allow to dry. H. Gypsum Board Surfaces to be Painted: Fill minor defects with filler compound. Spot prime defects after repair. I. Galvanized Surfaces to be Painted: Metal etch and solvent clean per SSPC-SP1 followed by thorough water rinsing. Brush blast or sand with 80-100 grit sand paper to remove pre -treatments and produce lightly etched surface. Apply a test patch of the coating system specified. Allow product(s) to cure at least one week before testing adhesion per ASTM D3359. J. Ferrous Metal Surfaces to be Painted: Prepare using SSPC SP -6 (NACE No. 3 - commercial blast cleaning). K. Uncorroded Uncoated Steel and Iron Surfaces to be Painted: Remove grease, mill scale, weld splatter, dirt, and rust. Where heavy coatings of scale are evident, remove by hand wire brushing or sandblasting; clean by washing with solvent. Apply a treatment of phosphoric acid solution, ensuring weld joints, bolts, and nuts are similarly cleaned. Prime paint entire surface; spot prime after repairs. L. Shop -Primed Steel Surfaces to be Finish Painted: Sand and scrape to remove loose primer and rust. Feather edges to make touch-up patches inconspicuous. Clean surfaces with solvent. Prime bare steel surfaces. Re -prime entire shop -primed item. M. Exterior Wood Surfaces to Receive Opaque Finish: Remove dust, grit, and foreign matter. Seal knots, pitch streaks, and sappy sections. Fill nail holes with tinted exterior caulking compound after prime coat has been applied. Back prime concealed surfaces before installation. N. Metal Doors to be Painted: Prime metal door top and bottom edge surfaces. 3.03 APPLICATION A. Exterior Wood to Receive Opaque Finish: If final painting must be delayed more than 2 weeks after installation of woodwork, apply primer within 2 weeks and final coating within 4 weeks. B. Apply products in accordance with manufacturer's instructions. C. Do not apply finishes to surfaces that are not dry. Allow applied coats to dry before next coat is applied. D. Apply each coat to uniform appearance. E. Sand wood and metal surfaces lightly between coats to achieve required finish. F. Vacuum clean surfaces of loose particles. Use tack cloth to remove dust and particles just prior to applying next coat. PAINTINGS AND COATINGS 099000-5 APRIL 2021 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL G. Reinstall electrical cover plates, hardware, light fixture trim, escutcheons, and fittings removed prior to finishing. 3.04 FIELD QUALITY CONTROL A. See Section 01 4000 - Quality Requirements, for general requirements for field inspection. 3.05 SCHEDULE - PAINT SYSTEMS A. Interior 1. Gypsum Board: a. Prime Coat: 6-2 SpeedHide Interior Quick -Drying Latex Sealer b. Second Coat: 6-500 SpeedHide Interior Semi -Gloss Latex C. Third Coat: 6-500 SpeedHide Interior Semi -Gloss Latex END OF SECTION 099000-6 PAINTINGS AND COATINGS CITY OF NEWPORT BEACH APRIL 2021 MARINERS BRANCH LIBRARY REMODEL SECTION 11 3013 RESIDENTIAL APPLIANCES PART 1GENERAL 1.01 SECTION INCLUDES A. Kitchen appliances. 1.02 REFERENCE STANDARDS A. UL (EAUED) — Electrical Appliance and Utilization Equipment Directory; Underwriters Laboratories, Inc; current edition. 1.03 SUBMITTALS A. See Section 01 3000 - Administrative Requirements, for submittal procedures. B. Product Data: Provide manufacturers' data indicating dimensions, capacity, and operating features of each piece of residential equipment. C. Copies of Warranties: Submit manufacturer warranty and ensure that forms have been completed in City's name and registered with manufacturer. 1.04 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing products specified in this section, with not less than ten years of documented experience. B. Electric Appliances: Listed and labeled by UL and complying with NEMA standards. C. Gas Appliances: Bearing design certification seal of AGA. 1.05 WARRANTY A. See Section 01 7800 — Closeout Submittals, for additional warranty procedures. B. Provide five year warranty on refrigeration system of refrigerators. C. Provide ten year warranty on magnetron tube of microwave ovens. D. Provide ten year manufacturer warranty on range. PART 2 PRODUCTS 2.01 KITCHEN APPLIANCES A. All equipment eligible for Energy Star Rating: Energy Star Rated. RESIDENTIAL APPLIANCES 11013-1 APRIL 2021 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL B. Manufacturers: GE Appliances; provide all appliances from one manufacturer. 1. Substitutions: Section 01 6000 - Product Requirements. C. Range Oven with Cooktop: Free standing, five burner combination range and oven. 1. Model: #JGBS66REKSS 2. Capacity: 30 -in 5 Burners 5 -cu ft 3. Features: Edge -to -edge cooktop, extra -large integrated non-stick griddle, 15,000 BTU Power Boil burner 4. Finish: Stainless Steel D. Microwave: Over -the -Range with Sensor Cooking. 1. Model: #JVM6175YKFS 2. Capacity: 1.7 cubic feet. 3. Power: 1000 watts. 4. Features: Includes weight and time defrost; two speed, 300 -CFM venting system. 5. Finish: Fingerprint Stainless Steel E. Refrigerator: Counter -Depth Side by Side 1. Model: #PSDS5YGXSS 2. Capacity: 24.6 cubic feet. 3. Dimensions: 35 3/4" wide x 29 5/8" depth x 72 1/8" height 4. Features: Includes 3 Glass Shelves, LED Lighting and External PreciseFill Ice/ Water Dispenser & Color LCD Controls. 5. Finish: Stainless Steel PART 3 EXECUTION 3.01 EXAMINATION A. Verify existing conditions before starting work. B. Verify utility rough -ins are present and correctly located. 3.02 INSTALLATION A. Install accessories in accordance with manufacturers' instructions. B. Anchor built-in equipment in place. 3.03 ADJUSTING A. Adjust operating equipment to efficient operation. 3.04 CLEANING A. Remove packing materials from equipment. B. Wash and clean equipment. END OF SECTION 113013-2 RESIDENTIAL APPLIANCES CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL SECTION 22 05 00 BASIC PLUMBING REQUIREMENTS PART 1 - GENERAL 1.01 SECTION INCLUDES APRIL 2021 A. Requirements applicable to all Division 22 Sections. Also refer to Division 1 - General Requirements. B. All materials and installation methods shall conform to the applicable standards, guidelines and codes referenced herein and within each specification section. 1.02 REFERENCES A. CCR California Code of Regulation B. CBC California Building Code C. CFC California Fire Code D. CEC California Electric Code E. CMC California Mechanical Code F. CPC California Plumbing Code G. California Title 24 - Building Energy Efficiency Standards H. SCAQMD Southern California Air Quality Management Division 1.03 OWNER FURNISHED PRODUCTS A. The Owner will supply manufacturer's installation data for Owner -purchased equipment for this project. B. This Contractor shall make all plumbing system connections shown on the drawings or as required for fully functional units. C. This Contractor is responsible for all damage to Owner furnished equipment caused during installation. 1.04 WORK SEQUENCE A. All work that will produce excessive noise or interference with normal building operations, as determined by the Owner, shall be scheduled with the Owner. It may be necessary to schedule such work during unoccupied hours. The Owner reserves the right to determine when restricted construction hours will be required. B. Itemize all work and list associated hours and pay scale for each item. BASIC PLUMBING REQUIREMENTS 220500-1 APRIL 2021 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL 1.05 DIVISION OF WORK BETWEEN MECHANICAL, ELECTRICAL & CONTROL CONTRACTORS A. Definitions: 1. "Mechanical Contractors" refers to the following: a. Plumbing Contractor. 2. All electrical work shall conform to the National Electrical Code. All provisions of the Electrical Specifications concerning wiring, protection, etc., apply to wiring provided by the Mechanical Contractor unless noted otherwise. 1.06 QUALITY ASSURANCE A. Compliance with Codes, Laws, Ordinances: 1. Conform to all requirements of the State of California Codes, Laws, Ordinances and other regulations having jurisdiction. 2. Conform to all published standards of Newport Beach. 3. Conform to Federal Act S.3874 requiring the reduction of lead in drinking water. 4. If there is a discrepancy between the codes and regulations and these specifications, the Architect/Engineer shall determine the method or equipment used. 5. If the Contractor notes, at the time of bidding, any parts of the drawings or specifications that do not comply with the codes or regulations, he shall inform the Architect/Engineer in writing, requesting a clarification. If there is insufficient time for this procedure, he shall submit with his proposal a separate price to make the system comply with the codes and regulations. 6. All changes to the system made after letting of the contract, to comply with codes or requirements of Inspectors, shall be made by the Contractor without cost to the Owner. 7. If there is a discrepancy between manufacturer's recommendations and these specifications, the manufacturer's recommendations shall govern. BASIC PLUMBING REQUIREMENTS 220600-2 CITY OF NEWPORT BEACH APRIL 2021 MARINERS BRANCH LIBRARY REMODEL 1.07 SUBMITTALS A. Submittals shall be required for the following items, and for additional items where required elsewhere in the specifications or on the drawings. 1. Submittals List: Referenced Specification Section 22 1030 22 40 00 .Submittal Item Plumbing Specialties Plumbing Fixtures B. General Submittal Procedures: In addition to the provisions of Division 1, the following are required: 1. Transmittal: Each transmittal shall include the following: a. Date b. Project title and number C. Contractor's name and address d. Division of work (e.g., plumbing, heating, ventilating, etc.) e. Description of items submitted and relevant specification number f. Notations of deviations from the contract documents g. Other pertinent data 2. Submittal Cover Sheet: Each submittal shall include a cover sheet containing: a. Date b. Project title and number C. Architect/Engineer d. Contractor and subcontractors' names and addresses e. Supplier and manufacturer's names and addresses f. Division of work (e.g., plumbing, heating, ventilating, etc.) g. Description of item submitted (using project nomenclature) and relevant specification number h. Notations of deviations from the contract documents i. Other pertinent data j. Provide space for Contractor's review stamps BASIC PLUMBING REQUIREMENTS 220500-3 APRIL 2021 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL 3. Composition: a. Submittals shall be submitted using specification sections and the project nomenclature for each item. b. Individual submittal packages shall be prepared for items in each specification section. All items within a single specification section shall be packaged together where possible. An individual submittal may contain items from multiple specifications sections if the items are intimately linked (e.g., pumps and motors). C. All sets shall contain an index of the items enclosed with a general topic description on the cover. 4. Content: Submittals shall include all fabrication, erection, layout, and setting drawings; manufacturers' standard drawings; schedules; descriptive literature, catalogs and brochures; performance and test data; electrical power wiring and control diagrams; dimensions; shipping and operating weights; shipping splits; service clearances; and all other drawings and descriptive data of materials of construction as may be required to show that the materials, equipment or systems and the location thereof conform to the requirements of the contract documents. 5. Contractor's Approval Stamp: a. The Contractor shall thoroughly review and approve all shop drawings before submitting them to the Architect/Engineer. The Contractor shall stamp, date and sign each submittal certifying it has been reviewed. b. Unstamped submittals will be rejected. C. The Contractor's review shall include, but not be limited to, verification of the following: 1) Only approved manufacturers are used. 2) Addenda items have been incorporated. 3) Catalog numbers and options match those specified. 4) Performance data matches that specified. 5) Electrical characteristics and loads match those specified. 6) Equipment connection locations, sizes, capacities, etc. have been coordinated with other affected trades. 7) Dimensions and service clearances are suitable for the intended location. 8) Equipment dimensions are coordinated with support steel, housekeeping pads, openings, etc. BASIC PLUMBING REQUIREMENTS 220500-4 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL APRIL 2021 9) Constructability issues are resolved (e.g., weights and dimensions are suitable for getting the item into the building and into place, sinks fit into countertops, etc.). d. The Contractor shall review, stamp and approve all subcontractors' submittals as described above. e. The Contractor's approval stamp is required on all submittals. Approval will indicate the Contractor's review of all material and a complete understanding of exactly what is to be furnished. Contractor shall clearly mark all deviations from the contract documents on all submittals. If deviations are not marked by the Contractor, then the item shall be required to meet all drawing and specification requirements. 6. Submittal Identification and Markings: a. The Contractor shall clearly mark each item with the same nomenclature applied on the drawings or in the specifications. b. The Contractor shall clearly indicate the size, finish, material, etc. C. Where more than one model is shown on a manufacturer's sheet, the Contractor shall clearly indicate exactly which item and which data is intended. d. All marks and identifications on the submittals shall be unambiguous. 7. Schedule submittals to expedite the project. Coordinate submission of related items. 8. Identify variations from the contract documents and product or system limitations that may be detrimental to the successful performance of the completed work. 9. Reproduction of contract documents alone is not acceptable for submittals. 10. Incomplete submittals will be rejected without review. Partial submittals will only be reviewed with prior approval from the Architect/Engineer. 11. Submittals not required by the contract documents may be returned without review. 12. The Architect/Engineer's responsibility shall be to review one set of shop drawing submittals for each product. If the first submittal is incomplete or does not comply with the drawings and/or specifications, the Contractor BASIC PLUMBING REQUIREMENTS 220500-5 APRIL 2021 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL shall be responsible to bear the cost for the Architect/Engineer to recheck and handle the additional shop drawing submittals. 13. Submittals shall be reviewed and approved by the Architect/Engineer before releasing any equipment for manufacture or shipment. 14. Contractor's responsibility for errors, omissions or deviation from the contract documents in submittals is not relieved by the Architect/Engineer's approval. PART 2 -PRODUCTS NOT APPLICABLE PART 3 - EXECUTION 3.01 JOBSITE SAFETY A. Neither the professional activities of the Architect/Engineer, nor the presence of the Architect/Engineer or his or her employee and subconsultants at a construction site, shall relieve the Contractor and other entity of their obligations, duties and responsibilities including, but not limited to, construction means, methods, sequence, techniques or procedures necessary for performing, superintending or coordinating all portions of the work of construction in accordance with the contract BASIC PLUMBING REQUIREMENTS 220500-6 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL APRIL 2021 documents and any health or safety precautions required by any regulatory agencies. The Architect/Engineer and his or her personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. The Contractor is solely responsible for jobsite safety. The Architect/Engineer and the Architect/Engineer's consultants shall be indemnified and shall be made additional insureds under the Contractor's general liability insurance policy. 3.02 PROJECT CLOSEOUT A. The following paragraphs supplement the requirements of Division 1. B. IDPH Final Occupancy Checklist for Request of Inspection: 1. Each Contractor must submit all forms and certifications required by IDPH relating to their work at 85% completion of the project or when directed by the Owner/Architect/Engineer. C. Final Jobsite Observation: 1. In order to prevent the Final Jobsite Observation from occurring too early, the Contractor is required to review the completion status of the project and certify that the job is ready for the final jobsite observation. 2. Attached to the end of this section is a typical list of items that represent the degree of job completeness expected prior to requesting a review. 3. Upon Contractor certification that the project is complete and ready for a final observation, the Contractor shall sign the attached certification and return it to the Architect/Engineer so that the final observation can be scheduled. 4. It is understood that if the Architect/Engineer finds the job not ready for the final observation and that additional trips and observations are required to bring the project to completion, the costs incurred by the Architect/Engineer's additional time and expenses will be deducted from the Contractor's contract retainage prior to final payment at the completion of the job. D. Before final payment is authorized, this Contractor must submit the following: Operation and maintenance manuals with copies of approved shop drawings. 2. Record documents including marked -up drawings and specifications. 3. A report documenting the instructions given to the Owner's representatives complete with the number of hours spent in the instruction. The report shall BASIC PLUMBING REQUIREMENTS 220500-7 APRIL 2021 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL bear the signature of an authorized agent of This Contractor and shall be signed by the Owner's representatives. 4. Start-up reports on all equipment requiring a factory installation inspection or start-up. 5. Provide spare parts, maintenance, and extra materials in quantities specified in individual specification sections. Deliver to project site and place in location as directed; receipt by Architect/Engineer required prior to final payment approval. 3.03 OPERATION AND MAINTENANCE MANUALS A. Electronic Submittal Procedures: 1. Distribution: Email the O&M manual as attachments to all parties designated by the Architect/Engineer. 2. Transmittals: Each submittal shall include an individual electronic letter of transmittal. 3. Format: Electronic submittals shall be in PDF format only. Scanned copies, in PDF format, of paper originals are acceptable. Submittals that are not legible will be rejected. Do not set any permission restrictions on files; protected, locked, or secured documents will be rejected. 4. File Names: Electronic submittal file names shall include the relevant specification section number followed by a description of the item submitted, as follows. Where possible, include the transmittal as the first page of the PDF instead of using multiple electronic files. a. O&M file name: O&M.div22.contractor. YYYYMMDD b. Transmittal file name: O&Mtransmittal.d iv22. contractor.YYYYM M DD 5. File Size: Electronic file size shall be limited to a maximum of 4MB. Larger files shall be divided into files that are clearly labeled as 1 of 2", "2 of 2", etc. 3.04 INSTRUCTING THE OWNER'S REPRESENTATIVES A. Adequately instruct the Owner's designated representatives in the maintenance, care, and operation of all systems installed under this contract. END OF SECTION BASIC PLUMBING REQUIREMENTS 220500-8 CITY OF NEWPORT BEACH APRIL 2021 MARINERS BRANCH LIBRARY REMODEL READINESS CERTIFICATION PRIOR TO FINAL JOBSITE OBSERVATION To prevent the final job observation from occurring too early, we require that the Contractor review the completion status of the project and, by copy of this document, certify that the job is indeed ready for the final job observation. The following is a typical list of items that represent the degree of job completeness expected prior to your requesting a final job observation. 1. Penetrations fire sealed and labeled in accordance with specifications. 2. All pumps operating and balanced. 3. All plumbing fixtures installed and caulked. 4. Pipe insulation complete, pipes labeled and valves tagged. Accepted by: Prime Contractor Az Date Upon Contractor certification that the project is complete and ready for a final job observation, we require the Contractor to sign this agreement and return it to the Architect/Engineer so that the final observation can be scheduled. It is understood that if the Architect/Engineer finds the job not ready for the final observation and that additional trips and observations are required to bring the project to completion, the costs incurred by the Architect/Engineers for additional time and expenses will be deducted from the Contractor's contract retainage prior to final payment at the completion of the job. BASIC PLUMBING REQUIREMENTS 220500-9 CITY OF NEWPORT BEACH APRIL 2021 MARINERS BRANCH LIBRARY REMODEL SECTION 22 0503 PIPES AND TUBES FOR PLUMBING PIPING AND EQUIPMENT PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: Pipe and pipe fittings for the following systems: 1. Domestic water piping, above grade. 2. Sanitary sewer piping, above grade. 3. Unions and flanges. B. Related Sections: 1. Section 07 84 00 - Firestopping: Product requirements for firestopping for placement by this section. 2. Section 08 31 13 - Access Doors and Frames: Product requirements for access doors for placement by this section. 3. Section 09 90 00 - Painting and Coating: Product and execution requirements for painting specified by this section. 4. Section 22 05 23 - General -Duty Valves for Plumbing Piping: Product requirements for valves for placement by this section. 5. Section 22 05 29 - Hangers and Supports for Plumbing Piping and Equipment: Product requirements for pipe hangers and supports and firestopping for placement by this section. 6. Section 22 07 00 - Plumbing Insulation: Product requirements for piping insulation for placement by this section. 7. Section 31 05 13 - Soils for Earthwork: Soils for backfill in trenches. 8. Section 31 05 16 - Aggregates for Earthwork: Aggregate for backfill in trenches. 9. Section 31 23 16 - Excavation: Product and execution requirements for excavation and backfill required by this section. 10. Section 31 23 17 - Trenching: Execution requirements for trenching for underground piping systems. 11. Section 31 23 23 - Fill: Execution requirements for backfilling required by this section. 1.02 REFERENCES A. American Society of Mechanical Engineers: 1. ASME 816.1 - Cast Iron Pipe Flanges and Flanged Fittings. 2. ASME B16.3 - Malleable Iron Threaded Fittings. 3. ASME B16.4 - Gray Iron Threaded Fittings. 4. ASME 816.18 - Cast Copper Alloy Solder Joint Pressure Fittings. 5. ASME B16.22 - Wrought Copper and Copper Alloy Solder Joint Pressure Fittings. 6. ASME B16.23 - Cast Copper Alloy Solder Joint Drainage Fittings (DWV). 7. ASME 816.29 - Wrought Copper and Wrought Copper Alloy Solder Joint Drainage Fittings - DWV. 8. ASME 831.9 - Building Services Piping. 9. ASME B36.10M -Welded and Seamless Wrought Steel Pipe. B. ASTM International: 1. ASTM A47/A47M - Standard Specification for Ferritic Malleable Iron Castings. 2. ASTM A53/A53M - Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc - Coated, Welded and Seamless. 3. ASTM A74 - Standard Specification for Cast Iron Soil Pipe and Fittings. 4. ASTM A234/A234M - Standard Specification for Piping Fittings of Wrought Carbon Steel and Alloy Steel for Moderate and High Temperature Service. PIPES AND TUBES FOR PLUMBING PIPING AND EQUIPMENT 220503-1 APRIL 2021 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL 5. ASTM A888 — Standard Specification for Hubless Cast Iron Soil Pipe and Fittings for Sanitary and Storm Drain, Waste, and Vent Piping Applications. 6. ASTM B32 - Standard Specification for Solder Metal. 7. ASTM B88 - Standard Specification for Seamless Copper Water Tube. 8. ASTM B306 - Standard Specification for Copper Drainage Tube (DWV). 9. ASTM C564 - Standard Specification for Rubber Gaskets for Cast Iron Soil Pipe and Fittings. 10. ASTM D1248 — Standard Specification for Polyethylene Plastics Molding and Extrusion Material. C. American Welding Society: 1. AWS A5.8 - Specification for Filler Metals for Brazing and Braze Welding. 2. AWS D1.1 - Structural Welding Code - Steel. D. Cast Iron Soil Pipe Institute: 1. CISPI 301 - Standard Specification for Hubless Cast Iron Soil Pipe and Fittings for Sanitary and Storm Drain, Waste, and Vent Piping Applications. 2. CISPI 310 - Specification for Coupling for Use in Connection with Hubless Cast Iron Soil Pipe and Fittings for Sanitary and Storm Drain, Waste, and Vent Piping Applications. 1.03 SUBMITTALS A. Section 01 33 00 - Submittal Procedures: Submittal procedures. B. Shop Drawings: Indicate layout of piping systems, including equipment, critical dimensions, and sizes. Submit shop drawings sealed by registered professional engineer. C. Product Data: Submit data on pipe materials and fittings. Submit manufacturers catalog information. D. Design Data: Indicate pipe sizes. Indicate pipe sizing methods. Indicate calculations used. Submit sizing methods and calculations sealed by registered professional engineer. E. Welders' Certificate: Include welders' certification of compliance with ASME Section IX. 1.04 QUALITY ASSURANCE A. Perform Work in accordance with ASME 831.9 code for installation of piping systems and ASME Section IX for welding materials and procedures. B. Maintain one copy of each document on site. 1.05 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing Products specified in this section with minimum three years documented experience. B. Installer: Company specializing in performing work of this section with minimum 5 years documented experience approved by manufacturer. C. Design piping systems with pipe hangers and supports under direct supervision of Professional Engineer experienced in design of this Work and licensed in State of California. 220503-2 PIPES AND TUBES FOR PLUMBING PIPING AND EQUIPMENT CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL APRIL 2021 1.06 DELIVERY, STORAGE, AND HANDLING A. Section 01 60 00 - Product Requirements: Requirements for transporting, handling, storing, and protecting products. 1.07 FIELD MEASUREMENTS A. Verify field measurements prior to fabrication. 1.08 COORDINATION A. Section 01 30 00 - Administrative Requirements: Requirements for coordination. B. Coordinate installation of above grade piping with insulation. PART2-PRODUCTS 2.01 DOMESTIC WATER PIPING, ABOVE GRADE A. Copper Tubing: ASTM 1388, Type L, hard drawn. 1. Fittings: ASME B1 6.18, cast copper alloy or ASME 616.22, wrought copper and bronze. 2. Joints: Solder, lead free, ASTM B32, 95-5 tin -antimony, or tin and silver, with melting range 430 to 535 degrees F. 2.02 SANITARY SEWER PIPING, ABOVE GRADE A. Cast Iron Pipe: ASTM A888, service weight. 1. Fittings: Cast iron, ASTM A888. 2. Joints: ASTM C564, rubber gasket joint devices or lead and oakum. 3. Acceptable Manufacturers: ABI, Charlotte and Tyler Pipe. B. Cast Iron Pipe: CISPI 301, hub -less, service weight. 1. Fittings: Cast iron, CISPI 301. 2. Joints: CISPI 310, neoprene gaskets and stainless steel clamp -and -shield assemblies. 3. Acceptable Manufacturers: ABI, Charlotte and Tyler Pipe. C. Copper Tube: ASTM B306, DWV. 1. Fittings: ASME B16.23, cast bronze, or ASME B16.29, wrought copper. 2. Joints: Solder, lead free, ASTM 1332, 95-5 tin -antimony, or tin and silver, with melting range 430 to 535 degrees F. PART 3 - EXECUTION 3.01 INSTALLATION - DOMESTIC WATER PIPING SYSTEMS A. Install domestic water piping system in accordance with CPC. 3.02 INSTALLATION - SANITARY WASTE AND VENT PIPING SYSTEMS A. Install sanitary waste and vent piping systems in accordance with CPC. PIPES AND TUBES FOR PLUMBING PIPING AND EQUIPMENT 220503-3 APRIL 2021 3.03 APPLICATION CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL A. Install unions downstream of valves and at equipment or apparatus connections B. Install brass male adapters each side of valves in copper piped system. Sweat solder adapters to pipe. C. Install ball valves for shut-off and to isolate equipment or part of system. Install access panel in hard ceilings and or walls as indicated on plans. D. Install globe or ball valves for throttling, bypass or manual flow control services. Install access panel in hard ceilings and or walls as indicated on plans. 3.04 FIELD QUALITY CONTROL A. Section 01 70 00 - Execution and Closeout Requirements: Field inspecting, testing, adjusting, and balancing. B. Test domestic water piping system in accordance with applicable code. C. Test sanitary waste and vent piping system in accordance with applicable code. D. Test for Compressed Air Piping Leak Test: Prior to initial operation, clean and test compressed air piping in accordance with ASME 1331.9. END OF SECTION 220503-4 PIPES AND TUBES FOR PLUMBING PIPING AND EQUIPMENT CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL SECTION 22 0700 PLUMBING INSULATION PART 1 -GENERAL 1.01 SUMMARY A. Section Includes: 1. Plumbing piping insulation, jackets and accessories. 2. Plumbing equipment insulation, jackets and accessories. APRIL 2021 B. Related Sections: 1. Section 07 84 00 - Firestopping: Product requirements for firestopping for placement by this section. 2. Section 09 90 00 - Painting and Coating: Execution requirements for painting insulation jackets and covering specified by this section. 1.02 REFERENCES A. ASTM International: 1. ASTM C450 - Standard Practice for Prefabrication and Field Fabrication of Thermal Insulating Fitting Covers for NPS Piping, Vessel Lagging, and Dished Head Segments. 2. ASTM C534 - Standard Specification for Preformed Flexible Elastomeric Cellular Thermal Insulation in Sheet and Tubular Form. 3. ASTM C585 - Standard Practice for Inner and Outer Diameters of Rigid Thermal Insulation for Nominal Sizes of Pipe and Tubing (NPS System). 4. ASTM C1136 - Standard Specification for Flexible, Low Permeance Vapor Retarders for Thermal Insulation. 5. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building Materials. B. National Fire Protection Association: 1. NFPA 255 - Standard Method of Test of Surface Burning Characteristics of Building Materials. C. Underwriters Laboratories Inc.: 1. UL 723 - Tests for Surface Burning Characteristics of Building Materials. 1.03 SUBMITTALS A. Section 01 33 00 - Submittal Procedures: Submittal procedures. B. Product Data: Submit product description, thermal characteristics and list of materials and thickness for each service, and location. C. Manufacturer's Installation Instructions: Submit manufacturers published literature indicating proper installation procedures. D. Manufacturer's Certificate: Certify products meet or exceed specified requirements. 1.04 QUALITY ASSURANCE A. Test pipe insulation for maximum flame spread index of 25 and maximum smoke developed index of not exceeding 50 in accordance with ASTM E84. PLUMBING INSULATION 220700-1 APRIL 2021 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL B. Pipe insulation manufactured in accordance with ASTM C585 for inner and outer diameters. C. Factory fabricated fitting covers manufactured in accordance with ASTM C450. D. Maintain one copy of each document on site. 1.05 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years documented experience. B. Applicator: Company specializing in performing Work of this section with minimum three years documented experience. 1.06 PRE -INSTALLATION MEETINGS A. Section 01 30 00 - Administrative Requirements: Pre -installation meeting. B. Convene minimum one week prior to commencing work of this section. 1.07 DELIVERY, STORAGE, AND HANDLING A. Section 01 60 00 - Product Requirements: Requirements for transporting, handling, storing, and protecting products. B. Accept materials on site in original factory packaging, labeled with manufacturer's identification, including product density and thickness. C. Protect insulation from weather and construction traffic, dirt, water, chemical, and damage, by storing in original wrapping. 1.08 ENVIRONMENTAL REQUIREMENTS A. Section 01 60 00 - Product Requirements: Environmental conditions affecting products on site. B. Install insulation only when ambient temperature and humidity conditions are within range recommended by manufacturer. C. Maintain temperature before, during, and after installation for minimum period of 24 hours. 1.09 FIELD MEASUREMENTS A. Verify field measurements prior to fabrication. 1.10 WARRANTY A. Section 01 70 00 - Execution and Closeout Requirements: Product warranties and product bonds. B. Furnish five year manufacturer warranty for man made fiber. PART2-PRODUCTS 2.01 MANUFACTURER A. Manufacturers for Glass Fiber and Mineral Fiber Insulation Products: 220700-2 PLUMBING INSULATION CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL 1. CertainTeed. 2. Knauf. 3. Johns Manville. 4. Owens-Corning. 5. Substitutions: Section 01 60 00 - Product Requirements. B. Manufacturers for Closed Cell Elastomeric Insulation Products: 1. Aeroflex. Aerocell. 2. Armacell, LLC. Armaflex. 3. Nomaco. K -flex. 4. Substitutions: Section 01 60 00 - Product Requirements. 2.02 PIPE INSULATION APRIL 2021 A. TYPE P-1: ASTM C547, molded glass fiber pipe insulation. 1. Thermal Conductivity: 0.23 at 75 degrees F. 2. Operating Temperature Range: 0 to 850 degrees F. 3. Vapor Barrier Jacket: ASTM C1136, Type I, factory applied reinforced foil kraft with self- sealing adhesive joints. 4. Jacket Temperature Limit: minus 20 to 150 degrees F. B. TYPE P-5: ASTM C534, Type I, flexible, closed cell elastomeric insulation, tubular. 1. Thermal Conductivity: 0.27 at 75 degrees F. 2. Operating Temperature Range: Range: Minus 70 to 180 degrees F. 2.03 PIPE INSULATION ACCESSORIES A. Vapor Retarder Lap Adhesive: Compatible with insulation. B. Covering Adhesive Mastic: Compatible with insulation. C. Piping 1-1/2 inches diameter and smaller: Galvanized steel insulation protection shield. MSS SP - 69, Type 40. Length: Based on pipe size and insulation thickness. D. Closed Cell Elastomeric Insulation Pipe Hanger: Polyurethane insert with stainless steel jacket single piece construction with self adhesive closure. Thickness to match pipe insulation. E. Adhesives: Compatible with insulation. PART 3 - EXECUTION 3.01 EXAMINATION A. Section 01 30 00 - Administrative Requirements: Coordination and project conditions. B. Verify piping has been tested before applying insulation materials. C. Verify surfaces are clean and dry, with foreign material removed. 3.02 INSTALLATION - PIPING SYSTEMS A. Piping Exposed to View in Finished Spaces: Locate insulation and cover seams in least visible locations. B. Continue insulation through penetrations of building assemblies or portions of assemblies having fire resistance rating of one hour or less. Provide intumescent firestopping when continuing PLUMBING INSULATION 220700-3 APRIL 2021 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL insulation through assembly. Finish at supports, protrusions, and interruptions. Refer to Section 07 84 00 for penetrations of assemblies with fire resistance rating greater than one hour. C. Piping Systems Conveying Fluids Below Ambient Temperature: 1. Insulate entire system including fittings, valves, unions, flanges, strainers, flexible connections, and expansion joints. 2. Furnish factory -applied vapor retarder jackets. Secure factory -applied jackets with pressure sensitive adhesive self-sealing longitudinal laps and butt strips. 3. Insulate fittings, joints, and valves with molded insulation of like material and thickness as adjacent pipe. D. Hot Piping Systems less than 140 degrees F: 1. Furnish factory -applied standard jackets. Secure with outward clinch expanding staples or pressure sensitive adhesive system on standard factory -applied jacket and butt strips or both. 2. Insulate fittings, joints, and valves with insulation of like material and thickness as adjoining pipe. 3. Do not insulate unions and flanges at equipment, but bevel and seal ends of insulation at such locations. E. Inserts and Shields: 1. Piping 1-1/2 inches Diameter and Smaller: Install galvanized steel shield between pipe hanger and insulation. 2. Piping 2 inches Diameter and Larger: Install insert between support shield and piping and under finish jacket. a. Insert Configuration: Minimum 6 inches long, of thickness and contour matching adjoining insulation; may be factory fabricated. b. Insert Material: Compression resistant insulating material suitable for planned temperature range and service. F. Insulation Terminating Points: 1. Coil Branch Piping 1 inch and Smaller: Terminate hot water piping at union upstream of the coil control valve. G. Closed Cell Elastomeric Insulation: 1. Push insulation on to piping. 2. Miter joints at elbows. 3. Seal seams and butt joints with manufacturer's recommended adhesive. 4. When application requires multiple layers, apply with joints staggered. 5. Insulate fittings and valves with insulation of like material and thickness as adjacent pipe. H. High Temperature Pipe Insulation: 1. Install in multiple layers to meet thickness scheduled. 2. Attach each layer with bands. Secure first layer with bands before installing next layer. 3. Stagger joints between layers. 4. Cover with seams located on bottom side of horizontal piping. I. Buried Piping: Insulate only where insulation manufacturer recommends insulation product may be installed in trench, tunnel or direct buried. Install factory fabricated assembly with inner all- purpose service jacket with self-sealing lap. J. Prepare pipe insulation for finish painting. Refer to Section 09 90 00. 3.03 SCHEDULES A. Water Supply Services Piping Insulation Schedule: 220700-4 PLUMBING INSULATION CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL APRIL 2021 END OF SECTION PLUMBING INSULATION 220700-5 INSULATION INSULATION THICKNESS PIPING SYSTEM TYPE PIPE SIZE inches Domestic Hot Water Supply P-1 1 inch and smaller 1.0 1-1/4 inches to 2 inches 1.5 2-1/2 inches and larger 2.0 END OF SECTION PLUMBING INSULATION 220700-5 CITY OF NEWPORT BEACH APRIL 2021 MARINERS BRANCH LIBRARY REMODEL SECTION 22 10 30 PLUMBING SPECIALTIES PART 1 - GENERAL 1.01 SECTION INCLUDES A. Floor Drains. B. Cleanouts. C. Traps. D. Primers. E. Unions. F. Water Hammer Arresters. G. Air Vents. H. Drain Valves. 1.02 QUALITY ASSURANCE A. Manufacturer: For each product specified, provide components by same manufacturer throughout. B. Perform work in accordance with State of California Plumbing Codes and municipality of local area standards. 1.03 SUBMITTALS A. Submit shop drawings under provisions of Section 22 05 00. B. Include sizes, rough -in requirements, service sizes, and finishes. C. Manufacturer shall provide special seismic certification per OSHPD CAN 2-1708a.5 with submittal. Submittals without certification will be returned and not reviewed. PART2-PRODUCTS 2.01 TRAPS A. Provide all individual connections to the sanitary system with P -traps, except where such drains discharge directly into a properly trapped collection basin or sump. Unless otherwise specified or shown, traps shall be: 1. Chromium plated cast brass when used with plumbing fixtures or when installed exposed in finished spaces. 2. Insulated at accessible lavatories. 3. Cast iron, deep -seal pattern where concealed above ceiling, below grade or in unfinished areas. 4. Deep -seal pattern of the same material and/or coating where drainage lines are of special materials or coatings such as polypropylene, PVDF, CPVC, etc. END OF SECTION PLUMBING SPECIALTIES 221000-1 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL SECTION 22 40 00 PLUMBING FIXTURES PART 1 - GENERAL 1.01 SECTION INCLUDES A. All plumbing fixtures. B. See scheduled on drawings. 1.02 SUBMITTALS APRIL 2021 A. Submit product data under provisions of Section 22 05 00. Submittals shall include fixture carriers for record purposes only. Architect/Engineer does not review or approve carriers except for manufacturer. B. Include fixtures, sizes, rough -in dimensions, utility sizes, trim, and finishes. C. For fixtures and trim requiring electrical connections, submit product data indicating general assembly, components, electrical power/controls wiring diagrams, and service connections. D. Manufacturer shall provide special seismic certification per OSHPD CAN 2-1708a.5 with submittal. Submittals without certification will be returned and not reviewed. PART 2 - PRODUCTS 2.01 DSA FIXTURE REQUIREMENTS A. Accessible plumbing fixtures shall comply with all the requirements of CBC Section 1115B. Heights and location of all fixtures shall be in accordance with CBC Table 1156- 1. Fixture controls shall comply with CBC Section 1118B. B. Heights and location of all accessible fixtures shall be mounted according to CBC Sections 11 B-602 through 11 B-612. C. Fixture controls shall comply with CBC Sections 116-601.3 for drinking fountains, 1113-604.6 for water closets, 1113-604.9.5 for children's water closets, 1113-605.4 for urinals, 1113-606.4 for lavatories and sinks, 1113-607.5 for bathtubs, 1113-608.5 for showers, and 11 B-611.3 for washing machines and clothes dryers. D. Accessible sinks shall be 6-1/2" deep maximum. Sinks shall be mounted with the front of the higher of the rim and counter surface 34" maximum above the finish floor or ground. E. Water supply and drain pipes under lavatories and sinks shall be insulated or otherwise configured to protect against contact. There shall be no sharp or abrasive surfaces under lavatories and sinks. CBC Section 11 B-606. 2.02 MATERIALS A. All fixtures shall be as scheduled on the drawings. B. All lavatory and sink trim shall be from the same manufacturer where possible. PLUMBING FIXTURES 224000-1 APRIL 2021 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL C. All fixtures shall be lead free. Faucets, traps, stops, and other fixture accessories shall not contain more lead than allowed per the latest State or Federal Act. PART 3 - EXECUTION 3.01 INSTALLATION A. General Installation Requirements: 1. Review millwork shop drawings. Confirm location and size of fixtures and openings before rough -in and installation. 2. Install each fixture with trap easily removable for servicing and cleaning. Use screwed tailpiece couplings. Connect fixture waste to stack with slip fitting. 3. Provide fixtures with chrome plated rigid or flexible supplies, loose key stops, reducers, and escutcheons. 4. Install components level and plumb. 5. Caulk joint between finish floor and floor mounted fixtures and between finish walls and wall mounted fixtures with silicon caulk. Caulk the joint, between rim and fixture where a fixture builds into a counter top, with caulking compound. Refer to DIVISION 7 for "Caulking" requirements. Color to match fixture. 6. Where there is a possibility of water following pipe brackets, etc., into a wall; caulk escutcheons, space around brackets, etc., to exclude water. Refer to DIVISION 7 for "Caulking" requirements. 7. Refer to architectural drawings for fixture mounting heights. 8. All non -potable outlets shall be clearly marked with a permanently affixed laminated sign with 3/8" high lettering saying "Non -Potable Water Not for Human Consumption." Sign shall have black lettering on a yellow background. B. Wall -Mounted Fixture Requirements: All wall -mounted fixtures shall have compatible carriers designed for their intended service and suitable for the space available and configuration of fixtures. All carriers shall extend to the floor and be anchored to the slab. C. Floor -Mounted Fixture Requirements: 1. Where floor mounted fixtures are installed on a sloped floor, the open void below the fixture shall be grouted, leveled, and caulked to eliminate stress on the fixture and to prevent water migration to the floor below. D. Exposed or Inside Accessible Cabinets Traps, Valve and Pipe Requirements.- All equirements: All traps exposed under fixtures or inside accessible cabinets shall be chrome plated brass. 2. All water or waste piping for plumbing fixtures that is exposed or inside cabinets shall be chrome plated. PLUMBING FIXTURES 224000-2 CITY OF NEWPORT BEACH APRIL 2021 MARINERS BRANCH LIBRARY REMODEL 3. All exposed flush valves for water closets and urinals shall have a chrome plated hanger to anchor the piping to the wall. 4. All exposed water supply piping and fittings in a finished space to a shower valve, hose bibb, or other water outlet shall be chrome plated. E. ADA Accessible Exposed Sink and Lavatory Trim 1. All exposed sink and lavatory traps, piping and angle stops installed at accessible sink and lavatory locations shall include offset style drain tailpiece, p -trap installed near and parallel with back wall, and insulation kit specially manufactured for this installation. Armaflex with duct tape is not acceptable. 3.02 ADJUSTING AND CLEANING A. Adjust stops or valves for intended water flow rate to fixtures without splashing, noise, or overflow. B. At completion, clean plumbing fixtures, equipment, and faucet aerator screens. END OF SECTION PLUMBING FIXTURES 224000-3 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL SECTION 26 0500 COMMON WORK RESULTS FOR ELECTRICAL PART 1 - GENERAL 1.01 SUMMARY APRIL 2021 A. This Section specifies the basic requirements for electrical installations and includes requirements common to more than one section of Division 26. It expands and supplements the requirements specified in sections of Division 01. B. Applicable Standards 1. ASTM D 709 — Laminated Thermosetting materials. 2. ANSI/NEMA FB -1 — Standard for Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit, Electrical Metallic Tubing, and Cable. 3. ANSI/NEMA 250 — Enclosure for Electrical Equipment (1000 Volts Maximum). 4. California Electrical Code (CEC). 5. IEEE C57.12.28 — Standard for Pad -Mounted equipment (Enclosure Integrity). 6. UL 1 — Standard for Flexible Metal Conduit. 7. UL 1242 — Standard for Electrical Intermediate Metal Conduit. 8. UL 6 — Electrical Rigid Metal Conduit -Steel. 9. UL 797 — Electrical Metallic Tubing -Steel. 10. UL 870 — Standard for Wireways, Auxiliary Gutters, and Associated Fittings 1.02 BASIC ELECTRICAL REQUIREMENTS A. Quality Assurance: 1. Workers possessing the skills and experience obtained in performing work of similar scope and complexity shall perform the Work of this Division. 2. Refer to other sections of the Specifications for other qualification requirements. B. Regulations: Work shall comply with the requirements of authorities having jurisdiction and the California Electrical and Building Codes. Material shall conform to regulations of the National Board of Fire Underwriters for electrical wiring and apparatus. Materials shall be new and listed by UL, or another NRTL. C. Protection of Materials: 1. Protect materials and equipment from damage and provide adequate and proper storage facilities during progress of the Work. Damaged materials and/or equipment shall be replaced. D. Cleaning: 1. Exposed parts of Work shall be left in a neat, clean, usable condition. Finished painted surfaces shall be unblemished and metal surfaces shall be polished. 2. Thoroughly clean parts of apparatus and equipment. Exposed parts to be painted shall be thoroughly cleaned of cement, plaster, and other materials. Remove grease and oil spots with solvent. Such surfaces shall be wiped and corners and cracks scraped out. Exposed rough metal shall be smooth, free of sharp edges, carefully steel brushed to remove rust and other spots, and left in proper condition to receive finish painting. 3. Remove rubbish, debris, and waste materials and legally dispose of off the Project site. COMMON WORK RESULTS FOR ELECTRICAL 260500-1 APRIL 2021 1.03 WARRANTIES CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL A. Provide one year warranty on all material and labor performed, unless noted otherwise in specific sections. PART 2 - PRODUCTS - NOT USED PART 3 - EXECUTION 3.01 GENERAL REQUIREMENTS A. Advise the Inspector before starting the Work of this Division. B. Exposed conduits shall be painted to match the surfaces adjacent to installation. C. Salvaged materials removed from buildings shall be removed from the Project site as required by the OAR. 3.02 DELIVERY STORAGE AND HANDLING A. Deliver products to project site with proper identification, which shall include names, model numbers, types, grades, compliance labels, and similar information needed for District identification; all products and materials shall be adequately packaged and protected to prevent damage during shipment, storage, and handling. B. Coordinate deliveries of electrical materials and equipment to minimize construction site congestion. 3.03 CUTTING AND PATCHING A. Cutting and patching of electrical equipment, components, and materials shall include the removal and legal disposal of selected materials, components, and equipment. B. Do not endanger or damage installed Work through procedures and processes of cutting and patching. C. Repair or restore other work, or surfaces damaged as a result of the work performed under this contract. 3.04 CLEANUP A. Remove rubbish, debris and waste materials and legally dispose off the Project site. B. Remove equipment and implements of service, and leave entire work area neat and clean, to the satisfaction of the Owner Authorized Representative. 3.05 PROTECTION A. Protect the Work of this section until Substantial Completion. END OF SECTION 260500-2 COMMON WORK RESULTS FOR ELECTRICAL CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL SECTION 26 2726 WIRING DEVICES PART 1 - GENERAL 1.01 SUMMARY APRIL 2021 A. Section includes wall switches; wall dimmers; receptacles; multioutlet assembly; and device plates and decorative box covers. 1.02 REFERENCES A. National Electrical Manufacturers Association: 1. NEMA WD 1 - General Requirements for Wiring Devices. 2. NEMA WD 6 - Wiring Devices -Dimensional Requirements. 1.03 SUBMITTALS A. Section 01 33 00 - Submittal Procedures: Submittal procedures. B. Product Data: Submit manufacturer's catalog information showing dimensions, colors, and configurations. C. Samples: Submit two samples of each wiring device and wall plate illustrating materials, construction, color, and finish. 1.04 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum three years experience. 1.05 EXTRA MATERIALS A. Section 01 70 00 - Execution and Closeout Requirements: Spare parts and maintenance products. B. Furnish 20 of each style, size, and finish wall plate. PART 2 -PRODUCTS 2.01 WALL SWITCHES A. Manufacturers: 1. Cooper Wiring Devices. 2. Hubbell, Inc. 3. Leviton Manufacturing Company. 4. Pass and Seymour. 5. Substitutions: Section 01 60 00 - Product Requirements. B. Product Description: NEMA WD 1, Heavy -Duty, AC only general -use snap switch. C. Body and Handle: Ivory plastic with toggle handle. WIRING DEVICES 262726-1 APRIL 2021 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL D. Indicator Light: Separate pilot strap; red color lens. E. Locator Light: Lighted handle type switch; red color handle. F. Ratings: Match branch circuit and load characteristics. 2.02 WALL DIMMERS A. Manufacturers: 1. Cooper Wiring Devices. 2. Hubbell, Inc. 3. Leviton Manufacturing Company. 4. Pass and Seymour. 5. Substitutions: Section 01 60 00 - Product Requirements. B. Product Description: NEMA WD 1, Type I semiconductor dimmer for incandescent lamps. C. Body and Handle: Ivory plastic with linear slide. D. Voltage: 120 -277 volts. E. Power Rating: Match load shown on drawings; 600 watts minimum. F. Accessory Wall Switch: Match dimmer appearance. 2.03 RECEPTACLES A. Manufacturers: 1. Cooper Wiring Devices. 2. Hubbell, Inc. 3. Leviton Manufacturing Company. 4. Pass and Seymour. 5. Substitutions: Section 01 60 00 - Product Requirements. B. Product Description: NEMA WD 1, Heavy-duty general use receptacle. C. Device Body: Ivory plastic. D. Configuration: NEMA WD 6, type as indicated on Drawings. E. Convenience Receptacle: Type 5-20. F. GFCI Receptacle: Convenience receptacle with integral ground fault circuit interrupter to meet regulatory requirements. 2.04 WALL PLATES A. Manufacturers: 1. Cooper Wiring Devices. 2. Hubbell, Inc. 3. Leviton Manufacturing Company. 4. Pass and Seymour. 5. Substitutions: Section 01 60 00 - Product Requirements. 262726-2 WIRING DEVICES CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL APRIL 2021 B. Cover Plate: Provide standard plate for all convenience outlets, voice/data and similar outlets, equal to Hubbell 302/304 stainless steel. C. Jumbo Cover Plate: Provide standard plate for all convenience outlets, voice/data and similar outlets, equal to Hubbell 302/304 stainless steel. D. Weatherproof Cover Plate: Gasketed cast galvanized metal plate with threaded and gasketed device cover. 2.05 MULTIOUTLET ASSEMBLY A. Manufacturers: 1. Cooper Wiring Devices. 2. Hubbell, Inc. 3. Leviton Manufacturing Company. 4. Pass and Seymour. 5. Substitutions: Section 01 60 00 - Product Requirements. B. Multi -outlet Assembly: Sheet metal channel with fitted cover, with pre -wired receptacles, suitable for use as multi -outlet assembly. C. Size: As indicated on Drawings. D. Receptacles: Furnish covers and accessories to accept convenience receptacles specified in this Section. E. Receptacle Spacing: As indicated on Drawings. F. Receptacle Color: Black. G. Channel Finish: Ivory enamel. H. Fittings: Furnish manufacturer's standard couplings, elbows, and connectors PART 3 - EXECUTION 3.01 EXAMINATION A. Section 01 30 00 - Administrative Requirements: Coordination and project conditions. B. Verify outlet boxes are installed at proper height. C. Verify wall openings are neatly cut and completely covered by wall plates. D. Verify branch circuit wiring installation is completed, tested, and ready for connection to wiring devices. 3.02 PREPARATION A. Clean debris from outlet boxes. 3.03 EXISTING WORK A. Disconnect and remove abandoned wiring devices. WIRING DEVICES 262726-3 APRIL 2021 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL B. Modify installation to maintain access to existing wiring devices to remain active. C. Clean and repair existing wiring devices to remain or to be reinstalled. 3.04 INSTALLATION A. Install devices plumb and level. B. Install switches with OFF position down. C. Install wall dimmers to achieve full rating specified and indicated after derating for ganging as instructed by manufacturer. D. Do not share neutral conductor on load side of dimmers. E. Install receptacles with grounding pole on top. F. Connect wiring device grounding terminal to outlet box with bonding jumper and branch circuit equipment grounding conductor. G. Install wall plates on flush mounted switches, receptacles, and blank outlets. H. Install decorative plates on switch, receptacle, and blank outlets in finished areas. I. Connect wiring devices by wrapping solid conductor around screw terminal. Install stranded conductor for branch circuits 10 AWG and smaller. When stranded conductors are used in lieu of solid, use crimp on fork terminals for device terminations. Do not place bare stranded conductors directly under device screws. J. Use jumbo size plates for outlets installed in masonry walls. K. Install galvanized steel plates on outlet boxes and junction boxes in unfinished areas, above accessible ceilings, and on surface mounted outlets. 3.05 INTERFACE WITH OTHER PRODUCTS A. Coordinate locations of outlet boxes provided under Section 26 05 33 to obtain mounting heights as specified or as indicated on drawings. B. Install wall switch 48 inches above finished floor. C. Install convenience receptacle 18 inches above finished floor. D. Install convenience receptacle 6 inches above counter or centered in back splash of counter. E. Install top of dimmer 48 inches above finished floor. F. Coordinate installation of wiring devices with floor box service fittings provided under Section 26 05 34. 3.06 FIELD QUALITY CONTROL A. Section 01 40 00 - Quality Requirements, 01 70 00 - Execution and Closeout Requirements: Field inspecting, testing, adjusting, and balancing. 262726-4 WIRING DEVICES CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL B. Inspect each wiring device for defects. C. Operate each wall switch with circuit energized and verify proper operation. D. Verify each receptacle device is energized. E. Test each receptacle device for proper polarity. F. Test each GFCI receptacle device for proper operation. 3.07 ADJUSTING APRIL 2021 A. Section 01 70 00 - Execution and Closeout Requirements: Testing, adjusting, and balancing. B. Adjust devices and wall plates to be flush and level. 3.08 CLEANING A. Section 01 70 00 - Execution and Closeout Requirements: Final cleaning. B. Clean exposed surfaces to remove splatters and restore finish. END OF SECTION WIRING DEVICES 262726-5 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL SECTION 26 5100 INTERIOR LIGHTING PART 1 - GENERAL 1.01 SECTION INCLUDES A. Interior luminaires. B. Lamps. C. Luminaire accessories. D. LED power supplies, dimmable and non -dimmable. 1.02 RELATED REQUIREMENTS A. Section 26 05 29 - Hangers and Supports for Electrical Systems. B. Section 26 05 33 — Raceway and Boxes for Electrical Systems. C. Section 26 27 26 - Wiring Devices. 1.03 REFERENCE STANDARDS APRIL 2021 A. General: Refer to most recent edition or edition adopted by authorities having jurisdiction, including all applicable amendments and supplements. B. ANSI C78.379 - American National Standard for Electric Lamps -- Reflector Lamps -- Classification of Beam Patterns. C. IESNA LM -63 - ANSI Approved Standard File Format for Electronic Transfer of Photometric Data and Related Information; Illuminating Engineering Society. D. NECA 1 - Standard for Good Workmanship in Electrical Construction; National Electrical Contractors Association. E. NECA/IESNA 500 - Standard for Installing Indoor Commercial Lighting Systems; National Electrical Contractors Association. F. NEMA WD 6 - Wiring Devices - Dimensional Requirements; National Electrical Manufacturers Association. G. NFPA 70 - National Electrical Code; National Fire Protection Association. H. California Electrical Code - NFPA 70 National Electrical Code with State of California amendments, latest edition. I. NFPA 101 - Life Safety Code; National Fire Protection Association. J. UL 1598 - Luminaires. K. UL 8750 - Light Emitting Diode (LED) Equipment for Use in Lighting Products. INTERIOR LIGHTING 26 5100-1 APRIL 2021 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL 1.04 ADMINISTRATIVE REQUIREMENTS A. Coordination: 1. Coordinate the installation of luminaires with mounting surfaces installed under other sections or by others. Coordinate the work with placement of supports, anchors, etc. required for mounting. Coordinate compatibility of luminaires and associated trims with mounting surfaces at installed locations. 2. Coordinate the placement of luminaires with structural members, ductwork, piping, equipment, diffusers, fire suppression system components, and other potential conflicts installed under other sections or by others. 3. Notify Architect of any conflicts or deviations from the contract documents to obtain direction prior to proceeding with work. 1.05 PERFORMANCE REQUIREMENTS A. All lighting products as herein after specified shall be a standard product of the manufacturer, and shall consist of components that will be readily available for future replacement for period of (3) years. B. Provide all lighting fixtures as shown complete with all hardware necessary to install fixtures. C. Luminaire shall be free of light leaks. D. Luminaire suitable for use in max. ambient temperatures of 35°C (95°F) and minimum ambient operating temperature of -20°C (-4°F) for standard, 0-1 OV dimming driver. The Minimum ambient operating temperature for the driver is O'C (32°F). E. LED package shall be designed around the lumen maintenance of 87% at 60,000 hrs. and is to be expected to achieve L70 at 100,000 hrs. F. All wiring shall be adequate for LEDs, Driver and Voltage requirements. 1.06 SUBMITTALS A. Shop Drawings: 1. Indicate dimensions and components for each luminaire that is not a standard product of the manufacturer. B. Product Data: Provide manufacturer's standard catalog pages and data sheets including detailed information on luminaire construction, dimensions, ratings, finishes, mounting requirements, listings, service conditions, photometric performance, installed accessories, and ceiling compatibility; include model number nomenclature clearly marked with all proposed features. C. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by product testing agency. Include instructions for storage, handling, protection, examination, preparation, and installation of product. D. Operation and Maintenance Data: Instructions for each product including information on replacement parts. 1.07 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Conform to requirements of NFPA 70 and NFPA 101. 265100-2 INTERIOR LIGHTING CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL C. Conform to requirements of California Electrical Code. APRIL 2021 D. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum five years documented experience. 1.08 DELIVERY, STORAGE, AND PROTECTION A. Receive, handle, and store products according to NECA/IESNA 500 (commercial lighting), and manufacturer's written instructions. B. Keep products in original manufacturer's packaging and protect from damage until ready for installation. 1.09 FIELD CONDITIONS A. Maintain field conditions within manufacturer's required service conditions during and after 1.10 WARRANTY A. Manufacturer shall provide a limited three (3) year warranty on luminaire and workmanship, as well as a (5) year limited warranty on LED light engine and driver when installed and operated according to the manufactures instructions. Any luminaire or workmanship found defective during the warranty period would be either repaired or replaced by the manufacturer. B. See Section 01 77 70 - Closeout Procedures, for additional warranty requirements. C. Products: Listed and classified by Underwriters Laboratories Inc. or equivalent nationally recognized testing laboratory (NRTL) as suitable for the purpose specified and indicated. 1.11 EXTRA MATERIALS A. See Section 01 61 00 - Product Requirements, for additional provisions. B. Furnish two of each lens type, where applicable. C. Furnish ten replacement LED strips for each lamp type. D. Furnish two of each driver type. E. Furnish two gallons of touch up paint for each different painted finish and color. PART 2 -PRODUCTS 2.01 MANUFACTURERS - LUMINAIRES A. Provide all lighting fixtures of each type from the same manufacturer or approved equal. B. All LED light engines (combination of diodes, driver, heat sink, housing and optics), whether screw-in or hardwired, shall meet all of the following criteria: 1. The rated driver input wattage and total number of LEDs shall be published by the manufacturer for each funded Fixture Unit (driver and LED combination). 2. All equipment must have model -identification that is specific and clear enough to accurately match installed equipment with equipment submittals and specific product entries in the qualification lists referred to below. INTERIOR LIGHTING 265100-3 APRIL 2021 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL C. LED lamps and fixtures that fall under an Energy Star or Design Lights Consortium (DLC) lighting product category must meet at least one of the following Measurement / Approval criteria as described below under sections 1 or 2. In general, integral lamps are more likely to fall under Energy Star, while fixtures are more likely to fall under Design Lights Consortium. 1. The product is approved and listed on the Energy Star Qualified Commercial LED Lighting List For Lamps —gip://www.energystar.gov/productfinder/product/certified-liciht- bulbs/results) For Fixtures — (http://www.energystar.gov/productfinder/product/certified- Iight-fixtures/results) 2. The product is approved and listed on the Design Lights Consortium (DLC) List (http://www.designli hts.org/QPL) D. Linear LEDs and Linear LED Fixtures are covered by the DLC List. They must meet the requirements stated under section 2, above. E. LED Lamps and LED Fixtures that do not fall under equipment categories covered by sections 1 and 2 above, will be considered on a case-by-case basis. 2.02 LUMINAIRES A. Provide products that comply with requirements of NFPA 70. B. Provide products that are listed and labeled as complying with UL 1598, where applicable. C. Provide products listed and classified by Underwriters Laboratories Inc. or other nationally recognized testing laboratory (NRTL) as suitable for the purpose specified and indicated. D. Unless otherwise indicated, provide complete luminaires including lamp(s) and all sockets, drivers, reflectors, lenses, housings and other components required to position, energize and protect the lamp and distribute the light. E. Unless specifically indicated to be excluded, provide all required conduit, boxes, wiring, connectors, hardware, supports, trims, accessories, etc. as necessary for a complete operating system. F. Provide products suitable to withstand normal handling, installation, and service without any damage, distortion, corrosion, fading, discoloring, etc. G. Furnish products as indicated in Schedule shown on drawings. 2.03 DRIVERS A. General Requirements: 1. Minimum Efficiency/Efficacy: Provide drivers complying with all current applicable federal and state driver efficiency/efficacy standards. 2.04 LAMPS A. Manufacturers: 1. Manufacturer shall be as shown on drawings or approved equal. B. Lamps - General Requirements: 1. Unless explicitly excluded, provide new, compatible, operable lamps in each luminaire. 2. Verify compatibility of specified lamps with luminaires to be installed. Where lamps are not specified, provide lamps per luminaire manufacturer's recommendations. 265100-4 INTERIOR LIGHTING CITY OF NEWPORT BEACH APRIL 2021 MARINERS BRANCH LIBRARY REMODEL 3. Minimum Efficiency: Provide lamps complying with all current applicable federal and state lamp efficiency standards. 4. Color Temperature Consistency: Unless otherwise indicated, for each type of lamp furnish products which are consistent in perceived color temperature. Replace lamps that are determined by the Architect to be inconsistent in perceived color temperature. C. Lamp Types: As specified for each luminaire. Fixture and lamp schedule as shown on drawings shall be enforced in case of conflict with any specific lamp data noted below. PART 3 - EXECUTION 3.01 EXAMINATION A. Verify that field measurements are as shown on the drawings. B. Verify that outlet boxes are installed in proper locations and at proper mounting heights and are properly sized to accommodate conductors in accordance with NFPA 70. C. Verify that suitable support frames are installed where required. D. Verify that branch circuit wiring installation is completed, tested, and ready for connection to luminaires. E. Verify that conditions are satisfactory for installation prior to starting work. F. Provide electrical grounding in accordance with NFPA 70. 3.02 PREPARATION A. Provide extension rings to bring outlet boxes flush with finished surface. B. Clean dirt, debris, plaster, and other foreign materials from outlet boxes. 3.03 INSTALLATION A. Coordinate locations of outlet boxes provided under Section 26 05 33 as required for installation of luminaires provided under this section. B. Install products according to manufacturer's instructions. C. Install luminaires securely, in a neat and workmanlike manner, as specified in NECA 1 (general workmanship), NECA 500 (commercial lighting), and NECA 502 (industrial lighting). D. Install luminaires plumb and square and aligned with building lines and with adjacent luminaires. E. Install fixtures securely, in a neat and workmanlike manner, as specified in NECA 500 (commercial lighting) NECA 500 and 502. F. Provide a lighting fixture for each lighting outlet indicated. G. Support luminaires independent of ceiling framing. EMT conduit shall not be used to support suspended fixtures of any type. Suspension shall be by means of standard hangers, where available and applicable, by rigid threaded conduit and fittings, or by rods. H. Recessed luminaires: INTERIOR LIGHTING 265100-5 APRIL 2021 CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL 1. Provide recessed and semi recessed fixtures with plaster frames compatible with ceiling and wall systems employed and secure fixtures mechanically to frame. 2. Install recessed luminaires to permit removal from below. Factory paint all trims for recessed ceiling fixtures in guest areas to match Owner provided custom color chip. 3. Install recessed luminaires using accessories and firestopping materials to meet regulatory requirements for fire rating. 4. Locate recessed ceiling luminaires as indicated on reflected ceiling plan. Fixtures shall fit snugly against ceiling to prevent light leakage. I. Fixtures shall not be supported by outlet box cover screws alone. Provide a fixture stud or "hickey" for fixtures weighing greater than 25 lbs. for added support. J. Install accessories furnished with each luminaire. K. Connect luminaires to branch circuit outlets provided under Section 26 05 33 as indicated. L. Make wiring connections to branch circuit using building wire with insulation suitable for temperature conditions within luminaire. M. Install specified lamps in each emergency lighting unit, exit sign, and luminaire. Install each lighting fixture with lamps indicated on lamp schedule. N. Replace any excessively noisy fixture. O. Install lamps in each luminaire. 3.04 SYSTEM STARTUP A. Provide manufacturer's system startup and adjustment. B. Switch each load on and off. Test dimming features. Test system integration to the satisfaction of engineer. Provide a written report of test and outcomes. C. Perform operational testing to verify compliance with Specifications. Adjust as required. 3.05 FIELD QUALITY CONTROL A. See Section 01 40 00 - Quality Requirements, for additional requirements. B. Inspect each product for damage and defects. C. Perform field inspection, testing, and adjusting in accordance with Section 01 40 00. D. Operate each luminaire after installation and connection to verify proper operation. E. Correct wiring deficiencies and repair or replace damaged or defective products. Repair or replace excessively noisy ballasts as determined by Architect. F. Test each support for fixtures with a weight of not less than 50 lbs. or three times the weight of installed fixture, which ever is greater. G. Measure illumination levels to verify conformance with performance requirements. 265100-6 INTERIOR LIGHTING CITY OF NEWPORT BEACH MARINERS BRANCH LIBRARY REMODEL 3.06 ADJUSTING APRIL 2021 A. Aim and position adjustable luminaires to achieve desired illumination as indicated or as directed by Architect. Secure locking fittings in place. B. Aim and adjust fixtures as directed. 3.07 CLEANING A. Clean surfaces according to NECA 500 (commercial lighting), and manufacturer's instructions to remove dirt, fingerprints, paint, or other foreign material and restore finishes to match original factory finish. B. Clean electrical parts to remove conductive and deleterious materials. C. Remove dirt and debris from enclosures. D. Clean photometric control surfaces as recommended by manufacturer. E. Clean finishes and touch up damage. 3.08 CLOSEOUT ACTIVITIES A. See Section 01 77 70 - Closeout Procedures, for closeout submittals. B. Demonstration: Demonstrate proper operation of luminaires to Architect, and correct deficiencies or make adjustments as directed. C. Just prior to Substantial Completion, replace all components that have failed. 3.09 RELAMPING A. Protect installed luminaires from subsequent construction operations. 3.10 RELAMPING A. Relamp faulty luminaires at Substantial Completion with new LED lamp strips of same type, manufacturer and wattage. This fixture relamping effort shall include reorientation of any fixture or fixture accessory that has been moved from its aim or focus and repairing or replacing any fixture accessory that has been damaged, removed, or misaligned as a result of fixture relamping. END OF SECTION INTERIOR LIGHTING 265100-7 From: Customer Service To: Reyes, Raymund; Morgan, Shelby Cc: saaar(a)ebix.com Subject: Compliance Alert -Vendor Number 7906-1 Date: Tuesday, September 14, 2021 5:29:23 PM [EXTERNAL EMAIL] DO NOT CLICK links or attachments unless you recognize the sender and know the content is safe. This Account has moved from non-compliant to COMPLIANT status and is currently in compliance for certificate of insurance requirements. 7906-1 Next Stage Engineering Sent by Ebix, designated insurance certificate reviewer for the City of Newport Beach.